166
MAHARASHTRA STATE ELECTRICITY DISTRIBUTION CO. LTD. Urban Circle, Nashik. BID DOCUMENT FOR Work of Providing & fixing of 33 & 11KV CT & PT for Sub station metering at various 33/11 KV S/Station in Urban Circle, Nashik and Cross over points under Urban Circle, Nashik Bid Document No. SE/NUC/T-I/07-08/12 VOLUME – I EXECUTING AGENCY Signature of Tenderer 1

MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

Embed Size (px)

Citation preview

Page 1: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

MAHARASHTRA STATE ELECTRICITY DISTRIBUTION CO. LTD.Urban Circle, Nashik.

BID DOCUMENT FOR

Work of Providing & fixing of 33 & 11KV CT & PT for Sub station metering at various 33/11 KV S/Station in Urban Circle, Nashik and Cross over points under

Urban Circle, Nashik

Bid Document No. SE/NUC/T-I/07-08/12

VOLUME – I

EXECUTING AGENCY

SUPERINTENDING ENGINEERMSEDCL.,Urban Circle, NashikMAHARASHTRA STATE (INDIA)

Signature of Tenderer 1

Page 2: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

TENDER NOTICE

Following tenders are invited on prescribed Tender Forms from eligible contractors for following works. The tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007 up to 15.00 Hrs. While submitting the tenders please attach the tender form fees as shown below in the form of Demand draft only in favour of MSEDCL. Contact person Executive Engineer (Administration), Urban Circle, Nashik. Telephone No. 0253-2308003-04.

Tender No.

07-08Particulars of Work

Est. Cost inRs. Lakhs

Tender fee in Rs.

T-12Work of Providing & fixing of 33 & 11KV CT & PT for Sub station metering at various 33/11 KV S/Station in Urban Circle, Nashik and Cross over points under Urban Circle, Nashik.

25.00 1000/-

T-13 Supply of PVC Gum Boots 2.00 500/-T-14 Supply of printed stationery 5.00 500/-T-15 Supply of computer stationery (Papers) 5.00 500/-T-16 Hiring of cranes in the area of Urban Circle,

Nashik5.00 500/-

T-17 Supply of 11 KV metering CTs for H.T.consumers.

5.00 500/-

T-18 Supply of 11 KV metering PTs for H.T.consumers.

4.00 500/-

T-19 Supply of 33 KV metering CTs & PTs for H.T.consumers & for S/Stn.

5.00 500/-

T-20 Laying of 11 KV underground power cable by Horizontal boring machine for railway track crossing for 11 KV Lahavit Feeder under GFSS – I Scheme.

3.00 500/-

SUPERINTENDING ENGINEER (NUC),MSEDCL, 2nd Floor, Prosper Park,

Near Shingada Talav, Nashik – 01.

Signature of Tenderer 2

Page 3: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

MAHARASHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LIMITEDURBAN CIRCLE, NASHIK

Office of The Superintending Engineer, Urban Circle, 2nd Floor, Prosper Park, Near Shingada Talav,Nashik-422001.

TENDER FOR -- Work of Providing & fixing of 33 & 11KV CT & PT for Sub station metering at various 33/11 KV S/Station in Urban Circle, Nashik and Cross over points under Urban Circle, Nashik

ESTIMATED COST -- Rs.25.00 Lakhs

Period of Issue -- 24/10/2007 To 01/11/2007, 11.00 to 16.00 Hrs.

Last Date Of Submission -- 02/11/2007 up to 15.00 Hrs.

DUE DATE OF OPENING -- 03/11/2007 AT 11-00 HRS (If possible)

Tender No. -- SE/NUC/T-I/07-08/12

Cost of Tender document -- Rs.1000/- Per copy in person + VAT (The tender form is non transferable)

-------------------------------------------------------------------------------------------Paid Tender cost Rs.1000/- vide M.R.No. ______________ date ____________

Identification copy No. ______________________________

Issued to – M/s. - _____________________________________________________________________________________________________________________

Tender copy delivered – By Hand/By Post-------------------------------------------------------------------------------------------EMD Rs.25,000/- paid vide DD/MR.No.__________________ date ____________-------------------------------------------------------------------------------------------

Tender form issued on behalf of The Suptdg.Engr.,MSEDCL.Urban Circle,Nashik

Accounts Officer, Executive EngineerMSEDCL.Urban Circle,Nashik MSEDCL.Urban Circle,Nashik---------------------------------------------------------------------------------------------------Note – To be submitted on or before 15.00 hrs. 02/11/2007. The tender will be opened at 11.00 hrs on 03/11/2007 (if possible) or on next working day at the same time, at the office of The Suptdg.Engr.,MSEDCL.Urban Circle, 2nd Floor, Prosper Park, Near Shingada Talav, Nashik, The tenderer or his representative may remain present while opening the tender.

Signature of Tenderer 3

Page 4: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

MAHARASHTRA STATE ELECTRICITY DISTRIBUTION CO. LTDUrban Circle, Nashik.

BID DOCUMENTS NO : SE/NUC/T-I/07-08/12

TABLE OF CONTENTS

Description

VOLUME-1Section 1 Instructions to Bidders

Section 2 Conditions of contract

Section 3 Sample formsSection 4 Contract Data

VOLUME-2Section 5 Technical Specifications & Drawings

VOLUME-3Section 6 Activity, Price & Other Schedules

Signature of Tenderer 4

Page 5: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

TENDER NOTICE

MAHARASHTRA STATE ELECTRICITY DISTRIBUTION CO. LTD

INVITATION FOR BIDSBid No: SE/NUC/T-I/07-08/12

Superscribed and sealed tenders are invited from registered and reputed firms/companies /corporations/suppliers/Govt. contractors for implementation of following work packages on TURN-KEY basis. Brief description of “The Works ” is as follows:

Project : The work of Design, shop test, supply, transport, construction erection, testing and commissioning of 33 &11KV CT & PT for Substation metering at various 33/11 KV S/Station in Urban Circle, Nashik and Cross over points under Urban Circle, Nashik and allied works as defined in the bid document, on “Turnkey basis”

Sr. No.

Bid Number

District Particulars of works Estimated cost (Rs.

Lakhs)1. SE/NUC/

T-I/07-08/12

Nashik The work of Design, shop test, Supply, Transport, Construction Errection, Testing and Commissioning of 33 & 11KV CT & PT for Substation metering at various 33/11 KV S/Station in Urban Circle, Nashik and Cross over points under Urban Circle, Nashik and allied works as defined in the bid document, on “Turnkey basis”

25.00

Terms and Conditions:-1. The destination for work to be executed is in Urban Circle, Nashik 2. The price of Bid document is Rs.1000/- + 4% VAT extra. for each Tender.3. The EMD is 1% of estimated value in the form of Demand Draft of any

Nationalised Bank having branch in Maharastra State in favour of Maharashtra State Electricity Distribution Co. Ltd., payable at Nashik. M.R. No. , Date and amount should be quoted on envelope I.

4. Bid documents can be purchased from the Office of The Superintending Engineer, MSEDCL, Urban Circle, Nashik, Maharashtra.

5. Sale period of Bid document is from 24/10/2007 to 01/11/2007, from 11.00 Hrs. to 16.00 Hrs. on working days.

6. Last date of receipt of Bid is 02/11/2007 up to 15.00 Hrs.7. Bid opening date 03/11/2007 at 11.00 Hrs.8. For knowing eligibility and qualifying criteria etc. the Bidders may contact at

the above address.9. M.S.E.D.C.L. reserves the right of rejecting any or all the Bids without

assigning any reason thereof.10. Tel.No._0253-2308003/4

Fax : 0253-2500260 Superintending Engineer

M.S.E Distribution Co. Ltd.

Signature of Tenderer 5

Page 6: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

VOLUME - ISECTION -1.

INSTRUCTIONS TO BIDDERSCONTENTS

Clause No.

Description

A123456

GeneralScope of Bid.Eligible Bidders.Qualification for Bidders.One Bid per Bidder.Cost of Bidding.Site Visits.

B789

Bidding Documents.Content of Bidding Documents.Clarification of Bidding documents.Amendments of Documents.

C1011121314151617

Preparation of Bids.Language of Bid.Documents comprising Bid.Bid Prices.Currencies of Bid and Payment.Bid Validity.EMDAlternative Proposals by the Bidders.Format and signing of Bids.

D18192021

Submission of Bids.Sealing and Marking of Bids.Deadline for Bid submission.Late received Bids.Modification and Withdrawal of Bids.

E22232425

2627

Bid opening and Evaluation.Bid opening.Process to be Confidential.Clarification on Bids.Examination of Bids and Determination of Substantial responsiveness.Correction of Errors.Prohibition for Post tender correspondences.

F282930313233343536373839

Award of Contract.Award Criteria.Employer’s right to accept or Reject, any or all Bids.Notification of Award.Performance Security.Contract Agreement.Time: The Essence of Contract.Jurisdiction.Other Important General Terms.BankruptcyNoticesDetails : ConfidentialChecklist.

SECTION 1

Signature of Tenderer 6

Page 7: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

INSTRUCTIONS TO BIDDERS

A. GENERAL

1. Scope of Bid

1.1 The Executing Agency, (also referred to as “the Employer” or “Purchaser” in these documents) invites sealed bids from eligible bidders for the work of Design, shop test, supply, transport, construction errection , testing and commissioning of 33 & 11KV CT & PT for Substation metering at various 33/11 KV S/Station in Urban Circle, Nashik and Cross over points under Urban Circle, Nashik and allied works as defined in the bid document, on “Turnkey basis”.

S. N.

Bid Number

District Project Title Completion Period

Estimated Cost

(Rs Lakhs)

1 SE/NUC/T-I/07-08/12

Nashik Design, shop test, supply, transport, construction errection, testing and commissioning of 33 & 11KV CT & PT for Substation metering at various 33/11 KV S/Station in Urban Circle, Nashik and Cross over points under Urban Circle, Nashik.

30 days from

date of LOA

25.00

1.1.1. The work is to be carried out under jurisdiction of Urban Circle in Nashik District.

All bids shall be prepared and submitted strictly in accordance with these instructions.

1.1.2 The successful bidder has to start work immediately at the site as per activity schedules annexed separately.

1.1.3 The successful bidder will have to complete the works within One months from LOA date.

1.1.4 Bid not covering entire scope of the project shall be treated as incomplete and hence, are liable to be rejected.

2.0 Eligible Bidders2.1 The bidding is open to manufacture(s), constructor(s) or an Authorised

representative of manufacturer(s). Such bidders should meet the qualification as stipulated hereunder. Manufacturers opting to bid through an Authorised representative are not permitted to bid on their own separately.

2.2 The bidder shall be a manufacturer or an Authorised representative of manufacturer(s)/Constructor(s) who regularly manufacturers /erects equipment of the type specified and has adequate technical knowledge and manufacturing experience.

Signature of Tenderer 7

Page 8: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

2.3 The bidder does not anticipate a change in ownership during the proposed period of execution of work. (If such a change is anticipated, the scope and effect thereof shall be defined).

3.0 Qualification of the Bidder3.1 This invitation for Bid is open to eligible bidders.

3.2 Qualifying Requirements

3.2.1 The bidder shall furnish, as a part of his bid, a EMD for the amount of Rs.25,000 /- [Rs Twenty Five Thousand] (i.e. 1% of estimated value, in the prescribed format.)

3.2.2 A) Experience as prime Contractor in the execution of works of at least 50% of tendered value of similar nature and complexity equivalent to “the Works” in the last 3 years. The work herein means project bidder is quoting for the defined work viz Design, shop test, supply, transport, construction, errection , testing and commissioning of 33 & 11KV CT & PT for Substation metering at various 33/11 KV S/Station in Urban Circle, Nashik and Cross over points under Urban Circle, Nashik and allied works. The bidder must provide details of actual experience of execution of such works.B) Having achieved annual turnover in construction work of 50 % of the bid price in any two of the three years. The work shall be of the nature and complexity equivalent to the scope of the work of the bid.

3.2.3 Valid Electrical contractor’s license issued under the Act.

3.2.4 Joint venture agreement in respect of Joint venture offer.

3.2.5 Power of Attorney in case of Joint venture offer.

3.2.6 For a joint venture to qualify members taken together must meet at least the minimum criteria of clauses 3.2.1 to 3.2.4 and each member shall possess proven experience in supply and/or construction pertaining to sub-stations and/ or transmission & distribution lines. Failure to comply with this requirement shall result in rejection of the joint venture’s bid. Sub-Contractor’s experience and resources shall not be taken into account in determining the bidder’s compliance with the qualifying criteria.

3.2.7 Registration under PF and labour laws as may be applicable as per relevant Acts.

3.2.8 Solvency certificate issued by Nationalised/ Scheduled bank to the extent 50% of Bid value.

3.3 Conditions for Joint venture offer

Bids submitted by a joint venture of not more than 2 firms as members, shall comply with the following requirements. Non-compliance of these provisions as required under this clause shall make the bidder’s offer non-responsive. The members of a joint venture together should qualify for the work of 33 & 11 KV Metering along with supply of allied material.

a) The bid shall include all the relevant documents needed for qualifying requirements listed in Sub-Clause 3.2 above for members of joint venture taken together.

Signature of Tenderer 8

Page 9: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

b) The bid shall be signed so as to be legally binding upon all members. The evidence of this shall have to accompany the bid of the bidder with proper legal documentation.

c) One of the members shall be nominated, as being in charge. Submitting a power of attorney signed by legally authorised signatories of both members & the same shall be suitably witnessed by the representatives of both the members.

d) The bid shall include joint venture agreement in the proforma “G” to be executed by its members and which shall state inter-alias that all members shall be liable jointly and severally for the execution of the contract and that the Member-In charge shall be authorised to incur liabilities and receive instructions for and on behalf of any and all members, and the entire execution of the Contract including payments shall be done exclusively with the Member-In charge.

e) No member of the joint venture is eligible for bidding in individual capacity nor would be eligible in associating in more than one joint venture.

3.4 Additional documents to be submitted alongwith the Bid

The bidders shall include the following information and documents with their bids.

a) Copies of original documents defining the constitution or legal status, place of registration and principal place of business, written power of attorney of the Authorised signatory of the bid to commit the bidder.

b) Total annual turnover of work performed by the bidder in his name (not by any other company whose name has subsequently been changed so as to form the current bidder) in each of the last three years. The annual turnover of manufacturing activity, of any, being ventures by the bidder as shown separately for the last three years.

c) Experience in executing similar contract (nature and volume) for each of the last three Years and details of work in hand and contractual commitment, clients who may be contacted for further information on those contracts.

d) Major items of construction equipment proposed for carrying out the contract.

e) Qualifications and experience of key site management and technical personnel proposed for the contract.

f) Reports on the financial standing of the bidder, such as profit and loss statements and auditor’s reports for the past three years.

g) Evidence of adequacy of working capital for this Contract, i.e. evidence of access to line(s) of credit and availability of other financial resources.

h) Authority to seek reference from the bidder’s bankersi) Information regarding any current litigation in which the bidder is

involved, the parties concerned, and disputed amount and present status thereof.

j) A statement establishing that the bidder (including all members of a joint venture) and his Sub-Contractors are not associated, nor has been associated in the past, directly or indirectly with the Expert or any other entity having prepared the design, specifications and

Signature of Tenderer 9

Page 10: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

other bidding documents for the project or being proposed as Engineer for the Contract.

k) Copy of PAN card and copy of I T returns submitted for last 3 years.

l) Registration & latest clearance for Value added Tax and Service tax.

m) Possession of capability for timely acquisition/procurement (own, lease, hire etc.) of the following essential equipment.i) Material handling facilitates for erectionii) Equipment for testing and commissioning.

n) Suitable qualified and experienced personnel with at least 3 years experience in works of an equivalent nature and volume.

o) Whenever works defined comprise the work of Design, shop test, supply,transport, construction errection, testing and commissioning of 33 & 11KV CT & PT for Substation metering at various 33/11 KV S/Station in Urban Circle, Nashik and Cross over points under Urban Circle, Nashik and allied works in Nashik District as defined in the bid document, on “Turnkey basis”, the Contractor must provide details of actual execution of such works.

3.5 Sub Contractor’s experience and resources shall not be taken into account in determining the bidder’s compliance with the qualifying criteria or companies taken over by him. This provision shall also apply in the case of all the members of the joint venture bid.

3.6 It shall be explicitly noted that the requirements/criteria covered under above Clauses shall strictly apply to the Bidder offering the bid and not to his associated companies or group companies or companies taken over by him. This provision shall also apply in the case of all the members of a joint venture bid.

4.0 One Bid per Bidder

Each bidder shall submit only one bid for project either by himself, or as a partner in a joint venture.

5.0 Cost of Bidding

The bidder shall bear all costs associated with the preparation and submission of his bid and the Employer will in no case be responsible or liable for those costs.

6.0 Site Visit6.1 Information about works given in bidding documents is purely tentative

one and may change during actual execution as per site requirements. The bidder is advised to visit and examine the sites of Works and their surroundings and obtain for himself, at his own risk & cost, all information that may be necessary for preparing the bid and entering into a contract for the Works. The costs of visiting the Sites shall be at the bidder’s own expense. The changes/variations of proposed site would not confer right for the extra additional claims.

6.2 The Employer will not entertain any claim at any stage from the bidder on the plea of having him self not acquainted sufficiently to the site conditions.

B. Bidding Documents

7.0 Content of Bidding DocumentsSignature of Tenderer

10

Page 11: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

7.1 The set of bidding documents comprises the documents mentioned below and any Addenda issued in accordance with Clause 9:

Invitation for Bids

VOLUME-I

Section 1: Instructions to Bidder

Section 2: Conditions of Contract.

Section 3: Sample Forms of Bid, Qualification information Letter of Acceptance, Securities, Contract Agreement, EMD, Bank Guarantee Performance Security, and Payment Application & Joint Venture.

Section 4: Contract Data.

VOLUME-II

Technical Specifications & drawings

VOLUME-III

Price bid.

7.2Bidders shall have to submit all the bidding documents, completely filled in and signed with seal in token of acceptance, as applicable, without deviating from the format and content i.e. Vol – I & II in envelope – I & Vol - III in envelope – II as specified in clause 18.1

7.3 The Bidder is expected to examine all instructions, terms and conditions, forms and specifications in bidding document and fully inform himself as to all the conditions and matters which may in any way affect the works or the cost thereof.

7.4 Further, failure to furnish all information required in the bid document or submission of a bid not substantially responsive to the bidding document in any respect will be at the bidder’s risk and may result in the rejection of his bid.

8.0 Clarification of Bidding Documents

8.1 A prospective bidder requiring any clarification of the bidding documents may notify the Employer in writing or by cable (hereinafter, “cable” includes telex and Tele-Fax) at the Employer’s address indicated in the Invitation for Bid.

8.2 The Employer will respond to any such request for clarification, which he receives up-to 5 days prior to the deadline for submission of this. Copies of the Employer’s response will be forwarded to all purchasers of the bidding documents including a description of the enquiry but without identifying its source.

Signature of Tenderer 11

Page 12: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

8.3 Request for clarification or any delay in complying with such request by the Employer, shall not in any way affect the obligation on the part of the bidder to send the complete bid by the deadline indicated.

8.4 Immediately upon purchase of the bidding document, the prospective bidder shall inform the Employer the details as given below to facilitate the process of clarification.

8.5 a) Name of Bidder and contact personb) Detailed address; andc) Telephone, Tele-Fax numbers.

9.0 Amendment of Bidding Documents

9.1 Before the deadline for submission of bids, the Employer may modify the bidding documents by issuing addenda.

9.2 Any addendum thus issued shall form part of the bidding documents and shall be communicated in writing or by cable to all purchasers of the bidding documents. Prospective bidders shall acknowledge receipt of each addendum by cable to the Employer.

9.3 To give prospective bidders reasonable time in which to take an addendum into account in preparing their bids, the Employer may extend the deadline for submission of bids by a maximum period of 15 days.

C. Preparation of Bids

10.0 Language of Bid

All documents relating to the bid shall be in the English language only.

11.0 Documents Comprising the Bid

The Bid submitted by the bidder shall comprise the following:

a) Bid Form and Qualification Information Form and Documentsb) Appropriate EMD in Originalc) Price Activity Schedules and other Schedules.d) Information on eligibility and qualification as detailed under Clauses of

section 1 above be completed and submitted by Bidders in accordance with these instructions.

12.0 Bid Prices

12.1 Unless stated otherwise in the bidding documents, the Contract shall be for the project defined as “the Works”, as described in Sub-Clause 1.22 of Section 2 of this volume I.

12.2 The bidder shall fill in the rate for all the activities (as per description in the schedule, specifications) in the Schedules. The price quoted by the Bidder shall be inclusive of all costs towards Design, Engineering, Supply, Inspection, Transportation, Receipt and storage at site, Erection, Testing and Commissioning

Signature of Tenderer 12

Page 13: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

12.3 Items not indicated in the schedule but are required, as part of equipment/ work shall also be deemed to have been covered by the rates and prices in the activity schedule.

12.4 The Bid price shall include all taxes/works contract tax and duties, inclusive of Corporate tax, Income Tax, Sales Tax (including Maharashtra Sales Tax), Works Contract Tax, Service Tax, Excise duty, other taxes, fees, Cesses, deposits etc. whatsoever, and the Employer shall not be liable for payment for any such taxes and duties as may be applicable as per Indian Law. All statutory duties (including excise or customs), taxes and other levies payable by the Contractor under the Contract, or for any other cause, shall be indicated equipment / material wise separately in details in the Bid submitted by the bidder. The bid price shall include the cost of charges for obtaining any permit or license.

12.5 Discount offered, if any shall be prominently indicated on the Bid Form.

12.6 As regards Indian Income Tax, surcharge on Income Tax and any other Corporate Tax, the Employer shall not bear any tax liability whatsoever irrespective of the mode of contracting. The bidder shall be liable and responsible for payment of such taxes, if attracted under the provisions of Indian law. However IT deductions at source as per Income Tax rules will be made.

12.7 TDS towards Value Added Tax shall be deducted, from the payment of contract value as per the rate applicable. The VAT number shall be informed. Any statutory variation in the VAT rate during execution of works shall be to the account of the bidder.

12.8 Maharashtra Works Contract Tax (WCT) @4% (As applicable at the time of submission of the tender) has been included for the entire contract value including supply of all material make and bought out equipment and civil works. Any statutory variation in the WCT rate during execution of works shall be to the account of bidder.

12.9 Relevant provisions under Indian laws / Acts for P.F., Labour Contract, and any other Law/ Act as may be applicable to the works under this contract will be applicable though not mentioned specifically in above list.

12.10 The Bid price quoted by the Bidder shall be firm and not subject to price variation during the substance of the contract on account of cost escalation, changes in taxes etc by appropriate authority.

12.11 The contract is to be treated as a non-divisible contract, which includes all applicable taxes, duties, etc as indicated above and no concessional

forms such as ‘E’, ‘C’ etc. will be issued to the contractor.

12.12 In the event of any changes on account of value added tax by Govt. after the date of submission of the Bid till the commencing of contract, the benefit out of such change shall be passed on to either of the parties.

13.0 Currencies of Bid and Payment

The price for the project shall be quoted by the Bidder entirely in Indian Rupees.

14.0 Bid Validity

14.1 Bids shall remain valid for a period of 90 days after the deadline for bid submission specified in Clause 19.1.

Signature of Tenderer 13

Page 14: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

14.2 In exceptional circumstances, the Employer may request the bidders to extend the period of validity for a specified additional period. The request and the bidders’ responses shall be made in writing or by cable. A bidder may refuse the request without forfeiting his EMD. A bidder agreeing to the request will not be required or permitted to modify his bid, but will be required to extend the validity of his EMD for the period of the extension, and in compliance with Clause 15 in all respects.

15.0 EMD :

15.1 The bidder shall furnish, as a part of his bid, an EMD for the amount of Rs. 25,000 /- (Rupees Twenty Five Thousand) (i.e. 1 % of estimated value, in the prescribed format.)

15. 2 The EMD shall be in the form of Demand Draft/Bank Guarantee of

nationalized bank having branch in the Maharastra State. The format of the bank guarantee shall be in accordance with the sample form of EMD enclosed in Section 3. Bank guarantee issued, as security for the bid shall be valid till the validity of the bid plus 30 days.

15.3 Any bid not accompanied by an original Bid Form and adequate EMD with correct bid reference in original shall be rejected by the Employer. The bid shall also be rejected if the bidder does not comply with the provisions of clause 15.2 above.

15.4 The EMD of unsuccessful bidders will be returned 30 days before the end of the bid validity period specified in Clause 14.

15.5 The EMD of the successful bidder will be discharged when the bidder has signed the Agreement and furnished the required performance security.

15.6 The EMD will be forfeited in case of any of the following: - a) If the bidder withdraws his bid during the period of bid validity, b) If the bidder does not accept the correction of his bid price pursuant to

Clause no 26 c) If the successful bidder fails within the specified time limit to

i) Sign the Contract Agreement ii) Furnish the required performance security

16.0 Alternative Proposals by BiddersBidders shall submit offers, which comply with the requirements of the bidding documents, including the basic technical design as indicated in the drawings and specifications. Alternative proposals shall not be considered.

17.0 Signing of Bid17.1 The bid shall be typed or written in indelible ink and shall be signed by a

person or persons duly Authorized to sign on behalf of the bidder pursuant to Sub-Clause 3.4 (a) & 3.3 (b), as the case may be. The person or persons signing the bid shall initial all pages of the bid where entries and amendments have been made.

17.2 The bid shall contain no alterations or additions, except those to comply with instructions issued by the Employer, or as necessary to correct errors made by the bidder, in which case the person or persons signing the bid shall initial such corrections.

D. Submission of BidsSignature of Tenderer

14

Page 15: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

18.0 Sealing and Marking of Bids.18.1 Bid shall be submitted in two envelopes containing documents stated below:

Envelope-I: EMD, Bid form (Sample Form A), copy of the receipt of the purchase of the bid, authorization in favour of the signatory, including other relevant authorization signature as required under the bid document and joint venture agreement. Sample form 'B', Tender documents & qualification requirement mentioned in Bidding documents and Volume-I & II.

Envelope-II: Commercial offer including price activity schedule in Volume-III, and other relevant information in accordance with the requirement of the bid document.

Each envelope shall be super scribed Envelope - I or Envelope -II as the case may be, sealed and marked in accordance with the clause 18.1 to 18.4. Both the envelopes I & envelope II should be placed in the outer envelope, which should bear the identification as, mentioned in Clause No 18.2, 18.3 and 18.4. 18.2 The bid shall be submitted to the employer at the following

address:THE SUPERINTENDING ENGINEER ( URBAN CIRCLE,NASHIK ),2ND FLOOR, PROSPER PARK,NEAR SHINGADA TALAV, MSEDCL, NASHIK.

18.3 All the envelopes shall also bear the following identification:- Bid for Work of supply of 33 & 11KV CT & PT for Substation

metering at various 33/11 KV S/Station in Urban Circle, Nashik and Cross over points under Urban Circle, Nashik and allied works under Nashik Urban Circle.

- Bid reference No.: SE/NUC/T-I/07-08/12

- DO NOT OPEN BEFORE 11.00 Hours on 03/11/2007

- M.R. No. & Amount of EMD on Envelope - I

18.4 In addition to the identification required in Sub-Clause 18, the envelope shall indicate the name and address of the bidder.

18.5 If the outer envelope is not sealed, marked and submitted as required in

Para, 18.1 to 18.4 above, the Employer will assume no responsibility for the misplacement or premature opening of the bid.

19.0 Deadline for Submission of Bids

19.1 Bid must be received by the Employer at the address specified above not later than 15.00 hours on date:02/11/2007

On Sale Date Bid due Date Bid opening Date

From 24/10/07 up to 15:00 Hrs 11:00 Hrs To 01/11/07 of 02/11/07 of 03/11/07

19.2 The Employer may extend the deadline for submission of bids by issuing an amendment in accordance with Clause 9. The Employer also reserves the

Signature of Tenderer 15

Page 16: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

right to extend the bid submission date without assigning any reason thereof. In such case(s) all rights and obligations of the Employer and the bidders previously subject to the original deadline will then be subject to the new deadline.

20. Late Bids

Any bid received by the Employer after the deadline prescribed in Clause 19 shall not be accepted.

21.0 Modification and Withdrawal of Bids.

21.1 The bidder may modify or withdraw his bid by giving notice in writing before the deadline prescribed in Clause 19.

21.2 The bidder’s modification or withdrawal notice shall be prepared, sealed, marked and delivered in accordance with Clause 18, with the envelopes additionally marked ‘MODIFICATION’ or ‘WITHDRAWAL’, as appropriate.

21.3 No bid shall be permitted to be modified after the deadline for submission of bids.

21.4 Withdrawal of a bid between the deadline for submission of bids and the expiration of the original period of bid validity specified in the Form of Bid will result in the forfeiture of the EMD pursuant to Clause 15.6.

E. Bid Opening and Evaluation

22.0 Bid Opening22.1 The Employer will open the Envelope-I of the bids, including its

modifications made pursuant to Clause 21, in the presence of the bidder’s representatives who choose to attend at 11.00 hours on 03/11/07. The bidder’s representatives who are present shall sign a register evidencing their attendance.

22.2 The bidders’ name, bid modifications and withdrawals, the presence or absence of EMD, and other details as the Employer may consider appropriate, will be announced by the Employer at the time of opening of Envelope-I.

22.3 The Employer will examine the document under Envelope-I of the bid in accordance with the requirements with the bid document. If any of the documents under Envelope-I is found to be not complying with the requirement of the bid document, the bid will be considered as non-responsive & Envelope-II of the corresponding bid will not be opened for further evaluation.

22.4 The responsive bidders of the Envelope-I shall be notified by the Employer to attend the opening of the Envelope-II of the bids.

22.5 The procedures stated in clause No.22.1 to 22.4 shall be followed for opening of the Envelope-II of the bids, including modifications made pursuant to Clause 21.Employer will announce the bid price, any discount, bid modifications and withdrawals and such other details, as the Employer may consider appropriate, at the time of opening of envelope of the bids.

23.0 Process to be Confidential

Information relating to the examination, clarification, evaluation and comparison of bid and recommendations for the award of a contract shall not be disclosed to bidders or any other persons not officially concerned with such process until the award to the successful bidder has been announced. Any effort by a bidder to influence the Employer’s processing of bids or award decisions shall result in the rejection of his bid.

Signature of Tenderer 16

Page 17: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

24.0 Clarification of Bids.

To assist in the examination, evaluation and comparison of bids the Employer may, at his discretion, ask any bidder for clarification of his bid, including breakdown of the prices in the Activity Schedules. The request for clarification and the response shall be in writing or by cable, but no change in price or substance of the bid shall be sought, offered, or permitted except as required to confirm the correction of arithmetic errors discovered by the Employer in the evaluation of the bids in accordance with Clause 26.

25.0 Examination of Bids and Determination of Substantial Responsiveness.

25.1 Prior to the detailed evaluation of bids, the Employer will determine whether each bid (a) Meets the eligibility criteria (b) has been properly signed; (c) is accompanied by the required securities; (d) is substantially responsive to the requirements of the bidding documents; and (e) provides any clarification and/or substantiation that the Employer may require.

25.2 A substantially responsive bid is one, which conforms to all the terms, conditions, and specifications of the bidding documents, without material deviation or reservation. A material deviation or reservation is one (a) which affects in any substantial way the scope, quality of performance of the Works; (b) which limits in any substantial way, inconsistent with the bidding documents, the Employer’s rights or the bidder’s obligations under the Contract’ or (c) whose rectification would affect unfairly the competitive position of other bidders presenting substantially responsive bids.

25.3 If a bid is not substantially responsive, it will be rejected by the Employer and may not subsequently be made responsive by correction or withdrawal of the non-conforming deviation or reservation.

26.0 Correction of Errors

26.1 Bids determined to be substantially responsive will be checked by the Employer for any arithmetic errors. The Employer will correct errors as follows: where there is a discrepancy between the amounts in figures and in words, the amount whichever is lower will govern.

26.2 The amount stated in the Form of Bid will be adjusted by the Employer in accordance with the above procedure for the correction of errors and shall be considered as binding upon the bidder. If the bidder does not accept the corrected amount of bid, his bid shall be rejected and the EMD will be forfeited in accordance with Clause 15.

27.0 Prohibition for Post tender Correspondence.

27.1 The Bidder should note that no correspondence shall be entertained or considered after the due date and time of submission of tender unless otherwise sought by the Employer.

27.2 The bids shall be deemed to be under consideration immediately after those are opened and until such time official intimation of award / rejection is made by the Employer to the bidders. While the bids are under consideration, bidders and/or their representatives or other interested parties are advised to refrain from contacting by any means, the Employer

Signature of Tenderer 17

Page 18: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

and / or his employees / representatives on matters related to the bid under consideration. The Employer if necessary shall obtain clarifications on the bid by requesting for such information from any or all bidders in writing as may be necessary.

F. Award of Contract.

28.0 Award Criteria

Subject to Clause 29, the Employer will award the Contract to the bidder whose bid has been determined to be substantially responsive to the bidding documents and who has offered the Lowest Evaluated Bid Price, provided that such bidder has been determined a) to be eligible in accordance with provisions of Clause 2, and (b) qualified in accordance with provisions of Clause 3.

29.0 Employer’s right to accept or reject, any or All Bid(s).

29.1 Notwithstanding Clause 28, the Employer reserves the right to accept or reject any or all bid(s), and to cancel the bidding process and reject all bids, at any time prior to award of Contract, without thereby incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders on the grounds for the Employer’s action.

29.2 The Employer does not bind himself to accept the lowest or any bid, neither will any reason be assigned for the rejection or part of bid. It is also not binding on the Employer to disclose any analysis report on bids.

30.0 Notification of Award

30.1 Prior to the expiration of bid validity prescribed by the Employer, the Employer will notify the successful bidder by cable confirmed by registered letter that his bid has been accepted. This letter (hereinafter and in the Conditions of Contract called the “Letter of Acceptance”) shall name the sum which the Employer will pay the Contractor in consideration of the execution, completion and maintenance of the Works by the Contractor as prescribed by the Contract (hereinafter and in the Contract called the “Contract Price”). Such letter of Acceptance will be deeming to have been accepted if not otherwise specifically acknowledged by the Contractor within 7 days from date of receipt.

30.2 The notification of the award will constitute the formation of the Contract subject only to the furnishing of a performance security in accordance with the provisions of Clause 31 and signing of agreement.

30.3 The successful Bidder shall execute contract agreement as per the proforma attached.

30.4 Upon furnishing by the successful bidder of a performance security, the Employer will promptly notify the other bidders that their bids have been unsuccessful.

31.0 Performance Security

31.1 Within 8 calendar days of receipt of the Letter of Award from the Employer, the successful bidder shall furnish to the Employer a performance security as per Form E in the form of a bank guarantee for an amount equivalent to Ten percent (10 %) of the Contract Price.

Signature of Tenderer 18

Page 19: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

31.2 The performance security is to be provided by the successful bidder in the form a bank guarantee issued by a nationalized/Scheduled bank having branch in Maharashtra.

31.3 Failure of the successful bidder to comply with the requirements of Sub-Clause 31.1 & 31.2 shall constitute sufficient grounds for cancellation of the award and forfeiture of the EMD.

32.0 Contract Agreement

32.1 In the event of acceptance of particular bid for award of Contract such successful bidder has to execute contract Agreement as per attached form D.

32.2 The Contract Agreement should be executed within 8 days from the date of issue of LOA.

33.0 TIME: THE ESSENCE OF CONTRACT

33.1 The time stipulated in the contract for the completion of works shall be deemed to be the essence of the contract. The Contractor shall so organize his resources and perform his work as to complete it not latter than the date agreed to.

33.2 This work should be completed within One month from the start date .

34.0 Jurisdiction

34.1 Any disputes or differences arising under, out of or in connection with this tender or contract if not concluded shall be subject to exclusive jurisdiction of courts in Nashik city of Maharashtra

34.2 The Indian Law shall govern the contract.

35 OTHER IMPORTANT GENERAL TERMS.

35.1.1 The contract shall be considered as having come in to force from the date of issue of Letter of Award by the Employer.

35.1.2 Patent Rights and Royalties:Royalties and fees for patents covering materials, articles, apparatus, devices, equipments, software and processes used in the works shall be deemed to have been included in the contract price. The Contractor shall satisfy all demands that may be made at any time for such Royalties or fees and he alone shall be liable for any damages or claims for patent infringements and shall keep the Employer indemnified in that regard.

35.2 The Contractor shall be responsible for the observance by his sub-Contractors for forgoing.

35.2.1 Workmanship and Materials:

The Plant and/or the work shall be manufactured, constructed, provided, put in possession. Carried out and maintained in all respects with workmanship and material of the best and most substantial and approved qualities to the entire satisfaction of Engineer, who may reject any plant, apparatus, material or workmanship which shall in his opinion be defective in quality and such rejection shall be final and binding on the Contractor. The Contractor shall at his own expense provide all materials, labour, haulage, tools, tackles, apparatus and all things necessary to

Signature of Tenderer 19

Page 20: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

execute and complete the work and the plant in the manner aforesaid.

35.2.2 All materials used shall be of high grade, free from defects and imperfection, recent manufacture and unused. The materials shall conform to the relevant standard specifications accepted and approved. Before errection all the material to be used shall be got approved form the Engineer (s) nominated for this purpose by MSEDCL.

35.2.3 The material to be used should be of the make approved by the MSEDCL and the method of construction should be as per the standard method of construction approved by MSEDCL & adhering to relevant Acts & rules in force.

35.3 Security:

The Contractor shall have total responsibility for all equipments and material in his custody stored, loose, semi assembled and /or erected by him at site. The Contractor shall make suitable security arrangements to ensure the protection of all materials, equipment and works from theft, fire, pilferage and any other damages and loss. All materials of the Contractor shall enter and leave work site only with the written permission of Engineer in prescribed manner. It shall be responsibility of Contractor to arrange for the security till the works are finally taken over by the Engineer.

35.4 GUARANTEE :

The Contractor Shall guarantee that the equipments/materials will be new and in accordance with the contract documents and will be free from defects in material and workmanship for a period of 5 years from the date of final acceptance of the works by the employer. Any defects developed due to defective materials and / or workmanship during testing and commissioning of the equipments or during the guarantee period of 5 years from the date of final acceptance of works by the employer shall be rectified or made good by the Contractor at his own cost. The contractor’s liability shall be limited to repair/replacement of any defective part in the equipment of his own manufacture or those of his sub Contractor and arising from faulty design, materials and / or workmanship. All costs for the repair and / or replacement of defective parts such as dismantling, re-erection, supply, transportation, etc shall be to the account of contractor.

35.4.1 No repairs or replacement shall normally be carried out by the Engineer when the plant is under supervision of Contractor’s supervisor. In the event of an emergency, where, in the judgment

of Engineer, delay would cause serious loss or damage, repairs or adjustment may be made by the Engineer or a third party chosen by the Engineer without advance notice to the contractor and the cost of such work shall be paid by the contractor. In the event of such action taken by the Engineer, the Contractor will be notified promptly and he shall assist wherever possible in making the necessary corrections. This shall not relieve the Contractor’s liability under the terms and conditions of the contract.

Signature of Tenderer 20

Page 21: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

35.4.2 If it becomes necessary for the Contractor to replace or renew any defective portion of the plant under this clause, the provision of this clause shall apply to the portion of the plant so replaced or renewed until the expiry of 5 years from the date of such replacement or renewal.

35.4.3 The acceptance of the works by the Engineer shall in no way relieve the Contractor of his obligation under this clause.

35.4.4 If at any time during the guarantee period, it shall appear to the Engineer that any work has been executed with unsound, imperfect or unskillful workmanship or with materials of inferior quality or that any materials or articles provided by him for the execution of the work unsound or of a quality inferior to that contracted for or are otherwise not in accordance with the contract, it shall be lawful for the Engineer, notwithstanding the fact that the work or materials or articles complained of may have been inadvertently passed, certified and paid for the Contractor shall be found forthwith to rectify, to remove and reconstruct the work so specified in whole or in part, as the case may require, if so required to remove the materials or articles so specified and provided other proper and suitable materials or articles at his own charge and cost.

35.4.5 In the event of Contractor failing to remove the defect within time specified by the Engineer, the Employer may proceed to undertake the removal of such defect at the Contractor’s Cost and Risk, without prejudice to any other rights and recover the same from performance bank guarantee/other dues.

35.4.6 The Contractor shall promptly provide adequate staff at sites during guarantee period to attend to defects, if any.

36 BANKRUPTCY:

If the Contractor shall become bankrupt or insolvent, or have a receiving order made against him, or compound with his creditors, or being a company or corporation commence to be wound up, not being a member’s voluntary winding up for the purpose of amalgamation or reconstruction, or carry on is business under a receiver for the benefit of its creditors or any of them, the Employer shall be at liberty (a) to terminate the contract forthwith by notice in writing to the Contractor or to the receiver or liquidator or to any person in whom the contract may

Become vested or (b) to give such receiver, liquidator or other person the option of carrying out the contract subject to his providing a guarantee for the due and faithful performance of the contract up to amount agreed.

37 NOTICES:

Any notice to be given to the Contractor under the terms of the contract shall be served by sending the same by registered post or leaving the same at the Contractor’s principal place of business (or in the event of Contractor being a company to or at its registered office.)Any notice to be given to the Employer under the terms of the Contract shall be served by sending the same by registered post at the Employer’s address.

Signature of Tenderer 21

Page 22: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

38 DETAILS: CONFIDENTIAL.

The Contractor shall treat the contract and everything contained therein as private and confidential. In particular, the Contractor shall not publish any information, drawings or photograph concerning the works and shall not use the sites for the purpose of advertising except with written consent of the Superintending Engineer, Urban Circle, MSEDCL, Nashik

and subject to terms and conditions as he may prescribe.

39.0 Check List:

The bidder shall give a checklist of documents/schedules enclosed with his Bid in the covering pages(s) for respective parts for quick check of the enclosures. A complete checklist shall be enclosed with each copy of the bid documents. It shall be construed that the Bidder shall comply completely with all the other requirements of the specification.

Signature of Tenderer 22

Page 23: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

SECTION 2

CONDITIONS OF CONTRACT

CONTENTS

Clause No. DescriptionA123456789

101112131415161718

192021222324

GeneralDefinitions.Interpretation.Languages and Law.Decision.Delegation.Communications.Assignment & Subletting of Contract.Co-ordination with other Contractors.Personnel.Contractor’s risks.Force Majeure.Insurance.Site Investigation Data.Queries about the Contract Data.Contractor to construct the works.Quantity VariationVariation in Civil worksThe Works to be completed by the completion time.Safety.Discoveries.Possession of Site(s).Access to the site(s).Instructions.Disputes.

B Time Control25262728

Extension of the Completion date.Delays ordered by the Employer.Management meetings.Early warning.

C Quality Control.2930313233

Identifying defects.Tests.InspectionCorrection of defects.Uncorrected defects after completion date.

Signature of Tenderer 23

Page 24: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

D Cost Control343536373839404142

Activity Schedule.Changes in Activity Schedule.Cash flow forecasts.Payment terms.Mode of Payment.Retention.Liquidated Damages.Performance Security.Cost of repairs.

E Finishing the Contract.4344454647484950

Successful commissioningCompletion.Taking Over.Final Account.Documentation.Termination.Payment upon termination.Property.

Signature of Tenderer 24

Page 25: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

SECTION 2CONDITIONS OF CONTRACT

A. GENERAL1. DEFINITIONS

1.1 Acceptance date is the date when the Employer accepts the bid of the successful bidder by issuing a Letter of Acceptance.

1.2 The Activity Schedule is a schedule of the activities comprising design, shop test, supply, transport, construction, erection, testing and commissioning of 33 & 11KV CT & PT for Substation metering at various 33/11 KV S/Station in Urban Circle, Nashik and Cross over points under Urban Circle, Nashik and allied works as defined in the bid document, on “Turnkey basis” under Urban Circle, Nashik and handing over of “the Works”. It includes a lump sum price for each activity, which is used for valuations and for assessing the effects of Variations and Compensation Events. Quantities mentioned in this schedule are approximate and bidder is expected to assess the work based on his investigation and site inspection.

1.3 The Completion Date is the date on which the Contractor shall complete whole of the Works, duly notified by the Superintending Engineer or any other person duly authorised by him, that the Employer can use the works. The Completion Date is specified in the Contract Data. Only the Employer may revise the Completion Date by issuing, in writing, an extension of time.

1.4 The Contract is the contract between the Employer and the Contractor, the terms and conditions of which have been incorporated in the agreement to be executed between the two parties.

1.5 The Contract Data defines the documents and other information, which comprise the Contract.

1.6 The Contractor is the bidder whose bid to carry out the Works has been accepted by the Employer and includes his legal heirs, successors.

1.7 The Contractor’s Bid is the complete bidding document submitted by the Contractor to the Employer.

1.8 The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in accordance with the provisions of the contract.

1.9 Days are calendar days & Months are calendar months.

1.10 Defect is any part of the Works not completed in accordance with the Contract & material specifications as per Part-II. Also it shall include any

works, or part thereof going faulty during Defect Liability Period.

1.11 The Employer/Purchaser is the Superintending Engineer,Urban Circle, Nashik, Maharashtra State Electricity Distribution Co. Ltd. (MSEDCL), who will have the necessary authority to execute the project and be responsible to handle all affairs of the project including award of contract to the Contractor and include any person(s) authorised for the purpose by the Superintending Engineer, Urban Circle, Maharashtra State Electricity Distribution Co. Ltd. (MSEDCL), Nashik

The Superintending Engineer, Urban Circle , MSEDCL, Nashik or any other person duly Authorised by him will have necessary authority to

Signature of Tenderer 25

Page 26: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

execute the Project and be responsible to handle all affairs of the project.

1.12 The Engineer is the person or organization named in the Contract Data or any other competent person authorised by the Employer and notified to the Contractor, for effective implementation of the project.

1.13 Site In charge/in charge is a person authorised by the Employer for the purpose of supervision and implementation of contract terms for the works covered under the contract.

1.14 Construction Equipment is the Contractor’s machinery and vehicles brought temporarily to the site to construct the Works.

1.15 Plant is any integral part of “the Works” which is to have a civil, mechanical, electrical, electronic or chemical function.

1.16 The Site(s) is/are the area (s) defined as such in the Contract Data for execution of works & includes contractors site store.

1.17 The start Date is the date of execution of Contract Agreement. It does not necessarily coincide with any of the Site Possession Dates.

1.18 Specifications mean and include collectively all the terms and stipulations obntained in the bid document including the conditions of contract, Technical Provisions and Annexure thereto and list of correction and amendments.

1.19 A sub-Contractor is a person or corporate body who has a contract with the Contractor to carry out a part of the work in the Contract, which includes work on the Site.

1.20 Temporary Works are works designed, constructed, installed, and removed by the Contractor including Temporary electric supply and water charges at his own expenses which are needed for construction, installation, Testing and Commissioning of the Works.

1.21 A Variation is a modified instruction given by the Employer, which varies “The Works”.

1.22 The Works means design, shop test, supply, transport, construction, erection, testing and commissioning of 33 & 11KV CT & PT for Substation metering at various 33/11 KV S/Station in Urban Circle, Nashik and Cross over points under Urban Circle, Nashik and allied works as defined in the bid document, on “Turnkey basis” and also includes other works not specifically mentioned in bid but required due to site conditions & for what the Contract requires the Contractor to design, supply, transport, construct, install, test, commission, and hand over to the Employer, under the Project.

1.23 Defect Liability Period means the period which begins at the completion of the “Works” or its Sub-items & extends up to 5 years thereafter.

1.24 Defect Correction Period means the period which begins after receipt of Notice of Defect & extends up to 30 days thereafter.

1.25 Defect Notice Period means the period after observation of “Defect” within which the Employer should notify the Bidder about the “Defect”.This notifying of defect shall be normally immediate.

Signature of Tenderer 26

Page 27: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

2.0 Interpretation

In interpreting these Conditions of Contract, singular also means plural, male also means female, and vices versa. Headings and cross-references between clauses have no significance. Words have their normal meaning under the language of the Contract unless specifically defined.

3.0 Language and law.

The language of the Contract shall be English. The law governing the Contract shall be the Indian Laws as stated in the Contract Data.

4.0 Decisions

The Employer is to decide contractual matters between the Employer and the Contractor fairly and impartially. The decision of the Employer will be final, conclusive and binding on both parties to the agreement for contract.

5.0 Delegation

The Employer may delegate any of his duties and responsibilities to other people by notifying the Contractor and may even cancel/withdraw any such delegation by notifying to the Contractor.

6.0 Communications

Communications between parties that are referred to in the conditions are effective, only when they are in writing.

7.0 ASSIGNMENT AND SUBLETTING OF CONTRACT

7.1 The Contractor shall not assign the Contract or any part thereof or any benefit or interest therein or there under without the prior written consent of the Employer.

7.2 The Contractor shall not sublet any part of the works without prior written consent of the Employer.

7.3 Such a consent, if given, shall not relieve the Contractor from any liability or obligation under the Contract and he shall be responsible for the acts, defaults and neglects of any subcontractor, his agents, servants or workmen as fully as if those were the acts, defaults, neglects of the Contractor, his agents, servants or workmen.

7.4 The engineer shall have the right to obtain from the Contractor any agreement in writing entered into by the Contractor with any of his Sub-Contractors or any purchase orders placed for supplies and services in respect of the works included in the Contract provided that the Contractor shall not be bound to disclose the sub Contract value. The Contractor shall supply the engineer with full technical and commercial details of orders placed on his sub-Contractors. The technical specification of all the items ordered on sub-Contractor shall be subject to the approval of engineer.

8.0 Co-ordination with Other Contractors

The Contractor is to co-operate and share the Site with public authorities, utilities, and the Employer.

Signature of Tenderer 27

Page 28: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

9.0 Personnel

9.1 The Contractor is to employ either the key personnel named in the Schedule of Key Personnel to carry out the functions stated in the Schedule or other personnel approved by the Employer. The Employer will approve proposed replacement key personnel only if their qualifications, abilities and relevant experience are equal or better than those of the personnel listed in the Schedule, without affecting the Contract Price.

9.2 If the Employer asks the Contractor to remove a person who is a member of Contractor staff or work force and states the reasons, the Contractor is to ensure that the person leaves the Site within seven days and such person will have no further connection with the work in the Contract.

10.0 Contractor’s Risks

All risks of loss or damage to physical property and of personal injury and death, which arise during and in consequence of the performance of the Contract, are the responsibility of the Contractor.

11.0 Force Majeure

11.1 The following clauses which substantially affect the performance of the Contract shall only be considered, as force majeure conditions.

The acts of God, strikes, lock-outs, or other industrial disturbances, acts of the public enemy wars, blockades, insurrection, riots, epidemics, landslides, earthquakes, storms, lightning, floods, washouts, civil disturbances, explosions, and any other similar events, not within the control of either party and which by the exercise of due diligence neither party is able to overcome.

Provided the party affected by the ‘Force Majeure’ shall within fifteen (15) days from the occurrence of such a cause, notify the other party in writing of such cause with sufficient documentary proof.

11.2 The Contractor or the Employer shall not be liable for delays in performing their respective obligations resulting from any force majeure

causes as defined above. 11.3 In case of damage or destruction of any property or equipment belonging

to the Contractor due to ‘Force Majeure’ clauses, the employer shall not be liable for the same.

12.0 Insurance

12.1 The following insurance cover is to be provided by the Contractor in the joint names of the Employer and the Contractor for the period from the Start Date to the end of the Defects Notice Period or of the last Defects Correction Period whichever is the later.

a) Full cover against damage to other people’s property caused by the Contractor’s Acts or omissions.

b) Covered against death or injury caused by the Contractor’s Acts or omissions as per Laws applicable in India to(i) Anyone authorised to be on the Site.(ii) Third parties who are not on the Site.

Signature of Tenderer 28

Page 29: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

(c) Full cover against theft and damages to the Works and materials during storage and construction.

Contractor shall pursue the matters related to insurance claims in association with the Employer.

12.2 Policies and certificates for insurance are to be produced by the Contractor to the Employer for approval before the Start Date given in the Contract document and subsequently as the Employer may require.

12.3 Alterations to the terms of insurance may be made either with the approval of the Employer or as a result of general changes imposed by the Insurance Company with which the insurance policy is affected.

12.4 Both parties are to comply with any conditions of the Insurance policies.

12.5 The Contractor at his cost shall arrange, secure and maintain comprehensive insurance as may be necessary and for all such amounts to protect his interests and the interest of the Employer, against all risks. Any loss or damage to the equipment, during supply, handling, transporting,storage and erection, till such time the work is commissioned by the Employer shall be to the account of the Contractor. The Contractor shall be responsible for lodging of all claims and make good for the damage or loss by way of repairs and/or replacement of the portion of the works damaged or lost. The transfer of title shall not in any way relieve the Contractor of the above responsibilities during the period of the Contract.

12.6 INDEMNIFICATION OF EMPLOYER

12.6.1 The Contractor shall insure all his personnel, tools and plants, etc. and shall also take a third party liability cover to indemnify the Employer of all liabilities which may come up due to any act or omission on the part of Contractor and cause harm/damage to other Contractor/representatives of Employer or all or anybody rendering service to the Employer or is connected with Employer’s work in any manner whatsoever.

12.6.2 The Contractor shall necessarily indemnify the Employer in all these respects and the indemnification and insurance policy shall be to the approval of Engineer.

12.7 WORKMEN’S COMPENSATION INSURANCE

This insurance shall protect the Contractor against all claims applicable under the workmen’s compensation Act 1948 or any amendment thereof. This policy shall also cover the Contractor against claims for injury, disability, disease or death of his or his sub-Contractor’s employees, which for any reason are not covered under the workmen’s compensation Act 1948. The liabilities shall not be less than workmen’s Compensation as per statutory provisions.

12.8 COMPREHENSIVE AUTOMOBILE INSURANCE

This insurance shall in such a form to protect the Contractor against all claims for injuries, disability, disease and death to members of public including the Employer’s men and damage to the property of others arising from the use of motor vehicle during, on or off the site operations, irrespective of the Ownership of such vehicles.

12.9 COMPREHENSIVE GENERAL LIABILITY INSURANCESignature of Tenderer

29

Page 30: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

12.9.1 This insurance shall protect the Contractor against all claims arising from injuries, disabilities, disease or death of members of public or damage to property of others, due to any act or omission on the part of the Contractor, his agents, his employees, his representatives and sub-Contractors or from riots, strikes and civil commotion. This insurance shall also cover all the liabilities of the Contractor for defending of suits.

12.9.2 The hazards to be covered will pertain to all the areas and works which the Contractor, his sub-Contractors, his agents and his employees have to perform pursuant to the Contract.

12.9.3 The above are only illustrative list of insurance covers normally required and it will be the responsibility of the Contractor to maintain all necessary insurance coverage to the extent both in time and amount to take care of all his liabilities either direct or indirect.

13.0 Site Investigation Data

It is presumed that the Contractor, in preparing his Bid, has relied on the Site Investigation Data collected & verified by him from his own source.

14.0 Queries about the Contract Data

The Employer is to give instructions clarifying queries about the Contract Data.

15.0 Contractor to Construct the Works.

15.1 The Contractor is responsible for design, shop test, and arranging for inspection and tests by representatives nominated by the Employer, during manufacturing process if needed, supply, transport, construct, install, testing and commissioning and hand over the works in accordance with the relevant Specifications and Drawings.

15.2 All the works should be carried out in conformity with the provisions under IE Rules 1956 and Contractor is to get clearance from Competent Authority under IE Rules 1956 before charging/ commissioning of the work at site.

15.3 The Bidder shall be responsible for co-ordinating and liasoning with the various offices i.e. Electrical Inspector Office , Forest Office, Municipal Council, Grampanchayat offices and any other Department, consumer or a group of consumers etc., needed for timely completion of the work. Any amount towards the legitimate fee like Electrical Inspector Charges etc. shall be initially paid by the contractor and the same will be reimbursed to him in the bill payment.

16.0 Quantity Variation

The contract price for supply of equipment and erection is based on the quantity of individual activity/item furnished in the price bid. In case of variation in the quantity of any activity/item, the price of these items shall be paid as per the unit rates quoted by bidder after the approval of competent authority. The contract shall be suitably amended to take care of these variations.

Signature of Tenderer 30

Page 31: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

17.0 Variation in Civil Works The price towards civil works shall be paid as per the actual, based on the

unit rates as per price bid, after taking joint measurement during the execution stage and with due approval from competent authority. The contract shall be suitably amended if any change in contract value is noticed.

18.0 The Works to be completed by the Completion Date

The Contractor shall begin the Works on the Start Date and is to carry out the Works in accordance with the program submitted by him, as updated with the approval of the Employer, and complete them by the Completion Date.

19.0 Safety

19.1 WORKS AND SAFETY REGULATIONS:

19.1.1 The Contractor shall ensure the safety of all the workmen, materials and equipment either belonging to him or belonging to others working at site. Contract shall notify the Engineer of his intention to bring on site any container with liquid or gaseous fuel or other substance, which may create hazard. Engineer shall have the right to prescribe the conditions under which such equipment or container shall be handled and used during performance of the works and Contractor shall strictly adhere to such instructions. The Engineer shall have the right to inspect any construction plant and forbid its use, if in his opinion it is unsafe. The Employer will entertain no claim on account of such prohibition imposed. Contractor shall obey all safety instruction on site given by Engineer. Suitable number of Clerical staff, watch & Ward Store Keepers to take care of equipment, materials and construction tools and tackles shall be posted at site by the Contractor till the completion of contract. Contractor is expected to observe all the safety rules and regulations enacted as per laws applicable.

19.1.2 The Contractor shall arrange for such safety devices as are necessary for such type of work and carry out requisite tests of handling equipment, lifting tools, tackles etc as per standards and practices.

19.2 ELECTRICAL SAFETY REGULATIONS:

19.2.1 No work shall be carried out on any live equipment on any site. The Contractor must make equipment safe and permit to work is to be issued before any work is carried out.

19.2.2 The Contractor shall employ the necessary number of qualified, full time electricians to maintain his temporary electrical installation, wherever necessary.

20.0 Discoveries

Anything of historical or other interest or of significant value unexpectedly discovered on the Site is the property of the State. The Contractor is to notify the Employer of such discoveries and carry out the Employer’s instructions for dealing with them.

21.0 Possession of the Site

Signature of Tenderer 31

Page 32: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

The Employer is to show the possible way leaves for the works covered under this contract, and for any deviation due to site conditions, from such way leave will require prior approval of Employer.

22.0 Access to the Site

The Contractor is to allow the Employer and any persons authorised by the Employer access to the Site and to any place where work in connection with the Contract is being carried out or intended to be carried out.

23.0 Instructions.

The Contractor shall carry out all instructions of the Employer, which are in conformity with the law of the country.

24.0 Disputes

Any disputes or differences arising under, out of or in connection with this tender or contract if not concluded shall be subject to exclusive jurisdiction of courts in Nashik city of Maharashtra. The Indian Law shall govern the contract.

25.0 Extension of the Completion Date

25.1 The Employer is to extend the Completion Date in the event of a variation which makes it impossible for Completion to be achieved by the Completion Date without the Contractor taking steps to accelerate the remaining work and which would cause him to incur additional cost.

25.2 The Employer is to decide whether and by how much to extend the Completion Date within 8 days of the Contractor asking him to decide upon the effect of variation and submitting full supporting information. If the Contractor has failed to give early warning of a delay or has failed to co-operate in dealing with a delay, the delay by his failure is not considered in assessing the new completion Date.

26.0 Delays Ordered by the Employer.

The Employer may instruct the Contractor to delay the start or progress of any activity within the Works.

27.0 Management Meetings

27.1 Project Review co-ordination meetings between Employer & successful bidder shall be conducted on monthly basis at location decided by Employer to review the plans for remaining work and to deal with matters raised in accordance with the early warning procedure.

27.2 The Employer is to record the business of management meetings and is to provide copies of his record to those attending the meeting. The responsibility of the parties for actions to be taken is to be decided by the Superintending Engineer either at the management meeting or after the management meeting and stated in writing to all attended the meeting.

28.0 Early WarningSignature of Tenderer

32

Page 33: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

28.1 The Contractor is to warn the Employer at the earliest opportunity of specific likely failure events or circumstances, which may adversely affect the Project Implementation Schedule.

28.2 The Contractor shall co operate with the Employer in making the Considering proposals for how the effect of such an event or circumstance can be avoided or reduced.

C. Quality Control

29.0 Identifying Defects

The Employer is to check the Contractor’s work and to notify the Contractor of any Defects, which he notices. Such checking does not absolve the Contractor’s responsibilities. The Employer may instruct the Contractor to search for a Defect and to uncover and test any work, which the Employer considers, may have a Defect.

30.0 Tests

The contractor has to submit all the type test reports & routine/ acceptance test certificate required in terms of Technical Specifications.

31.0 INSPECTION

31.1 Successful bidder will inform schedule of acceptance testing and routine testing & other tests of all equipments as per MSEDCL’s standard practice to Employer giving 8 days advance notice. Employer may depute its representatives for witnessing the tests, if desired. Bidder has to arrange for inspection and testing as above at his own cost.

31.2 It is expressly agreed to by the Contractor that the quality tests and inspection by the Employer shall not in any way relieve the Contractor of their responsibilities for quality standards, performance guarantee and other obligations under this Agreement.

32.0 Correction of Defects

32.1 The Employer is to give notice to the Contractor of any Defects of which he is aware before the end of the Defects Liability Period, which begins at Completion of “the Works” or its sub-items and extends up to 5 Years thereafter.

32.2 Every time notice of Defect is given, a Defects Correction Period for the notified defect begins. The Contractor is to correct the notified defect within the Defects Correction Period. The length of the Defects Correction Period is 15 days as stated in the Contract Data. The Contractor is to correct defects which he notices himself before the end of the Defects liability period.

32.3 The Employer is to certify that all Defects have been corrected when all known defects have been corrected. If the Employer considers that correction of a Defect is not essential he can request the Contractor to submit a quotation for the corresponding reduction in the Contract Price or an earlier Completion Date or both. If the Employer accepts the quotation, the corresponding change in the Contract Data is a Variation.

33.0 Uncorrected Defects after Completion Date

Signature of Tenderer 33

Page 34: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

33.1 After Completion date, the Employer may arrange for third party Defect if the Contractor has not corrected it within the Defects Correction period.

33.2 The Employer is to give the Contractor at least 20 days notice of his intention to use a third party to correct a Defect. If the Contractor does not correct the Defect himself within this notice period, the Employer may have the Defect corrected by the third Party. The cost of the Correction will be to the contractors account & it will be deducted from the balance payment due to the Contractor.

33.3 Employer will carry out such work in the event of emergency and situation so demands and will inform to Contractor accordingly and will recover/deduct cost of such work done.

D. Cost Control

34.0 Activity Schedule

The Contractor is to produce an updated Activity Schedule within 5 days of being instructed by the Employer. The activities on the Activity Schedule are to be co-ordinated with the activities of the program.

35.0 Changes in the Activity Schedule

The Contractor may amend the schedule of activity to accommodate changes of program or method of working made at his own discretion subject to condition that Price in the Activity Schedule and completion date is not altered. When the Contractor makes such changes to the Activity Schedule it is required to inform in writing such changes/amendments to Employer before actually putting in practice.

36.0 Cash Flow Forecasts

When the program or Activity schedule is updated the Contractor is to provide the Employer with an updated cash flow forecast.

37.0 Payment Terms

37.1 All payments due to the Contractor shall be paid only by ‘Account Payee” cheque.

a) The Contractor shall present every month his Invoice for items supplied installed/tested/commissioned as per activity schedule for the works commissioned in the preceding month. After verification by the Employer all items having financial value shall be entered and certified in Employers Measurement book by the Engineer and the Invoices prepared based on the same and relevant technical documents, which form part of this Bid specification. Running Bill payment up to 90% of the contract rates towards items supplied, installed, tested & commissioned as per activity schedule after making adjustment for incomplete work(s) will be arranged.

b) Retention of 10% as covered under clause 41 below.

c) In a nutshell MSEDCL shall make payment to successful bidder by way of invoicing as per following :

Sr. No.

Nature of payment

% of total price as indicated at Article 3.6

Payable on submission of Documents to MSEDCL/Completion of Formalities

Signature of Tenderer 34

Page 35: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

1. Monthly running Bill

90 % of invoice

Successful Bidder’s invoice in triplicate

Commissioning certificate issued by Employer’s site representative not below the rank of Executive Engineer.

Recording of M.B. as per clause in tender document of General terms and conditions.

2. Retention 10% 5% shall be released after issue of completion certificate by the representative of Employer not below the rank of Executive Engineer (Entire Project completion) & after recording of M.B. & after effecting all recoveries due from Contractor.

Balance 5% shall be released after completion of the defect Liability period and duly certified by the Employer site Authority not below the rank of Executive Engineer and after submission of ‘No Claim Certificate by the Bidder.

d) Work is to be measured as per standard procedure. The measurement shall be taken jointly by persons duly authorized by the Employer and by the Contractor.

e) If, at any time due to any reasons whatsoever, it becomes necessary to re-measure the work done in full or in part, the expense towards such measurement shall be borne by the Contractor.

f) The Contractor shall bear the expenditure involved if any in making measurement. The Contractor shall, without extra charges, provide all assistance with appliances and other things necessary for measurement.

g) The measurement entered in “Measurement Books” and bills prepared shall be signed and dated by both the contracting parties.

h) The Contractor will be intimated in writing by the Engineer the proposed date of measurement. If the Contractor does not turn up at the scheduled time, the Engineer shall have the powers to proceed by himself to take measurement in which case the measurement taken by Engineer shall be accepted by the Contractor as final.

i) Passing of measurement as per bills does not amount to acceptance of the completion of the work mentioned. Any left out work has to be completed if pointed out at a latter date by the Engineer.

j) The Contractor shall be directly responsible for payment of wages to his workmen. A Payroll sheet giving all the payment given to the workers and duly signed by the Contractor’s representative should be furnished to Engineer for record purpose every month.

k) The Employer shall make the payment for the works direct to the Contractor.

37.2 The Contractor shall submit to the Employer monthly payment application as per Sample Form-H for payments indicating value of the work completed less the cumulative amount certified/paid previously.

37.3 The Superintending Engineer, Urban Circle, MSEDCL, Nashik or a person(s) authorised by him shall check the Contractor’s monthly statement and certify the amount to be paid to the Contractor.

Signature of Tenderer 35

Page 36: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

37.4 The Superintending Engineer, MSEDCL, Urban Circle, Nashik or a person(s) duly authorised by him shall determine the value of work completed by the Contractor.

37.5 The value of work completed comprises the value of completed activities in the Activity Schedule.

37.6 The value of work completed includes the valuation of Variations, deductions towards advance & retention.

37.7 The Superintending Engineer, MSEDCL, Urban Circle, Nashik, or a person(s) duly authorized by him may exclude any item certified in a previous certificate or reduce the proportion of any item previously certified in any certificate in the light of later information.

38.0 Mode of Payment

38.1 The Superintending Engineer, Urban Circle, MSEDCL, Nashik or the officer nominated by him, is to pay the Contractor the amounts certified by the concerned field Engineer within 30 calendar days of the date of such bill submission subject to availability of funds. No interest is payable by the Employer for period exceeding as stated above.

38.2 If an amount certified is increased in a later certificate as a result of an award by the Court, the payment to the Contractor will be made accordingly.

39.0 RETENTION:

39.1 The Employer is to retain 10 % from each payment due to the Contractor as stated in the Contract Data.

39.2 5% shall be released after issue of completion certificate by the representative of Employer not below the rank of Executive Engineer (Entire Project completion) & after recording of M.B. & after effecting all recoveries due from Contractor.

39.3 Balance 5% shall be released after completion of the defect Liability period and duly certified by the Employer site Authority not below the rank of Executive Engineer and after submission of ‘No Claim’ Certificate by the Bidder.

40.0 LIQUIDATED DAMAGES:

40.1 If the Contractor fails to complete all the works within the time frame stipulated as completion period or within extension of time granted by the Employer, the Employer shall levy liquidated damages for breach of contract without prejudice to any other rights and /or remedies provided for the contract.

40.2 The liquidated damages shall be levied @ ½ % (Half percent) of the contract price per week of delay subject to maximum 10 (Ten) % of the contract price for balance scope of work and the completed work, which cannot be used for the benefit of MSEDCL. In case of such maximum delay, the Employer may terminate the contract and Employer at the risk and cost of the Contractor complete the balance work.

41.0 PERFORMANCE SECURITY:

Signature of Tenderer 36

Page 37: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

41.1 The performance guarantee shall cover additionally the following guarantee to the Employer:-

“The Contractor guarantees that the equipment installed by him shall be free from all defects in materials/workmanship and shall, upon written notice from the Employer, fully remedy free of expenses to the Employer such defects that are attributable to the Contractor within the period of guarantee specified in the relevant clause of the Contract.”

41.2 The Contract performance Guarantee is intended to secure the performance of the entire Contract. However, it is not to be construed as limiting the damages stipulated in other clauses of the Contract.

41.3 If there is no reason to retain the performance security, the performance security is to be returned by the Employer after the issue of Completion Certificate.

41.4 The Employer is to notify the Contractor of any claim made against the bank issuing security.

41.5 The Employer may adjust against the security, any claim, of MSEDCL.

41.6 The Employer is not liable to pay any interest or compensation to the Contractor for retaining the performance Guarantee after the end of the guarantee period.

41.7.1 Termination of contract due to contractor’s default mentioned in this agreement or variation in the scope of work shall not entitle the Contractor to reduce the value of the performance guarantee nor the time thereof. The performance guarantee shall be valid for the full value and for the full period of Contract including guaranty period.

41.8 The Performance Security will be forfeited in case of following :1) If, Bidder does not commence the work.2) If the Bidder does not follow the stipulated Time schedule & which

result in project held up.3) If the contract is terminated due to the reasons attributable to the

Contractor.

42.0 COST OF REPAIRS:

Loss or damage to the Works or materials to be incorporated in the Works between the Start Date and the end of the final Defects Correction periods is to the Contractor’s Account.

E. FINISHING THE CONTRACT

43.0 SUCCESSFUL COMMISSIONING

43.1 The Successful Commissioning of the project shall imply completion of the following events:

(i) Completion of all works at site as per Contract Document.(ii) Successful test charging of the allied equipment.

43.2 Commissioning certificate shall be issued by Employer to successful bidder. In case the project is ready for commissioning but cannot be commissioned for reasons attributable to MSEDCL, the project shall be deemed to have been

Signature of Tenderer 37

Page 38: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

commissioned and commissioning certificate shall be issued to successful bidder.

44.0 COMPLETION CERTIFICATEThe Employer is to issue a certificate certifying Completion to the Contractor when Employer decides that the work is completed. The completion certificate shall be normally issued within 8 days from the Completion date.

45.0 TAKING OVER

The Engineer will take over the Site and the Works within seven days from the date the Superintending Engineer issuing a certificate of completion.

46.0 FINAL ACCOUNTThe Contractor is to supply to the Employer a detailed account of the total amount which he considers is payable to him under the Contract before the end of the Defects Liability Period. The Employer is to certify any final payment,

which is due to the Contractor within 60 days of receiving the Contractor’s account if it is correct and complete. If it is not, the Employer is to issue a schedule that states the scope of corrections or additions that are

necessary. If the Final Account is still unsatisfactory after it has been resubmitted, the Employer is to decide on the amount payable to the Contractor.

47.0 DOCUMENTATION

47.1 Successful bidder shall submit copies of drawings / other technical documents to Employer as mentioned below :a) Drawings for approval -

3- copies of drawing for work as mentioned below :(i) Equipment GA\Scheme Drawings

(ii) Schematic Drawings.(iii) Line/Cable Schedule

b) Final Drawings –Copies of final/ as built drawings along with 1- set in Floppy/CD in AUTOCAD Package.

c) Schedule of O&M manualsd) Schedule of key Personnele) Site investigation data

47.2 Operation & maintenance Manuals

47.2.1 Contractor shall supply all the Documents mentioned below within 15 days prior to completion date as stated in the Contract Data.

47.2.2 If the Contractor does not supply the manuals by the date stated in the Contract Data, the Employer is to withhold a suitable amount from payments due to the Contract.

48.0 TERMINATION

48.1 If any of the following events shall have happened and be continuing, the Employer may terminate the Contract by giving 30 (thirty) days prior written notice to the Contractor.

a) The financing of the project is stopped by financiers due to any reasons there of.

b) On review of performance of the Contractor by the Employer, the Employer is not satisfied with the performance of the Contractor.

48.2 If the Contract is terminated, the Contractor is to stop work Signature of Tenderer

38

Page 39: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

immediately, make the Site safe and secure and leave the Site after handing over of the site to the Employer as soon as reasonably possible.

48.3 The Employer may upon written notice of Contractor's default, terminate the contract in the circumstance detailed hereunder.

48.3 If, in the opinion of the Employer, the Contractor fails to make completion of works within the time specified in the contract agreement or within the extended period granted by the Employer.

48.4 If, in the opinion of the Employer, the Contractor fails to comply with any of the other provision of the contract including technical requirement, statutory provisions etc.

48.5 In the event the Employer terminates the contract in whole or in part as provided above, the Employer reserves the right to get the work executed as deemed by the Employer to be similar to the one contracted for, upon such terms and in such manner as the Employer may deem proper and the Contractor shall be liable to the Employer for any additional cost for execution and completion of such works.

49.0 PAYMENT UPON TERMINATION

49.1. If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the Employer is to issue a certificate for the value of the work done and material ordered less payments received up to the date of the issue of the certificate and less the percentage of the value of the work not completed. Liquidated Damages do not apply and Employer has a right to claim for loss and damages in respect of any delay incurred arising from the Breach. If the total amount due to the Employer exceeds any payment due to the Contractor the difference shall be a debt payable to the Employer.

49.2 If the Contract is terminated at the Employer’s convenience or because of fundamental breach of Contract by the Employer, the Employer is to issue a certificate for the value of the work done, materials ordered, the reasonable cost of removal of equipment, repatriation of the Contractor’s personnel employed solely on the Works, and the Contractor’s costs of protecting and securing the Works and less advance payments received up to the date of the certificate.

50.0 PROPERTY

All materials on the Site, Plant, and Equipment owned by the Contractor, Temporary Works and Works are deemed to be the property of the Employer and are at his disposal if the Contract is terminated because of a fundamental breach of Contract by the Contractor.

Signature of Tenderer 39

Page 40: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

Signature of Tenderer 40

Page 41: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

SECTION 3

SAMPLE FORMS OF BID, QUALIFICATION INFORMATION, SECURITIES, LETTER OF ACCEPTANCE, CONTRACT AGREEMENT AND PAYMENT APPLICATION.

(Bidders are advised to note the contents of the following Sample Forms, which form the part of Bidding Document.)

Sample Form Description

Bidders should not complete unconditional performance security form &advance Application form at this time. Only the successful bidder will be required to provide performance security in accordance with the sample or in a similar form acceptable to the Employer.

Signature of Tenderer 41

Form Number DescriptionForm “A” Bid Form.Form “B” Qualification information.Form “C” & C1 Letter Of Acceptance/EMD formForm “D” Contract Agreement.Form “E” Unconditional Performance Security Bank

Guarantee.Form “F” Payment Application.Form “G” Joint Venture Agreement.

Page 42: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

SAMPLE FORM – A

Bid Form BID NO.___________________For Project._________

(On Bidder’s Letterhead)Name of the Project and identification No._____________________________

BID

To:The Superintending Engineer (Urban Circle)Maharashtra State Electricity Distribution Co. Ltd.,2nd Floor, Prosper Park, Near Shingada Talav,Nashik - 01

GENTLEMEN

I/We the undersigned have carefully examined and understood the bid documents. I/We hereby agree to design, test, supply, transport, construction, erection, testing and commissioning of Work errection 33 & 11KV CT & PT for Substation metering at various 33/11 KV S/Station in Urban Circle, Nashik and Cross over points under Urban Circle, Nashik and allied works as defined in the bid document, on “Turnkey basis” and hand over the completed works as described above in accordance with the conditions of the contract and other prices identified in the Contract Data accompanying the bid. This bid and your written acceptance shall be the basis for Contract Agreement. I/We understand that you are not bound to accept the lowest or any bid you receive or assign any reason therefore.I/We further agree to sign an agreement to abide by the General Conditions of Contract and carry out all works according to specific clauses.I/We, agree to keep this Bid open for acceptance for 90 days from the date of opening thereof and also agree not to make any modification in its terms and conditions on my/our own accord.

Signed this day ______ of _____________2007.

Yours faithfully,

Witness: _______________ Signature: _______________

Address: Name Signature Address of the companyDate Seal of the Company

(To be filled in by the Bidder, together with his particulars and date of submission at the bottom of the Form of Bid.)

Signature of Tenderer 42

Page 43: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

SAMPLE FORM - B(On Bidder’s Letter head)

BID No.______________

Qualification Information

(The information to be filled in by the bidder in the following pages will be used for purposes of post qualification as provided for in Clause 3 of the instructions to Bidders.)

1. For individual Bidders or Individual Members of Joint Venture1.1 Constitution or Legal status of Bidder (Attach copy)

Place of registration: _____________________

Principal place of business: _____________________

Power of attorney of signatory Of bid (Attach copy)

______________________________________1.2 Total annual volume of Years Turnkey * Construction **

Works performed in last ________________________________Three years 1 2 ___

2004-2005 _________ ___________

2005-2006 _________ ___________

April 2006 - March-2007 _________ ___________

1.3 The following items of Contractor’s Equipment are essential for carrying out the Works. The bidder should list all the information requested below:

Item of Equipment. Make & Age (Years)

Condition. (New/Good/Poor, Not

Available)Civil construction equipment.Material Handling equipmentTesting / commissioning of the equipment.

1.4 Qualification and experience of key personnel proposed for administration and execution of the contract. Attach details

Position Name Years of Experience (General)

Years of Experience in the proposed position.

Project ManagerField EngineerSupervisorEngineer etc.

Signature of Tenderer 43

Page 44: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

1.5 Proposed sub-contracts and firms involved

Section of the works. Value of Sub Contract.

Sub Contractors Name & Address.

Experience in similar Works.

IIIIII

Activity of the activity schedule decided to be assigned.Note The Bidder may note that the Sub-Contractor(s) intended to be deployed as listed

above can be changed only with the approval of Employer.

1.6 Financial reports for the last three years, balance sheets, profit and loss account, auditor’s reports, etc. List them below and attach copies.I)II)III)IV)

1.7 Evidence of access to financial resources to meet the qualification requirements, cash in hand, net working capital, lines of credit etc. List them below and attach copies of support documents.I)II)III)IV)

1.8 Name, address, and telephone, telex and fax numbers of the bidders’ bankers who may provide reference if contacted by the Employer.I)II)III)IV)

1.9 Information on current litigation in which the bidder is involved.

Names of Parties involved. Cause of Dispute. Amount Involved.IIIIII

1.10 Statement of compliance with the requirements of Sub-Clause 3.4(I) of the Instructions to Bidders.

1.11 Proposed work method and schedule. The bidder should attach description, drawings, and charts as necessary to comply with the requirements of the bidding documents.

2.0 For Joint Ventures2.1 The information listed in 1.1 - 1.11 above shall be provided for each member of

the joint Venture.2.2 Attach the power of attorney of the signatory (s) of the bid authorizing him (them)

to sign the bid on behalf of the joint venture.2.3 Attach the Agreement among all members of the joint venture (and which is

legally binding on all members), which shows thata) All members shall be jointly and severely liable for the execution of the

Contract in accordance with the Contract terms.Signature of Tenderer

44

Page 45: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

b) One of the members will be nominated as being in charge, authorised to incur liabilities and receive instructions for and on behalf of any and all members of the joint venture; and

c) The execution of the entire Contract including payment shall be done exclusively with the member in charge

3.0 Declaration

The following declaration as to the eligibility of goods to be covered under the contract signed and dated by Contractor shall be attached to the bid.

“I, the undersigned hereby certify that, the major goods such as 33 kV CT, 33 kV PT , control cable to be supplied are produced in (Name of the eligible source company (manufacturer)) & are confirming to the Technical Specifications of this Bid.

The material to be used should be of the make approved by the MSEDCL and the method of construction should be as per the standard method of construction approved by MSEDCL & adhering to relevant Acts & rules in force.

The bidder should emboss the major materials suitably in format “MSEDCL/NUC/T-I/07-08/12

I, the undersigned hereby certify that (name of the Contractor)) has been incorporated and registered in (name of the eligible source state), has its appropriate facilities for producing or providing the goods and services in (name of eligible source) and actually conducts its business there”.

Signature

Name & designation

Date: Name of Co.

Place: Address

Signature of Tenderer 45

Page 46: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

Signature of Tenderer 46

Page 47: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

SAMPLE FORM –CLetter of Acceptance

(On Employer’s Letterhead)By Regd Post A/D

Contract No. --------------- Date

To: __________ (Name and address of the Contractor)

Dear Sirs,

This is to notify you that your bid dated ______for turnkey execution of “the Works” design, Shop test, supply, transport, construction, erection, testing and commissioning of 33 & 11KV CT & PT for Substation metering at various 33/11 KV S/Station in Urban Circle, Nashik and Cross over points under Urban Circle, Nashik and allied works as defined in the bid document for Contract Price (amount in figures and words), as corrected and modified in accordance with the instructions to Bidders is hereby accepted by us.

You are advised to submit performance security within 8 days and sign a contract agreement within 8 days from the date of this letter.

You are hereby instructed to proceed with preparation for the said Works in accordance with the Contract documents as listed in the Contract Data attached hereto.

Yours faithfully,

Signature

Name

Title

Employer

(Signature, name and title of signatory Authorised to sign on behalf of the Employer)

Copy to: 1. The Executive Engineer, MSEDCL, ----------- Division.2. Accounts Officer (----------), ----------.

Signature of Tenderer 47

Page 48: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

SAMPLE FORM -D

CONTRACT No.:_______________________________

CONTRACT AGREEMENT (To be executed on Rs.100/- non-judicial stamp paper)

This agreement made on this ____Day of _______ , Two Thousand Seven between Superintending Engineer, ______Circle Maharashtra State Electricity Distribution Co. Ltd. ( a corporation constituted under Electricity (Supply) Act 1948) having its office at ______________________________________ (hereinafter referred to as “Employer” or “MSEDCL” which expression shall unless repugnant to the context or meaning thereof include its successors and assigns) of the one part and M/s __________registered under _________ act having its registered office at ______________________________ (hereinafter referred to as the “Contractor” or “M/S______________” which expression shall unless repugnant to the context or meaning thereof include its successors and permitted assigns) of the other part.

WHEREAS

a) Employer desires to design, Shop Test, supply, transport, construction, erection, testing and commissioning of 33 & 11KV CT & PT for Substation metering at various 33/11 KV S/Station in Urban Circle, Nashik and Cross over points under Urban Circle, Nashik and allied works on turnkey basis as defined in the bid documents hereinafter called the “Project”, invited tenders as per tender o. ______________________________ from the qualified bidders for design, engineering, supply of all equipment/ materials, the associated civil works, unloading, storage, handling at site, erection, testing, and commissioning of the above works hereinafter compendiously referred to as the “Turn key Project Work”.

b) In response to above, M/S_____ submitted its offer vide offer no. ________dtd.______ to the Employer , which was opened on date __________ .

c) MSEDCL has accepted M/s. ________’s aforesaid offer and issued a Letter of Intent to M/s. __________ as per its letter No.______________________________dated _________ for supply of all equipment/ materials, the associated civil works, unloading, storage, handling at site, erection, testing, commissioning of the above Project work for the sum of Rs.______________in words(Rs._____________________only) Hereinafter, he Contract price.

d) The parties hereto have executed this agreement as per the terms and conditions of the contract.

Now therefore this agreement Witnessed s under :

Signature of Tenderer 48

Page 49: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

Article 1.0 AWARD OF CONTRACT

1.1 MSEDCL confirms that it has awarded to M/S_______ and M/S_______ agrees to carry out the Contract for the above Project Work including the design, Shop Test, supply, transport, construction, erection, testing and commissioning of 33 & 11KV CT & PT for Substation metering at various 33/11 KV S/Station in Urban Circle, Nashik and Cross over points under Urban Circle, Nashik and allied works on turnkey basis, as defined in the bid documents on terms and conditions contained in MSEDCL’s letter of Intent No. __________________________________ dated ___________ and the documents referred to therein. The award has taken effect from ________ the date of issuance of the aforesaid Letter of Award. The terms and expressions used in this Agreement shall have the same meaning as are assigned to them in the “Contract Document” referred to in the succeeding Article.

1.2 The scope of works will be broadly as under:

a) The design, Shop Test, supply, transport, construction, erection, testing and commissioning 11KV CT & PT for Substation metering at various 33/11 KV S/Station in Urban Circle, Nashik and Cross over points under Urban Circle, Nashik and allied works on turnkey basis in as per Activity schedule and specifications as per Tender document.

b) All associated civil works for the construction of the above works as per Activity schedule and specifications as per Tender document.

c) Services i.e. Erection, testing and commissioning of all the necessary equipment for the construction of the above works as per Activity schedule and specifications as per Tender document.

d) The material to be used should be of the make approved by the MSEDCL and the method of construction should be as per standard method of construction approved by MSEDCL & adhering to the relevant Acts & Rules in force.

Signature of Tenderer 49

Page 50: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

Article 2.0 CONTRACT AGREEMENT

The obligations set forth in this Agreement shall be duly performed strictly as per the terms and conditions stipulated herein and in the following documents (hereinafter collectively referred to as “Contract Document”)

2.1 General Terms and Conditions as per volume-I and Tender Specifications as per volume – II including the following amendments and replies to queries.

Corrigendum No. I no ___________ (if any)

2.2 ANNEXURE A (hereto).

a) M/S_______’s offer reference _____________________dated ___________(including Technical & Price Bids), M/S______’s letters ref. _______________ dated__________.

b) All the letters issued by Employer to M/S_________ and vice versa from ___________, till date of signing of this contract agreement irrespective of whether listed above .

Signature of Tenderer 50

Page 51: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

2.3 ANNEXURE – B.

Employer’s Award letter no. ___________________________ dated _________, and M/S________’s acceptance letter no._______________ dated ___________ .

2.4 ANNEXURE – CActivity schedule with Price break up.

2.5 This agreement.

Article 3.0 CONDITIONS AND COVENANTS

3.1 The obligations set forth in this Agreement shall be duly performed by the Contractor strictly and faithfully in accordance with the terms of the Contract Document.

3.2 Time Schedule: Time is the essence of Contract and schedule shall be strictly adhered by M/S ____________shall perform the work in accordance with the agreed schedule.

3.3 INSPECTION

3.3.1 M/S_______will inform schedule of acceptance testing and routine testing & other tests of all equipments as per MSEDCL’s standard practice to Employer giving 8 days advance notice. Employer may depute its representatives for witnessing the tests, if desired.

3.3.2 It is expressly agreed to by the Contractor that the quality tests and inspection by the Employer shall not in any way relieve the Contractor of their responsibilities for quality standards, performance guarantee and other obligations under this Agreement.

Article 3.4 PROJECT REVIEW MEETINGS

Project Review co-ordination meetings between Employer & M/S______ shall be conducted on weekly basis at location decided by Employer. This is in addition to the relevant clause of Tender Document.

Article 3. 5 DOCUMENTATION3.5.1 M/S______ shall submit copies of drawings / other technical documents to

Employer as mentioned below :c) Drawing for approval -

3- copies of drawing for each location as mentioned below :-i) Equipment GA\ Scheme Drawingsii) Schematic Drawings.iii) Line/Cable Schedule

d) Final Drawings –Copies of final/ as built drawings along with 1- set in Floppy/CD in AUTOCAD Package.i) Schedule of O&M manualsii) Schedule of key Personneliii) Site investigation data

Article 3.6 CONTRACT PRICE

Signature of Tenderer 51

Page 52: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

3.6.1 The lump sum contract price for Project Engineering and Equipment and cost of mandatory spares inclusive of all taxes and duties shall be Rs.________.

3.6.2 The contract price includes all taxes and duties, inclusive of Corporate tax, Income tax, Service tax, Excise Duty, other Levies, Fees, Cess Deposit etc. whatsoever, and the Employer shall not be liable for payment of any such taxes or duties.

3.6.3 In the event of any changes on account of value added tax by the Govt. after the date of submission of the Bid till the commencing of contract, the benefit out of such change shall be passed on to either of the parties.

3.6.4 The contract is to be treated as a non-divisible contract, which includes all applicable taxes, duties, etc as indicated above and no concessional forms such as ‘E’, ‘C’ etc. will be issued to the contractor.

4.1 Quantity Variation

The contract price for supply of equipment and erection, is based on the quantity of individual activity/item furnished in the price bid. In case of variation in the quantity of any activity/item, the price of these items shall be paid as per the unit rates quoted by M/S___________ after the approval of competent authority. The contract shall be suitably amended to take care of these variations.

4.2 Variation in Civil Works

The price towards civil works shall be paid as per the actual, based on the unit rates as per price bid , after taking joint measurement during the execution stage and with due approval from competent authority. The contract shall be suitably amended if any change in contract value is noticed.

4.3 Maharashtra Works Contract Tax (WCT) @4% ( As applicable at the time of submission of the tender) has been included for the entire contract value including supply of all material of M/S_______ make and bought out equipment and civil works. Any statutory variation in the WCT rate during execution of works shall be to the account of M/S_________.

Article 5.0 TERMS OF PAYMENT

5.1 Payments will be made as per the item rate specified in the activity schedule of volume III for actual quantity executed and successfully commissioned.All payment due to the Contractor shall paid only by ‘ account payee ‘ cheque.MSEDCL shall make payment to M/S______ by way of invoicing as per the following

Signature of Tenderer 52

Page 53: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

Sr No

Nature ofpayment

% of total price as indicated at Article3.6

Payable on submission of Documents to MSEDCL/Completion of Formalities

1 Monthly running

Bill

90 % of invoice M/S_____________’s invoice in triplicate Commissioning certificate issued by

Employer’s site representative not below the rank of Executive Engineer .

Recording of M.B. as per clause in tender document of General terms and conditions.

2 Retention 10 %

5% shall be released after issue of completion certificate by the representative of Employer not below the rank of Executive Engineer (Entire Project completion) & after recording of M.B. & after effecting all recoveries due from Contractor.

Balance 5% shall be released after completion of the defect Liability period and duly certified by the Employer site Authority not below the rank of Executive Engineer and ‘No Claim Certificate‘by the Bidder .

All the Terms & conditions of payment as per tender document and amendment letter no ________________DTD _______ shall be applicable.All the above payments shall be released by the Superintending Engineer, Urban Circle, MSEDCL, Nashik.

5.2 Tax Deductions at Source (TDS)

5.2.1 TDS towards income tax shall be deducted, from the payment of contract value as per the rate applicable. PAN No. shall be informed.

5.2.2 TDS towards Value Added Tax shall be deducted, from the payment of contract value as per the rate applicable VAT No. may be informed.

Article 6.0 COMPLETION SCHEDULE

6.1 The time stipulated in the contract for the completion of works shall be deemed to be the essence of the contract. The contractor shall, so organize his resources and perform his work as to complete it not later than the date agreed to. The completion schedule is 1 (One) month from the Start date.

6.2 Contract Agreement should be executed within 8 days from date of issue of LOA.

6.3 The Employer may extend the Completion Date in the event of a Variation which makes it impossible for Completion to be achieved by the Completion Date without the Contractor taking steps to accelerate the remaining work and which would cause him to incur additional cost.

6.4 The Employer is to decide whether and by how much to extend the Completion Date within 21 days of the Contractor asking him to decide upon the effect of variation and submitting full supporting information. If the Contractor has failed

Signature of Tenderer 53

Page 54: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

to give early warning of a delay or has failed to co-operate in dealing with a delay, the delay by his failure is not considered in assessing the new Completion Date.

6.7 COMPLETION CERTIFICATE

The Employer is to issue a certificate certifying Completion to the Contractorwhen Employer decides that the work is completed.The completion certificate shall be normally issued within 3 weeks from the Completion date.

6.8 TAKING OVER

The Engineer will take over the Site and the Works within seven days from the date the Superintending Engineer, issuing a certificate of Completion.

6.9 FINAL ACCOUNT The Contractor is to supply to the Employer a detailed account of the total amount

which he considers is payable to him under the Contract before the end of the Defects Notice Period. The Employer is to certify any final payment, which is due to the Contractor within 60 days of receiving the Contractor’s account if it is correct and complete. If it is not, the Employer is to issue a schedule that states the scope of corrections or additions that are necessary. If the Final Account is still unsatisfactory after it has been resubmitted, the Employer is to decide on the amount payable to the Contractor.

6.10 OPERATION AND MAINTANCE MANUALS

6.10.1 Contractor shall supply operation and Maintenance manuals within 15 days prior to completion date as stated in the Contract Data.

6.10.2 If the Contractor does not supply the manuals by the date stated in the Contract Data, the Employer is to withhold a suitable amount from payments due to the Contract.

7.0 SUCCESSFUL COMMISSIONING

7.1 The Successful Commissioning of the project shall imply completion of the following events:

(iii) Completion of all works at site as per Contract Document(iv) Successful test charging of the allied equipment

7.2 Commissioning certificate shall be issued by Employer to M/S___________. In case the project is ready for commissioning but cannot be commissioned for reasons attributable to MSEDCL, the project shall be deemed to have been commissioned and commissioning certificate shall be issued to M/S___________.

8 TERMINATION

Signature of Tenderer 54

Page 55: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

8.1 If any of the following events shall have happened and be continuing, the Employer may terminate the Contract by giving 30 (thirty) days prior written notice to the Contractor.

a) The financing of the project is stopped by financiers due to any reasons there of.

b) On review of performance of the Contractor by the Employer, the Employer is not satisfied with the performance of the Contractor.

8.2 If the Contract is terminated, the Contractor is to stop work immediately, make the Site safe and secure and leave the Site after handing over of the site to the Employer as soon as reasonably possible.

8.3 The Employer may upon written notice of Contractor's default, terminate the contract in the circumstance detailed hereunder.

8.4 If, in the opinion of the Employer, the Contractor fails to make completion of works within the time specified in the contract agreement or within the extended period granted by the Employer.

8.5 If, in the opinion of the Employer, the Contractor fails to comply with any of the other provision of the contract including technical requirement, statutory provisions etc.

8.6 In the event the Employer terminates the contract in whole or in part as provided above, the Employer reserves the right to get the work executed as deemed by the Employer to be similar to the one contracted for at the risk and cost of the contract, upon such terms and in such manner as the Employer may deem proper and the Contractor shall be liable to the Employer for any additional cost for execution and completion of such works.

9 PAYMENT UPON TERMINATION

9.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the Employer is to issue a certificate for the value of the work done and material ordered less payments received up to the date of the issue of the certificate and less the percentage of the value of the work not completed. Liquidated Damages do not apply and Employer has a right to claim for loss and damages in respect of any delay incurred arising from the breach. If the total amount due to the Employer exceeds any payment due to the Contractor the difference shall be a debt payable to the Employer.

9.2 If the Contract is terminated at the Employer’s convenience or because of fundamental breach of Contract by the Employer, the Employer is to issue a certificate for the value of the work done, materials ordered, the reasonable cost of removal of equipment, repatriation of the Contractor’s personnel employed solely on the Works, and the Contractor’s costs of protecting and securing the Works and less advance payments received up to the date of the certificate.

Article 10.0 FORCE MAJEURE

10.1 The following clauses which substantially affect the performance of the contract shall only be considered, as force majeure conditions.

The acts of God, strikes, lock-outs, or other industrial disturbances, acts of the public enemy wars, blockades, insurrection, riots, epidemics, landslides, earthquakes, storms, lightning, floods, washouts, civil disturbances, explosions, and any other similar events, not within the control of either party and which by the exercise of due diligence neither party is able to overcome.

Provided the party affected by the ‘Force Majeure’ shall within fifteen (15) days from the occurrence of such a cause, notify the other party in writing of such cause with sufficient documentary proof.

Signature of Tenderer 55

Page 56: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

10.2 The Contractor or the Employer shall not be liable for delays in performing their respective obligations resulting from any force majeure causes as defined above.

10.3 In case of damage or destruction of any property or equipment belonging to the Contractor due to ‘Force Majeure’ clauses, the employer shall not be liable for the same.

Article 11.0 ASSIGNMENT AND SUBLETTING OF CONTRACT

11.1 The Contractor shall not assign the Contract or any part thereof or any benefit or interest therein or there under without the prior written consent of the Employer.

11.2 The Contractor shall not sublet any part of the works without prior written consent of the Employer.

11.3 Such consent, if given, shall not relieve the Contractor from any liability or obligation under the Contract and he shall be responsible for the acts, defaults and neglects of any subcontractor, his agents, servants or workmen as fully as if those were the acts, defaults, and neglects of the Contractor, his agents, servants or workmen.

11.4 The engineer shall have the right to obtain from the Contractor any agreement in writing entered into by the Contractor with any of his sub-Contractors or any purchase orders placed for supplies and services in respect of the works included in the Contract provided that the Contractor shall not be bound to disclose the sub Contract value. The Contractor shall supply the engineer with full technical and commercial details of orders placed on his sub-Contractors. The technical specification of all the items ordered on sub-Contractor shall be subject to the approval of engineer.

Article 12.0 PERFORMANCE GUARANTEE (PG) IN LIEU OF SECURITY DEPOSIT.

12.1 Within 8 calendar days of receipt of the Letter of award from the Employer, the successful bidder shall furnish to the Employer a performance security as per Form E in the form of a bank guarantee for an amount equivalent to Ten percent (10 %) of the Contract Price.

12.2 The performance security is to be provided by the successful bidder in the form a bank guarantee issued by a nationalised/Scheduled bank having branch in the Maharastra.

12.3 Failure of the successful bidder to comply with the requirements of Sub- Clause 12.1 & 12.2 shall constitute sufficient grounds for cancellation of the award and forfeiture of the EMD.

12.4 The performance guarantee shall cover additionally the following guarantee to the Employer:-

“The Contractor guarantees that the equipment installed by him shall be free from all defects in materials/workmanship and shall, upon written notice from the Employer, fully remedy free of expenses to the Employer such defects that are attributable to the Contractor within the period of guarantee specified in the relevant clause of the Contract.”

12.5 The Contract performance Guarantee is intended to secure the performance of the entire Contract. However, it is not to be construed as limiting the damages stipulated in other clauses of the Contract.

Signature of Tenderer 56

Page 57: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

12.6 If there is no reason to retain the performance security, the performance security is to be returned by the Employer after the issue of Completion Certificate.

12.7 The Employer is to notify the Contractor of any claim made against the bank

issuing security.

12.8 The Employer may adjust against the security, any claim, of MSEDCL.

12.9 The Performance Security will be forfeited in case of following :1) If, Bidder does not commence the work.2) If the Bidder does not follow the stipulated Time schedule & which result in project held up.3) If the contract is terminated due to the reasons attributable to the Contractor.

12.10 The Employer is not liable to pay any interest or compensation to the Contractor for retaining the performance Guarantee after the end of the guarantee period.

12.10.1 Termination of contract due to contractor’s default mentioned in this agreement or variation in the scope of work shall not entitle the Contractor to reduce the value of the performance guarantee nor the time thereof. The performance guarantee shall be valid for the full value and for the full period of Contract including guaranty period.

Article 13.0 LIQUIDATED DAMAGES

13.1 If the Contractor fails to complete all the works within the time frame stipulated as completion period or within extension of time granted by the Employer, the Employer shall levy liquidated damages for breach of contract without prejudice to any other rights and /or remedies provided for the contract.

13.2 The liquidated damages shall be levied @ ½ % (Half percent) of the contract price per week of delay subject to maximum 10 (Ten) % of the contract price for balance scope of work and the completed work , which cannot be used for the benefit of MSEDCL. In case of such maximum delay, the contract may be terminated by the Employer and the balance work shall be completed by the Employer at the risk and cost of the Contractor.

Article 14.0 SECURITY

The Contractor shall have total responsibility for all equipment and materials in his custody stored, loose, semi-assembled and/or erected by him at site. The Contractor shall make suitable security arrangements to ensure the protection of all materials, equipment and works from theft, fire, pilferage and any other damages and loss. All materials of the Contractor shall enter and leave the work site only with the written permission of the engineer in the prescribed manner. It shall be the responsibility of the Contractor to arrange for security till the works are finally taken over by the Engineer.

Article 15.0 GUARANTEE15.1 The Contractor shall guarantee that the equipments/materials will be new and in

accordance with the contract documents and will be free from defects in material and workmanship for a period of 5 years from the date of final acceptance of the works by the employer. Any defects developed due to defective materials and / or workmanship during testing and commissioning of the equipments or during the guarantee period of 5 years from the date of final acceptance of works by the employer shall be rectified or made good by the Contractor at his own cost. The contractor’s liability shall be limited to repair/replacement of any defective part

Signature of Tenderer 57

Page 58: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

in the equipment of his own manufacture or those of his sub Contractor and arising from faulty design, materials and / or workmanship. All costs for the repair and / or replacement of defective parts such as dismantling, re-erection, supply, transportation, etc shall be to the account of contractor.

15.2 No repairs or replacement shall normally be carried out by the Engineer when the plant is under supervision of Contractor’s supervisor. In the event of an emergency, where, in the judgment of Engineer, delay would cause serious loss or damage, repairs or adjustment may be made by the Engineer or a third party chosen by the Engineer without advance notice to the contractor and the cost of such work shall be paid by the contractor. In the event of such action taken by the Engineer, the Contractor will be notified promptly and he shall assist wherever possible in making the necessary corrections. This shall not relieve the Contractor’s liability under the terms and conditions of the contract.

15.3 If it becomes necessary for the Contractor to replace or renew any defective portion of the plant under this clause, the provision of this clause shall apply to the portion of the plant so replaced or renewed until the expiry of 5 years from the date of such replacement or renewal.

15.4 The acceptance of the works by the Engineer shall in no way relieve the Contractor of his obligation under this clause.

15.5 If at any time during the guarantee period, it shall appear to the Engineer that any work has been executed with unsound, imperfect or unskillful workmanship or with materials of inferior quality or that any materials or articles provided by him for the execution of the work unsound or of a quality inferior to that contracted for or are otherwise not in accordance with the contract, it shall be lawful for the Engineer, notwithstanding the fact that the work or materials or articles complained of may have been inadvertently passed, certified and paid for the Contractor shall be found forthwith to rectify, to remove and reconstruct the work so specified in whole or in part, as the case may require, if so required to remove the materials or articles so specified and provided other proper and suitable materials or articles at his own charge and cost.

15.6 In the event of Contractor failing to remove the defect within time specified by the Engineer, the Employer may proceed to undertake the removal of such defect

at the Contractor’s Cost and Risk, without prejudice to any other rights and recover the same from performance bank guarantee / other dues.

15.7 The Contractor shall promptly provide adequate staff at sites during guarantee period to attend the defects, if any.

Article 16.0 INSURANCE

16.1 The following insurance cover is to be provided by the Contractor in the joint names of the Employer and the Contractor for the period from the Start Date to the end of the Defects Notice Period or of the last Defects Correction Period whichever is the later.

a) Full cover against damage to other people’s property caused by the Contractor’s acts or omissions.

b) Covered against death or injury caused by the Contractor’s acts or commission as per laws applicable in India to

Signature of Tenderer

58

Page 59: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

(i) Anyone authorised to be on the Site.(ii) Third parties who are not on the Site.

(c) Full cover against theft and damages to the Works and materials during storage and construction.Contractor shall pursue the matters related to insurance claims in association with the Employer.

16.2 Policies and certificates for insurance are to be produced by the Contractor to the Employer for approval before the Start Date given in the Contract document and subsequently as the Employer may require.

16.3 Alterations to the terms of insurance may be made either with the approval of the Employer or as a result of general changes imposed by the Insurance Company with which the insurance policy is affected.

16.4 Both parties are to comply with any conditions of the Insurance policies.

16.5 The Contractor at his cost shall arrange, secure and maintain comprehensive insurance as may be necessary and for all such amounts to protect his interests and the interest of the Employer, against all risks. Any loss or damage to the equipment, during supply, handling, transporting, storage and erection, till such time the plant is commissioned by the Employer shall be to the account of the Contractor. The Contractor shall be responsible for lodging of all claims and make good for the damage or loss by way of repairs and/or replacement of the portion of the works damaged or lost. The transfer of title shall not in any way relieve the Contractor of the above responsibilities during the period of the Contract.

16.6 INDEMNIFICATION OF EMPLOYER

16.6.1 The Contractor shall insure all his personnel, tools and plants, etc. and shall also take a third party liability cover to indemnify the Employer of all liabilities which may come up due to any act or omission on the part of Contractor and cause harm/damage to other Contractor/representatives of Employer or all or anybody rendering service to the Employer or is connected with Employer’s work in any manner whatsoever.

16.6.2 The Contractor shall necessarily indemnify the Employer in all these respects and the indemnification and insurance policy shall be to the approval of Engineer.

16.7 WORKMEN’S COMPENSATION INSURANCE

This insurance shall protect the Contractor against all claims applicable under the workmen’s compensation Act 1948 or any amendment thereof. This policy shall also cover the Contractor against claims for injury, disability, disease or death of his or his sub-Contractor’s employees, which for any reason are not covered under the workmen’s compensation Act 1948. The liabilities shall not be less than workmen’s Compensation as per statutory provisions.

16.8 COMPREHENSIVE AUTOMOBILE INSURANCEThis insurance shall in such a form to protect the Contractor against all claims for injuries, disability, disease and death to members of public including the Employer’s men and damage to the property of others arising from the use of motor vehicle during, on or off the site operations, irrespective of the Ownership of such vehicles.

16.9 COMPREHENSIVE GENERAL LIABILITY INSURANCE16.9.1 This insurance shall protect the Contractor against all claims arising from injuries,

disabilities, disease or death of members of public or damage to property of others, due to any act or omission on the part of the Contractor, his agents, his

Signature of Tenderer 59

Page 60: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

employees, his representatives and sub-Contractors or from riots, strikes and civil commotion. This insurance shall also cover all the liabilities of the Contractor for defending of suits.

16.9.2 The hazards to be covered will pertain to all the areas and works which the Contractor, his sub-Contractors, his agents and his employees have to perform pursuant to the Contract.

16.9.3The above are only illustrative list of insurance covers normally required and it will be the responsibility of the Contractor to maintain all necessary insurance coverage to the extent both in time and amount to take care of all his liabilities either direct or indirect.

Article 17.0 JURISDICTION OF CONTRACT

The laws applicable to this Agreement shall be the laws in force in India. The courts of Nashik, India shall have exclusive jurisdiction in all matters arising under or on account of this Agreement proceedings between the parties thereto.

The Agreement constitutes full and complete understanding between the parties and it shall supersede the contents of all prior correspondence which are contrary or repugnant to or inconsistent with the terms and conditions contained in the contract documents including this agreement. Any modification of this Agreement shall be effected only by a written instrument signed by the authorised representatives of both the parties.

In witnesses whereof, the parties thereto have through their duly authorised representatives executed these presents at _______________ the day, month and year first above mentioned.

Superintending Engineer Urban CircleM/S_____________________ Mah.State Elect.Distribution Co.LTd.

Witness: Witness:

1) 1)2) 2)

ANNEXURE-CActivity Schedule with Tender Cost

Sr.No. Description Qty Esimated

Rate Rate quoted by Bidder(%)

Tender rate Tender Amount

D=B*(100+C)/100 Material Errection

&commissioning Charges

Total Amount (including

Transportation)A B C =A*D

1                

2                

3                

               

Signature of Tenderer 60

Page 61: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

               

                 

                 

                 

                 

                 

                 

                 

                 

               

Signature of Tenderer 61

Page 62: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

SAMPLE FORM - E

PERFORMANCE SECURITY (BANK GUARANTEE)

1.To be executed on Rs.100 non-judicial stamp paper purchased in the name of issuing bank

2. This Guarantee shall be valid until the date of issue of the Completion Certificate.

ToThe Superintending Engineer,---------- Circle, MSEDCL---------------------------

WHEREAS M/s ---------------------------------------------------------------------------(hereinafter called “the Contractor”) has undertaken, in pursuance of Contract No._______dated _______ for design, shop test, supply, transport, construction, erection, testing and commissioning of 33 & 11KV CT & PT for Substation metering at various 33/11 KV S/Station in Urban Circle, Nashik and Cross over points under Urban Circle, Nashik and allied works in Nashik District as defined in the bid document on turnkey basis.AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee by Scheduled / Nationalized bank for the sum specified therein as security for compliance with his obligations in accordance with the Contract.AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of amount of guarantee) _____ (in words) ______, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified herein.We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand.We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed there under or of any of the Contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification.This guarantee shall be valid upto & including date ________________.

SIGNATURE OF AUTHORISED SIGNATORY AND SEAL OF THE BANK: Name of Bank _______________Address _______________Date _______________

IN WITNESS WHEREOF THE SURETY HAS EXECUTED THIS DEED IN PRESENCE OF WITNESS: (Signature)

Name and Address.

Signature of Tenderer 62

Page 63: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

SAMPLE FORM – F

PAYMENT APPLICATIONProject

Equipment : Date :

Name of Contractor : Contract No. :

Contract Value : Contract Name :

Unit reference : Application Serial Number:

ToThe Superintending Engineer ( Urban Circle),Maharashtra State Electricity Distribution Co. Ltd.,Nashik Maharashtra State.

Dear Sir,

Pursuant to the above-referred Contract dated _______ the undersigned hereby applies for payment of the sum of ______ (Specify amount for which claim is made).

2. The above amount is on account of (check whichever applicable)a) Progressive payment - (as per Contract Date)

b) Final Payment

As detailed in the attached schedule(s) which form an integral part of this application.

3. The application consists of this page, a summary of claim statement and the following signed schedule.

1. _______________________2. _______________________3. ________________________

(Please enlarge listing, if necessary)

The following documents are also enclosed.

1. ____________________________2. ____________________________3. ____________________________

(Please enlarge listing, if necessary)

Signature of Contractor/Authorised Signatory

Signature of Tenderer 63

Page 64: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

SAMPLE FORM-G

JOINT VENTURE AGREEMENT

(On Non-Judicial Stamp Paper of Rs.100/- value)

DEED OF JOINT VENTURE AGREEMENT TO BE EXECUTED BY THE MEMBER ALONGWITH MEMBER-INCHARGE FOR EXECUTION OF

PROJECT No. __________________in ___________________State.

This DEED OF UNDERTAKING executed this _____day of _________________TWO THOUSAND AND SEVEN by ______________having its Registered office at _____________________________ (hereinafter called the Member which expression shall include its successors, administrators, executors and permitted assigns) and M/s. _____________ having its registered office at _____________________ (hereinafter called the Member-in charge which expression shall include its successors, administrators, executors and permitted assigns)) in favour of The Superintending Engineer, Maharashtra State Electricity Distribution Co. Ltd., ---------- Circle, ---------- (hereinafter called the Employer).

WHEREAS the Employer invited Bids as per its BID No. SE/NUC/T-I/07-08/12 at ----------.

AND whereas the bid documents stipulate that bidding is open to the Bidder who possesses the requisite eligibility and experience as per instructions to Bidders Clause No. 2 & 3 (including Sub-Clauses), Section-1 of Volume-1 forming part of the bid documents.

AND WHEREAS the instructions to Bidders forming part of the Conditions of Contract inter-alia stipulate that the Joint Venture Bidder along with its Member must fulfill individually the qualifying requirements and be jointly and severally bound unto and responsible for the successful performance of the Contract in the event the Bid is accepted by the Employer resulting in a “Contract”.

AND WHEREAS M/s. ________________ has submitted the Joint venture proposal to the Employer vide No._____ dated _______ on behalf to the joint venture member as per enclosed Power of Attorney signed by legally authorized signatories of both the Members.

NOW THEREFORE THIS UNDERTAKING WITNESSETH AS UNDER:

1. In consideration of the Award of contract by the Employer to the Member-In charge, I the Member of the Joint Venture do hereby declare and undertake that we shall be jointly and severally responsible and bound unto the Superintending Engineer, Maharashtra State Electricity Distribution Co. Ltd., ---------- Circle, ---------- for the successful implementation and performance of the characteristics as specified in the Contract to the satisfaction of the Employer.In case of any breach of the Contract committed by the Member-In charge, I the member do hereby undertake, declare and confirm that I shall be fully responsible for successful performance of the Contract and undertake to carry out all the obligations and responsibilities under the Contract in order to discharge the obligations of the Member-In charge stipulated in the Contract.

2. Further, if the Employer suffers any loss or damage on account of any breach of the Contract, I the Member and the Member-In charge jointly and severally undertake to promptly indemnify and pay such loss or damages to the Employer on its written demand without any demur, reservation, contest or protest in any manner whatsoever. This is without prejudice to any rights of the Employer against the Member-In charge under the Contract and/or guarantees. It shall not be necessary or

Signature of Tenderer 64

Page 65: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

obligatory for the Employer to proceed against Member before proceeding against the Member-In charge nor any extension of time or any relaxation by the Employer to the Member-in charge shall prejudice any rights of Employer under this Deed of Joint Venture Agreement against the Member/Member-In charge.

3. Without in anyway affecting the generality and total responsibility in terms of this Deed, the Member hereby agrees to depute their technical experts from time to time to the Member/Member-In charge/Employer’s project site (s) as mutually considered necessary by the Employer/Member-In charge and the Member to ensure proper design, manufacture, erection, testing and successful performance of the equipment under the said Contract in accordance with Contract specifications and if necessary the Member shall advise the Member-In charge suitable measures to discharge the obligations under Contract.

4. The Financial liability of the Members to Employer with respect to any and all claims arising out of the performance or non-performance of the obligations set forth in this Deed read in conjunction with the relevant provisions of the Contract, shall, however, be limited to the extent of 115% value of the entire scope of work of the Member as identified in the Contract. This is, however, without prejudice to various financial liabilities and obligations of the Member-In charge in terms of the Contract and this Deed.

5. The Member-In-charge has been authorised to incur liabilities and receive instructions for and on behalf of the member. Payment shall be made exclusively to the Member In-charge.

6. This Deed shall be construed and interpreted in accordance with the laws of India and the Courts in Nashik city shall have exclusive jurisdiction in all matters arising under this Agreement.

7. I, the Member and the Member-In charge agree that this Agreement shall be irrevocable and shall be an integral part of the Contract and further agree that this agreement shall continue to be enforceable till the successful completion of the Contract and till the Employer discharges it. It shall become operative from the Starting date of the Contract.

8. We, the Member and the Member-In charge will be fully responsible for the quality of all Equipment/Components manufactured/supplied and erected and if necessary, their repairs or replacement for successful completion/performance of “The Works” in terms of the Contract.IN WITNESS WHEREOF, the Member and the Member-In charge through their

Authorized Representatives, have executed these present and affixed Common Seals of their respective Companies, on the day, month and year first mentioned above.

For M/s. _______________________ (First Member)(Signature of Authorised Representative)Witness_____________________________________

(Name) 1___________________________________________

(Signature Designation___________________________ Common Seal of the CompanyName in Block Letters____________________(Official Address)FOR M/s. ______________________ (Member-In charge)(Signature of Authorised Representative)2. Witness:

______________________________(Name)

1. ___________________________________________(Signature Designation___________________________ Common Seal of the CompanyName in Block Letters_______________________(Official Address)

SECTION 4

CONTRACT DATA

Signature of Tenderer 65

Page 66: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

The following documents also form part of the Contract

1. The Bid and Letter of Acceptance2. The Conditions of Contract3. The Technical Specifications4. The Drawings5. The Contract Agreement6. The Priced Schedules of Activities7. The Schedule of O&M Manuals8. The Schedule of Key Personnel9. The Site Investigation Data10. The Employer is:

SUPERINTENDING ENGINEER ( O & M Circle)MAHARASHTRA STATE ELECTRICITY DISTRIBUTION CO. LTD.,Address: 2nd Floor, Prosper Park, Near Shingada Talav,Nashik - 01----------- or a person(s) duly authorised by him.

11. The completion Date for the Works is 1 (One) month from the Start Date.12. The Sites are located in different parts of Nashik District. 13. Liability period is 5 Years.14. The Defects Correction period is 30 days15. The maximum liability of the Contractor for damage to other’s property and

personal Loss is as per rules.16. The minimum insurance cover for physical property during storage and

construction is as per rules.17. The language of the Contract documents is English.18. The laws, which apply to the Contract, are the Indian Laws.19. The proportion of payments retained is 10% of Contract Price.20. Progressive payment against items supplied, installed, tested & commissioned

shall be 90 % of the contract rates. The Retention amount shall be 10% of the contract rates.

21. The amount of the performance security is 10% of Contract Price in the form of Bank Guarantee from NATIONALISED/ SCHEDULED Bank having branch office in Maharashtra.

22. The date by which Operation and Maintenance manuals are required is 30 days prior to Completion Date.

23. The percentage of the value of the work not completed representing the Employer’s Additional cost for completing the works is 150 percent of the Contract rate. Contract work is to be carried out as per provisions under I.E. Rules 1956 and in confirmation to the relevant Acts/Rules as may be applicable.

MAHARASHTRA STATE ELECTRICITY DISTRIBUTION CO. LTD.Urban Circle, Nashik.

Signature of Tenderer 66

Page 67: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

Bid Document No. SE/NUC/T-I/07-08/12

VOLUME – II

TECHNICAL SPECIFICATION

BID DOCUMENT FOR

Work of Providing & fixing of 33 & 11KV CT & PT for Substation metering at various 33/11 KV S/Station in Urban Circle, Nashik and Cross over points under

Urban Circle, Nashik

TECHNICAL SPECIFICATIONS FOR 33 KV INSTRUMENT TRANSFORMER (C.T & P.T )

INDEX

Clause No. Contents1 Scope

Signature of Tenderer 67

Page 68: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

2 Standards

3 Principal Technical Parameters

4 General Technical requirements

5 Current Transformer

6 Potential Transformer

7 Test

8 Inspection

9 Documentation

10 Schedules

11 Information to be furnished by tenderer

12 Annexure A I

13 Annexure A II

14 Annexure A III

15 Annexure A-IV

16 Annexure A-V

17 Annexure A-VI

18 Annexure A-VII

19 Schedule “A”20 Schedule “B”21 Schedule “C”22 Schedule “D”23 Schedule “E”

ANNEXURE “A”

SPECIFICATION FOR INSTRUMENT TRANSFORMERS ( C.T & P.T)SPECIFICATION NO. 74 R2/99

1) SCOPEa) This specification covers design, manufacture, testing at manufacturers

works, packing and delivery of outdoor instrument transformer for protection and metering services in 33/11 and 33/22 KV Sub-stations in Maharashtra State.

Signature of Tenderer 68

Page 69: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

b) It is not the intent to specify completely herein all the details of design and construction of the equipment. It may be noted that norms specified are the bare minimum that are required. The equipment shall confirm in all respects to high standards of inhering design and workmanship and should be capable of performing continuous commercial operations well within the parameters guaranteed by the supplier in a manner acceptable to the purchases, who will interpret the meanings of drawings and specifications and shall have power to reject any work or material which in his judgment is not in accordance with the drawings and specifications. Such components shall be deemed to be within scope of the supplier’s supply, irrespective of whether those are specially brought out in this specification and/or the commercial order or not.

2) STANDARDS

a) Unless otherwise specified elsewhere in the specification, rating as well as performance and testing of instrument transformers shall conform to the latest revisions of all relevant standards available at the time of placement of order. The standards are listed in Annexure A-I and A-II. This list is however for guidance and may not be exhaustive. Whenever there are variations in value specified in specifications as compared to relevant standards the values specified in this specifications shall be considered as final.

b) Equipment meeting with the stipulations of specifications IEC, ANSI, CSA, DIN standards, which ensure equal or better quality than the standards listed in the Annexure A-I and A-II shall also be acceptable. In such case the tenderer should submit alongwith his offer two copies of such standard in authentic English translation, if the language of the standard in is dispute, the stipulation in the English translation submitted by the tenderer , shall prevail. Further, in the event of conflict between stipulation of the standard adopted by the tenderer and the corresponding Indian Standard Specifications, the stipulation of the Indian Standard Specification shall prevail.

c) Testing Equipments:In order to carry out the tests to prove compliance with the standards list of minimum testing equipment required is set out in Annexure A-III.

The supplier has to confirm that he has all the equipments listed in the Annexure stated above and detail the specifications of the equipment available. If some of the equipment are not available with him, he should explain the procedure as to how he wishes to prove the compliance with the specifications.

3) Principal Parameters:The current transformers and voltage transformers covered by the specifications shall meet the technical requirements listed in Annexure A-IV & A-V respectively.

4) General Technical Requirements:

Technical requirements common to all Instrument Transformers.a) Porcelain Housing :

Signature of Tenderer 69

Page 70: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

I. The porcelain housing shall be of single piece construction without any joints or coupling. The housing shall be made of homogenous, vitreous porcelain of high mechanical and dielectric strength. Glazing of porcelain shall be uniform Brown or Dark Brown colour with smooth surface arranged to shed away rainwater or condensed water particles (fog).

II. The clear height of porcelain housing for 33/22 KV Instruments Transformers shall be at least 430 mm.

III. Details of attachment of metallic flanges to the porcelain, pressure release valve and primary/secondary terminals shall be brought out in the offer.

b) Tank:

I. The metal tank shall be fabricated from M.S sheet of minimum 3.15 mm thick for sides and 5.0 mm thick for top and bottom. The tank shall have bare minimum number of welded joints. The thickness of tank should be specified clearly.

II. Surface finish: The metal tank shall be coated with at least two coats of Zinc and epoxy paint externally and inside shall be painted with oil resistant white enamel paint. All the ferrous hardware, exposed to atmosphere, shall be hot dip galvanized. All other fixing nuts, bolts, washers in the electric current path shall be made out of stainless steel.

c) Oil immersed equipments:

I. Insulating Oil:Insulating oil for first filling of instruments transformers shall be covered in tenderer’s scope of supply. The oil shall meet the requirements of latest edition of IS:335. The equipment shall be completely oil filled type and use of insulation materials such as quartz sand, marble etc. is not permitted.

II. Prevention of oil leakage and entry of moisture:The tenderer shall ensure that sealing of instrument transformer is properly achieved. In this connection arrangement provided by the tenderer at various locations including the following ones shall be described, supported by sectional drawings.

i) Locations of emergence of primary and secondary terminals.

ii) Interface between porcelain and metal tanks.iii) Cover of the secondary terminal box.

3) Nut & bolts or screws used for fixation of the interfacing porcelain bushing for taking out terminals shall be provided on flanges cemented to the bushings and not on the porcelain.

4) If gaskets joints are used, nitrite butyl rubber gaskets shall be used. The gaskets shall be fitted in properly machined groove with adequate space for accommodating the gaskets under pressure.

5) Oil level indicator: Each instrument transformer shall be provided with prismatic type oil sight window at suitable locations so that the oil level is clearly visible with naked eye to an observer standing at ground level.

6) For compensation of variation in volume of oil due to temperature variations, nitrogen cushion or stainless steel bellows shall be used. Rubber diaphragms shall not be permitted for this purpose.

7) The units shall be vacuum filled with oil, after processing and thereafter hermetically sealed to eliminate air and moisture from entering the tank.

Signature of Tenderer 70

Page 71: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

8) Oil filling and/or sampling cocks if provided to facilitate factory processing shall be permanently sealed before dispatch of instrument transformer.

d) Earthing:Metal tanks of instrument transformers at the earth potential shall be provided with two separate earthing terminals of size 16 mm dia X 30 mm length, hot Dip Galvanised, with one plain washer and one nut for connection to station earth-mat.

e) Lifting arrangements:Instrument transformers shall be provided with suitable lifting arrangements to lift the entire unit. The lifting arrangement shall be clearly shown in the general arrangement drawing. Lifting arrangements (lifting eye) shall be positioned in such a way so as to avoid any damage to the porcelain housing, primary terminals or the tanks during the process of lifting for installation/transport. The general arrangement drawing shall show clearly the lifting arrangement provided such as lifting eye, guide etc.

f) Name plate:The instrument transformer shall be provided with legible name plate with information specified in relevant standard, duly engraved/punched on.

g) Enamel if uses for conductor insulation, shall be either polyvinyl acetate type or amide emide type and shall meet the requirement of IS 4800. Polyester enamel shall not be sued. Double cotton cover if used shall be suitably covered to ensure that is does not come in contact with oil.

5) CURRENT TRANSFORMER (C.T.)

a) The C.T. shall be of dead tank design and shall be constructed in such a way that it can be easily transported to site within the allowable transport limitation, and in vertical position. The C.T. shall be hermetically sealed and method of such sealing shall be detailed in the offer and shall be subject to the approval of the Purchaser.

b) The C.T. secondary terminals shall be brought out in a weatherproof terminal box. The terminal box shall be provided with removable gland plate and glands. The cable glands shall be suitable for 1100 volts grade, PVC insulated, PVC sheathed multi core stranded 6 sq.mm stranded copper or 10 Sqmm aluminum conductor PVC cable. This terminal box shall be dust and vermin proof. The dimensions of the terminal box and its opening shall be adequate to enable easy access and working space with the use of normal tools.

c) Polarity shall be invariably marked in each primary and secondary terminal. Facility shall be provided for short circuiting and grounding of the CT secondary terminals inside the terminal box.

d) The CT shall be provided with a rating plate with dimensions and marking as per IS- 2705 or equivalent International standards. The markings shall be punched and not painted. i) The serial number and code of the supplier shall also be punched on the tank to identify the unit in case of loss or damage to the rating

plate.e) The Current Transformer shall be vacuum filled with oil after processing

and thereafter hermitically sealed to eliminate breathing and to prevent ingress of air and moisture entering into the tank.

f) The casting of base ,collar etc. shall be die-cast and tested before assembly to detect cracks and voids if any.

g) The instrument security factor of metering core shall be low enough, but not greater than 5. This shall be demonstrated on all the ratios of metering core in accordance with procedure specified in IEC-185 or IS-2705.

Signature of Tenderer 71

Page 72: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

h) PRIMARY WINDING:i) Primary winding shall be hair-pin type or wound type made out of

high conductive copper. Conductors used for the primary winding shall be rigid. Unavoidable joints in the primary winding shall be welded type. The details of such welded joints shall be indicated in the drawings submitted with the offer. For primary winding, current densities shall not exceed the limit 1.6 A/Sqmm. for normal current.

ii) The design density for short circuit current as well as conductivity of the metal used for primary winding shall meet the relevant requirement of IS-2705. The tenderer shall, in his offer furnish detailed calculations for selection of winding cross sections.

i) SECONDARY WINDING:Suitably insulated copper wire of electrolytic grade shall be used for secondary windings. Type of insulations used shall be described in the offer. For multi-ratio design, the multi-ratio shall be achieved by reconnection of primary and or the secondary windings.

j) The excitation current of the CT shall be as low as possible. The tenderer shall furnish, alongwith his offer, the magnetizing curve/s for all the core/s.

k) PRIMARY TERMINALS:Each primary terminal shall be made out of 2 rods (studs) of 30 mm dia x 80 mm length in parallel. The primary terminal shall be of heavily tinned electrolytic copper of 99.9% conductivity. The minimum thickness of tinning shall be 15 microns.

l) SECONDARY TERMINALSSecondary terminal studs shall be provided with at least three nuts and two plain and two-spring washer for fixing the leads. The studs, nuts and washer shall be made of brass duly nickel-plated. The minimum outside diameter of stud shall be 6mm. The length of atleast 15mm shall be available on the studs for inserting the leads. Horizontal spacing between centers of adjacent studs shall be at least 45 mm.

m) The current transformer shall be such as to satisfactory performance for burden ranging from 25 % to 100 % of rated burden over a range of 10 % to 120 % of rated current in case of metering CTs upto accuracy limit factor / knee point voltage in case of protection core.

n) Following accessories / fittings shall, but not restricted to be supplied alongwith the Current Transformers.(i) Pressure release device.(ii) Oil level indicator.(iii) Lifting lugs.

6) POTENTIAL TRANSFORMER (PT):a) The PT shall be vacuum filled with oil after processing and hermetically

sealed to eliminate breathing and to prevent air and moisture entering the tanks. Method adopted for hermetic sealing shall be described in the offer and shall be subject to approval of the purchaser.

b) PRIMARY WINDING:i) Primary winding shall be made of suitably insulated electrolytic

copper wire. Type of insulation used shall be described in the offer.ii) The neutral end of the primary winding shall be brought outside for

earthing.

c) SECONDARY WINDING:Signature of Tenderer

72

Page 73: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

i) Suitably insulated copper wire of electrolytic grade shall be used for secondary windings. The terminal box shall be dust free and vermin proof. Suitable arrangement space heater shall be provided for drying the air inside the terminal box. The dimensions of the opening of terminal box shall be adequate to enable easy access and working space with the use of normal tools.

ii) Polarity shall be invariably marked at the secondary terminals in the terminal box.

iii) PRIMARY TERMINALS:The primary terminal shall be of size 30 mm dia x 80 mm length for all PTs. The primary terminal shall be of heavily tinned electrolytic copper of 99.9% conductivity. The minimum thickness of tinning shall be 15 microns.

iv) SECONDARY TERMINALS:For external connection of secondary windings, terminal studs shall be provided with atleast three nuts and two plains and two spring washers for fixing leads. The studs, nuts and washers shall be of brass duly nickel-plated. The minimum outside diameter of the studs shall be 10 mm. The length of alteast 15 mm shall be available on the studs for inserting the leads. Horizontal spacing between the centers of adjacent studs shall be atleast 45 mm.

7) TESTSa) TYPE TESTS:

All the equipment offered should have been successfully type tested in line with the relevant Indian standards and technical specification, within the last five years from the date of offer. The tenderer shall furnish the following type test reports (alongwith General arrangement drawing, Rating and Diagram plate and Internal Constructional drawing) alongwith the offer.

i) Impulse Voltage withstand testii) Temperature rise test.iii) Short circuit test( Not applicable in Potential Transformer).

The Purchaser reserves the right to demand repetition of some or all type tests in the presence of Purchaser’s representative. For this purpose, tenderer may quote unit rates for carrying out each type test. For any change in the design/type already tested and the design /type offered against this specification, the purchaser reserves right to demand repetition of these tests without any extra cost.

b) Acceptance and Routine Testsi) All acceptance and routine tests as stipulated in the relevant

standards shall be carried out by the supplier in presence of purchaser's representative.

ii) Immediately after finalization of the programme of acceptance/ routine testing, the supplier shall give one week advance intimation to the purchaser, to enable him to depute his representative for witnessing the tests.

8) INSPECTIONThe inspection may be carried out by the purchaser at any stage of manufacture. The successful tenderer shall grant free access to the purchaser's representative at a reasonable time when the work is in progress. Inspection and acceptance of any equipments under this specification by the purchaser, shall not relieve the supplier of his obligation of furnishing the equipment in accordance with the specification and shall not prevent subsequent rejection if the equipment is found to be defective.

Signature of Tenderer 73

Page 74: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

The supplier shall keep the purchaser informed, in advance, about the manufacturing program so that arrangement can be made for inspection.The purchaser reserves the right to insist for witnessing the acceptance/routine testing of the bought out items.

9) DOCUMENTATION:a) All drawings shall conform to international standards organization

(ISO) ’A’ series of drawing sheet/Indian Standards specification IS-656. All drawings shall be in ink and suitable for microfilming. All dimensions and data shall be in System international Units.

b) List of drawings and documentsThe tenderer shall furnish two sets of the following drawings alongwith his offer:

i) General outline and assembly drawings of the equipments and the method of attachments to the lifting lugs for safe lifting of the instrument transformer.

ii) Graphs showing the performance of equipments in regard to magnetization characteristics.

c) Sectional views showing -(i) General constructional features of the instrument

transformer and dimensions of conductor, depth of insulation, clearance between paper insulation and the inside of porcelain, grading stages used for primary insulation, whether and how a semi conducting tape is used to cover metal foils etc.

(ii) The Sectional view shall show the materials /gaskets/ sealing used for perfect hermetic sealing and arrangement for compensation of oil volume variation.

(iii) The insulation, the winding arrangements, method of connection of the primary/secondary winding to the primary /secondary terminals etc.

(iv) Porcelain housing used and its dimensions alongwith the mechanical and electrical characteristics, as well as volume of oil.

iv) Arrangement of secondary terminal box and details of connection studs provided.

v) Name plate.vi) Pressure release devicevii) Oil Level indicatorviii) Schematic drawing to indicate selection of ratioix) Type test reports in case the equipment has already been

type tested.x) Test reports, literature, pamphlets of the bought out items,

and raw material.

d) The successful tenderer shall within 8 days after receipt of letter of award (LOA), submit three sets of final versions of all the above said drawings in A3 or A4 size for purchaser's approval. The purchaser shall communicate his comments/approval on the drawings to the supplier. The supplier shall, if necessary, modify the drawings and resubmit four copies of the modified drawings for purchaser's approval within four days from the date of purchaser's comments. After receipt of purchaser's approval, the supplier shall, within four days, submit 10 prints and two good quality reproducible of the approved drawings for purchasers use. In no case deliver extension will be granted for any delay in the approval

Signature of Tenderer 74

Page 75: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

of drawings Period of drawing approval will be included in the commencement of delivery.

e) The supplier for distribution, before commencement of supply shall submit three sets of the type test reports, duly approved by the purchaser. Adequate copy of acceptance and routine test certificates duly approved by the purchase shall accompany the dispatch consignment.

f) The manufacturing of the equipment shall be strictly in accordance with the approved drawings and no deviations shall be permitted without the written approval of the purchaser. All manufacturing and fabrication work in connection with the equipments prior to the approval of the drawing shall be at suppliers risk.

g) Five sets of nicely printed and bound volumes of operation, maintenance and erection manuals in English language ,of each voltage rating of instrument transformer shall be submitted by the supplier for distribution, prior to the dispatch of the equipment. The manual shall contain all the drawings and information required for erection, operation and maintenance of the instrument transformer. The manual shall also contain a set of all the approved drawings, type test reports etc.

h) Approval of drawings/work by purchaser shall not relieve the supplier of his responsibility and liability for ensuring correctness and correct interpretation of the drawings for meeting the requirement of the latest revision of applicable standards, rules and codes of practices. The equipment shall conform in all respects to high standards of engineering, design, workmanship and latest revisions of relevant standards at the time of ordering and purchaser shall have the power to reject any work or materials which, in his judgment, is not in full accordance therewith.

10) SCHEDULESa) The tenderer shall fill in the following schedule, which from

part of the tender specification and offer. If the schedules are not submitted duly filled in with the offer, the offer shall be liable for rejection.

Schedule “A:”i) Guaranteed and technical particulars of the instrument

transformers.The bidder should fill all the details in this schedule and the statement such as “as per the drawings enclosed”, “as per the MSEDCL requirements, as per IS etc. will be considered as a detailed not funished and such offers are liable for rejection.

Schedule “B” -- Schedule of deviation

Schedule “C” -- Tenderers experience

Schedule “D” -- Deviation from specified standards.

Schedule “E” -- Deviation from specified test requirements

b) Unless otherwise brought out separately by the tenderers in the schedule of deviation ( Schedule “B” & Schedule “E”) the instrument transformer offered shall be dealed to conform to

Signature of Tenderer 75

Page 76: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

the specification, surplusly All deviations from the specifications shall be brought out in the schedule of deviation ( Schedule B, D & E).The discrepancies between the specifications and the catalogue or literature submitted as the part of offer shall not be considered as valid deviation unless specifically brought out in the schedule of deviation.

c) For any deviation from the specification, which is not specifically brought out in the schedule of deviation, the offer may be liable for rejection. Authentic documents, standard and clarification shall support the deviation brought out in the schedule, otherwise the offer may be liable for rejection.

d) The tenderer shall submit the list of orders for similar type of equipments executed or under execution during the last three years, with full details, in the schedule of Tenderers Experience (Schedule “C) to enable the purchaser to evaluate the tender. In case the equipments are being designed and manufactured in collaboration with the other manufacturer, the following additional information shall be submitted by the tenderer along with his offer.

i) Copy of the collaboration agreement executed between the tenderer and the collaborator.

ii) List of orders for suitable equipments, executed/being executed by the collaborator during the last five years.

11) Information to be filled invariably by the tenderer:For the ready reference of the Tenderer, the items of information to be invariably furnished by the tenderer in his offer are listed below:-

a) Two copies of the authentic English translation of each of the standard to which the offered equipments conforms in case those are in a language other than English.

b) Schedule A to Dc) Drawings listed in the clause No. 9d) Details supported by the sectional drawing about the methods

adopted for sealing at various locations in the instrument transformers.

e) Details of current transformer offered which do not meet the requirements of the instruments security factor.

f) Details of the arrangement provided for the changeover and locking of secondary connections in case of dual ratio P.T.

g) Method of attachment of metallic flanges to porcelain housing.h) Facility available and method used for leakage testing of instrument

transformer.32) Guaranteed and technical particulars:-

Signature of Tenderer 76

Page 77: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

The bidder shall fill up all the details in Annexure III and the statement such as “ as per drawing enclosed”, “ as per MSEDCL requirement”, “ as per IS etc shall be considered as details not furnished and such offers are liable for rejection.

Signature of Tenderer 77

Page 78: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

ANNEXURE – A-ICURRENT TRANSFORMERS

LIST OF STANDARDS

SR.NO STANDARD NO. TIILE1) IS-2165 Insulation Co-ordination of highest

Voltage for equipment of 100 KV & above2) IS-2705(I-IV) Current Transformer3) IS-2099 High voltage porcelain bushing4) IS-3347 Dimensions of porcelain transformer bushing5) IS-2071 Method of high voltage testing6) IS-335 insulation oil for transformer & switchgear7) IS-13947 (PartI) Degree of protection provided by enclosure for

low voltage switchgear & control8) IEC-185 Current transformer9) IEC-270 Partial discharge measurement10) IEC44-(4) Instruments transformer measurement of PDs.11) IEC-171 Insulation Co-ordination12) IEC-60 High voltage test techniques13) IEC-8263 Method for RIV test on high voltage insulation14) Indian electricity rules 195615) IEC-815 Porcelain housing for Instruments transformer

Signature of Tenderer 78

Page 79: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

ANEXURE – A-IICURRENT TRANSFORMERS

LIST OF STANDARDS________________________________________________________________

SR.NO STANDARD NO. TITLE__________________________

1) IS-3156 Voltage Transformer

2) IS-2099 High Voltage porcelain bushing

3) IS-3347 Dimensions of porcelain transformer bushing

4) IS-335 insulation oil for transformer & Switchgear

5) IS-13947(PartI) Degree of protection provided by enclosure

for low voltage switchgear & control

6) IEC-186 Voltage Transformer

7) -------- Indian Electricity Rules 1956

8) IEC-815 Porcelain housing for I.T.

Signature of Tenderer 79

Page 80: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

ANNEXURE – A-III

LIST OF MINIMUM TESTNG EQUIPMENT

1) High Voltage testing transformer regulating and metering equipment for testing insulation between primary and secondary and earth

2) 0.5 KV H.V. Testing set for testing insulation between secondary and primary and earth.

3) Low voltage high current transformer with regulating & metering equipment

4) 150Hz. Frequency generator with variable voltage output wit regulating and metering equipment for carrying out & induced S.V. Test on voltage transformer

5) Current transformer testing set of determining of ratio & phase angle errors with standard current transformer with calibration certificate & set of 0.8 lag & unity power factor burdens

6) Voltage transformer testing set for determination ratio and phase angle error with standard voltage transformer with calibration certificate & set of 0.8 lag & unity power factor burdens

7) Oil test set (if oil immersed equipments are offered)

8) Portable class 0.5 moving iron ammeters, voltage of secondary range and moving coil rectifier type ammeter of suitable range.

9) Measuring instrument for measuring resistance of secondary winding.

10)List of desirable Equipment1) Partial Discharge detection equipment with necessary accessories

Signature of Tenderer 80

Page 81: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

ANEXURE – A -IVPRINCIPAL TECHNICAL PARAMETERS OF CURRENT TRANSFORMERS

Sr.No. Item Specifications1 Type Single phase / Single core / dead tank /

outdoor oil filled and hermetically scaled.2 Type of mounting Pedestal type3 System Frequency 50 HZ4 Method of earthing the

system o be connectedSolidly & effectively earthed.

5 Rated continuous thermal current

120% of the rated primary current (A)

6 Acceptable limit of temperature rise above the specified ambient temperature for continuous operation at rated current

As per latest IS-2705

7 Current ratio Insulation Class (KV) Current Ratio (A) 36 400-200-100/1-1-1 A

8 Rated insulationClass (KV rms)

36

9 Basic insulation level(KV rms)

170

10 One minute dry power frequency withstand voltage , primary (KV rms)

70

11 power frequency over voltage withstand requirement for secondary winding (KV rms

As per IS 2705 (Part I) or equivalent International Standard (Clause 9.4 and 9.5)

12 Minimum creepage distance of porcelain housing(mm)

25 mm./kV of the highest system voltage (900 mm)

13 Rated short time withstand current sec (KA rms)

26.2

14 Rated dynamic withstand current (KAP)

65.5

15.0 Core detailsA. Three Core CT’s

Core No. I II III15.1 Purpose Protection Protection Metering15.2 Burden 15 VA 15 VA 15 VA15.3 Class of Accuracy PS PS 0.215.4 Instrument security factor 5 or less than 5 5 or less than 5 5 or less than 5

ANNEXURE A -V

PRINCIPAL TECHNICAL PARAMETERS OF POTENIAL TRANSFORMERSSignature of Tenderer

81

Page 82: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

Sr. No.

Item Specifications

1 Type Single Phase, outdoor type, oil filled, dead tank design & hermetically sealed.

2 Type of Mounting Pedestal type3 Rated Voltage factor 1.5 for 30 seconds4 Core Details and purpose Core I : for protection

Core II : for metering5 Class of accuracy Core I: 3P Core II : 0.26 Voltage Ratio Rated Voltage Voltage Ratio

1) 33 KV 33000/√3 /110√ 3 –110 / √3 V

7 System voltage (KV ms) 338 Basic Insulation 1709 One Minute dry Power

frequency withstand Voltage KV (rms)

a) Primary terminalb) Secondary winding

702

10 Minimum Creepage Distance (MM)

25 mm/KV of Highest system Voltage (900 mm)

11 Burden (VA)Core ICore II

5050

12 Acceptable limits of Temp. rise

As per Annexure – IV

Signature of Tenderer 82

Page 83: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

ANNEXURE A-VILIMITS OF TEMPERATURE RISE

The temperature rise on any part of equipment shal not exceed the maximum temperature rise specified below under the conditions specified in test clauses. The permissible temperature rise indicate is for a maximum ambient temperature 50 C.

Sr.No

Nature of the part or of the liquid Maximum values of

temperature degree C

Maximum values of temperature rise at a max

ambient air temp not exceeding 50

degree C1 Contact in air Silver-faced copper alloy or

aluminium alloy (see notes I & II)

Bare copper or tinned aluminum

105

75

55

252 Contacts in oil

Silver-faced copper alloy or aluminum alloy (see note II)Bare copper or tinned aluminum

90

80

40

303 Terminals to be connected to external

conductors by screws or bolts silver faced (see note III)Bare

105

90

55

404 Metal part acting as springs (See note IV) (See note IV)5 Metal parts in contact with insulation of

the following clasesClass Y:for non-impregnated materialsClass A: ( for materials immersed in oil or impregnated)Class E: In air In oilClass B : In air In oilClass F: In air In oilEnamel: Oil base Synthetic , In air Synthetic , In oil

90100

1201001301001551010

120100

4050

70508050

10550507050

6 Any part of metal or of insulating material in contact with oil, except contacts

100 50

7 Oil 90 40Notes:-I When applying the temperature rise of 55 degree C , care should be taken

to ensure that no damage is caused to the surrounding insulating material.II The quality of the silver facing shall be such that a layer of silver remains

at the points of contacts after the mechanical endurance tests, otherwise the contacts shall be regarded as “bare”.

III The values of temperature and temperature rise are valid whether or not the conductor connected to the terminals is silver faced.

IV The temperature shall not reach a value where elasticity of material is impaired. For pure copper, this implies a temperature limit of 75 degree C.

Signature of Tenderer 83

Page 84: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

ANNEXURE A- VII

LIST OF DRAWINGS

Sr.No.

Drawing No. Details

1 G3-583-I G.A of C.T for Sub-Station

2 G3-583-II G.A of P.T for Sub-Station

3 G3-584-R1 Combined rating and diagram plate for C.T

4 G3-585-R1 Combined rating and diagram plate for P.T

Signature of Tenderer 84

Page 85: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

SCHEDULE “A”GUARANTEED TECHNICL PARTICULARS FOR INSTRUMENT TRANSFORMERS

(to be filled in by tenderer)CURRENT TRANSFORMERS

(I) CURRENT TRANSFORMERS1 Country of manufacture

2 Country of origin of product

3 Type

4 Manufacturer’s type designation

5 Conforming to standard

6 Rated insulation class ( kV)

7 Max. current ratio error at rated frequency with sec. burden between 25 % to 100 % of rated burden

8 Max. phase displacement in minutes at rated frequency with sec. burden between 25 % to 100 % of rated burden

9 Rated primary current10 Rated secondary current11

11.111.211.311.411.511.611.7

Details of coresClass of AccuracyAccuracy limit factorKnee point voltageSecondary resistance corrected to 75 deg CInstrument security factor for metering windingSecondary limited voltageRated output at 0.8 p.f lagging

Three CoreI II III

12 Rated short time withstand current for : 1 second duration ( kA rms)

13 Rated dynamic withstand current (KAP)14 Rated continuous thermal current (pu)

where pu = rated current15 One minute power frequency withstand voltage

(kV rms)DryWet

16 1.2/50 micro-second impulse withstand voltage (KVP)

17 One minute power frequency withstand voltage of secondary winding ( kV rms)

18 Minimum creepage distance ( mm)19 Weight of oil (Kg)20 Total weight (Kg)21 Mounting details

Signature of Tenderer 85

Page 86: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

22 Overall dimensions23 Charateristics (whether graphs enclosed)

1) Ratio and phase angle curves2) Magnetization curves3) Ration correction factor4) Limits of composite error at rated primary

current (for protection core) 24 Current density in primary winding at

a) Normal ratingb) Short time rating of 1 secondc) Dynamic rating

25 Type of primary winding26 No. of primary turns27 No. of secondary turns28 Flux density at knee point voltage (tesla)29 Variation in ratio and phase angle error due to

variation ina) Voltage by 1 %b) Frequency by 1 Hz.

30 Whether pressure relief device provided, if so type ( i.e spring type or explosion type etc)

31 Whether the following are enclosed with tender (Yes or No)

1) All type test reports2) Drawings

Signature of Tenderer 86

Page 87: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

SCHEDULE –A (Contd..)GUARANTEED TECHNICAL PARTICULARS

POTENTIAL TRANSFORMERS1 Type of P.T2 Manufacturer’s type designation3 I.S specification to which P.T ‘s comply4 Rated insulation class for primary voltage (kV)5 Rated secondary voltage (Volts)

Winding IWinding II

6 Rated burdenWinding IWinding II

7 Accuracy ClassWinding IWinding IIWinding III

8 Maximum Ratio error with burden between 25 to 100 % at any voltage between 80 % to 120 % of rated voltage at rated p.f ( %)

9 Maximum phase angle error with burden between 25 to 100 % at any voltage between 80 % to 120 % of rated frequency and voltage.

10 Quantity of oil (litres)11 Temperature rise at 1.1 time rated voltage with

rated burden12 Rated voltage factor and time13 Temperature rise for 12 above.14 One minute power frequency withstand test

(dry) voltage ( kV rms)15 1.2/50 mocrosecond impulse wave withstand

test voltage (kVP)16 One minute power frequency withstand voltage

on secondary ( kV rms)17 Minimum creepage distance ( mm)18 Weight of oil (Kg)19 Weight of complete P.T20 Overall dimensions21 Mounting details22 Thickness of tank (mm) side/top and bottom.

Signature of Tenderer 87

Page 88: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

SCHEDULE – BDEVIATIONS FROM SPECIFICATION

All deviation from this specification, shall be set out by the tenderer, clause by clause, in this schedule. Unless specifically mentioned in this schedule, the tender shall be deemed to conform to purchase’s specification.

Sr. No. Clause No. Details of deviation

Name of Firm __________________________________________________________

Name and Signature of Tenderer __________________________________________

Designation ____________________________________________________________

Date _________________________________

Signature of Tenderer 88

Page 89: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

SCHEDULE – C

Tenderer shall furnish here a list of similar orders executed/under execution by him to whom a reference may be made by purchases in case he considers such a reference necessary.

S.No. Name and designation of

work

Value of work Period of const. client & date

Persons to whom reference

may be made1 2 3 4 5

Name of Firm __________________________________________________________

Name and Signature of Tenderer __________________________________________

Designation ____________________________________________________________

Date _________________________________

Signature of Tenderer 89

Page 90: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

SCHEDULE – D

SCHEDULE OF DEVIATIONS FROM SECIFIED STANDARDS

Sr No.

Particulars Stipulation of specified standards by tenderer

Stipulation of standards adopted

Remarks

Standard ref

Stipulations Standard ref

Stipulations

Name of Firm __________________________________________________________

Name and Signature of Tenderer __________________________________________

Designation ____________________________________________________________

Date _________________________________

Signature of Tenderer 90

Page 91: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

SCHEDULE – E

DEVAITIONS FROM TEST EQUIPMENTS SPECIFIED IN RELEVANT AND PRESENT SPECIFICATIONS

Sr No

Name of Test standard

Standard No. & Clause

Requirement of deviation

Provided deviation

Reasons for

Type Test

Additional Test

Acceptance Test

Routine Test

Name of Firm __________________________________________________________

Name and Signature of Tenderer __________________________________________

Designation ____________________________________________________________

Date _________________________________

Signature of Tenderer 91

Page 92: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

MAHARASHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LIMITEDURBAN CIRCLE, NASHIK

ANNEXURE ‘A’

TECHNICAL SPECIFICATIONS FOR 11 KV PTs( For cross-over points)

1) Type : Single phase ,outdoor type , oil filled , dead tank design 2) Type of mounting : Pedestal Type3) Ratio : 11 KV / V3 / 110 V /V 3

4) Confirming to standard : As per latest IS 31565) Rated burden : 100 VA6) Core details : Single core & commercial metering

7) Voltage factor & duration : 1.2 Cont & 1.5 for 30 seconds.8) Class of Accuracy : 0.59) Max. ratio error at with burden As per latest IS 3156 and latest amendments between 25% to 100% and at any voltage between 80 to 120% of rated voltage at rated p.f. (%)

10) Max. phase angle error with burden :As per latest IS 3156 and latest amendments between 25% to 100% and at any voltage between 80 to 120% of rated voltage at rated p.f. (%)

11) One minute power frequency withstand test (dry) voltage (Kv rms) : 28 KV

12) One minute power frequency withstand test (wet) voltage (Kv rms) :28 KV

13) 1.2/50 micro- second impulses : 75 KV (P) withstand voltage (KVP)

14) One minute power frequency withstand voltage of secondary : 3 KV

winding (Kv rms)

15) Minimum creepage distance : 300 mm

16) Protected creepage distance (mm) : 150 mm

Signature of Tenderer 92

Page 93: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

TECHNICAL SPECIFICATIONS FOR 11 KV PTs for protection and metering for substation use

1) Type : Single phase ,outdoor type ,single core oil filled, dead tank design

2) Type of mounting : Pedestal Type3) Ratio : 11 KV / 3 / 110 V / 3

4) Confirming to standard : As per latest IS 31565) Rated burden : 100 VA6) Core details : single core

7) Voltage factor & duration : 1.2 Cont & 1.5 for 30 seconds.8) Class of Accuracy : 0.5 9) Max. ratio error at with burden As per latest IS 3156 and latest amendments between 25% to 100% and at any voltage between 80 to 120%

of rated voltage at rated p.f. (%)

10) The protection core specification : As per latest IS

11) Max. phase angle error with burden :As per latest IS 3156 and latest amendments between 25% to 100% and at any voltage between 80 to 120% of rated voltage at rated p.f. (%)

12) One minute power frequency withstand test (dry) voltage (Kv rms) : 28 KV

13) One minute power frequency withstand test (wet) voltage (Kv rms) :28 KV

14) 1.2/50 micro- second impulses : 75 KV (P) withstand voltage (KVP)

15) One minute power frequency withstand voltage of secondary : 3 KV

winding (Kv rms)

16) Minimum creepage distance : 300 mm

17) Protected creepage distance (mm) : 150 mm

Signature of Tenderer 93

Page 94: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

TECHNICAL SPECIFICATIONS FOR 11 KV METERING CTs ( For cross-over points)

1) Type : Single phase / Single core/ Dead Tank/ outdoor oil filled and Hermetically sealed.

2) Type of mounting : Pedestal Type3) System frequency : 50 HZ

4) Confirming to standard : As per latest IS 27055) Rated voltage : 11 KV6) Rated primary current : 400 – 200 A7) Rated secondary current : 5 A8) Rated burden : 10 VA9) Class of Accuracy : 0.510) Instrument security factor : 5 or less11) Insulation class( B-I-L) : 12/28/75 KV12) Rated Short time withstand : CTR 400-200/ 5 Amp

Current for 1 sec. Duration 13.1 KA (KA rms)13) Rated dynamic withstand : 2.5 Times of RST

current (KAP)14) Max. current ratio error at rated: As per latest IS 2705 frequency with sec. Burden between 25% to 100% of rated burden

15) Max. phase displacement in minutes : As per latest IS 2705 at rates frequency with sec. Burden

between 25% to 100% of rated burden

16) Rated continuous thermal current : 120% of rated primary current.

17) One minute power frequency withstand voltage (Kv rms) Dry : 28 KV

Wet : 28 KV

18) 1.2/50 micro- second impulses : 75 KV (P) withstand voltage (KVP)

19) One minute power frequency withstand voltage of secondary : 3 KV

winding (Kv rms)

20) Total creepage distance : 300 mm

21) Protected creepage distance (mm) : 150 mm

TECHNICAL SPECIFICATIONS FOR 11 KV METERING & PROTECTION CTs for substation use

1) Type : Single phase / Two core/ Dead Tank/ outdoor oil filled and Hermetically sealed.

Signature of Tenderer 94

Page 95: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

2) Type of mounting : Pedestal Type3) System frequency : 50 HZ

4) Confirming to standard : As per latest IS 27055) Rated voltage : 11 KV6) Rated primary current : 400 – 200 A7) Rated secondary current : 5 A / 5 A8) Rated burden : 10 VA , _9) Class of Accuracy : 0.5, 5P1010) Instrument security factor : 5 or less , >10 11) Insulation class( B-I-L) : 12/28/75 KV12) Rated Short time withstand : CTR 400-200/ 5 Amp

Current for 1 sec. Duration 13.1 KA (KA rms)13) Rated dynamic withstand : 2.5 Times of RST

current (KAP)14) Max. current ratio error at rated : As per latest IS 2705 frequency with sec. Burden between 25% to 100% of rated burden

15) Max. phase displacement in minutes : As per latest IS 2705 at rates frequency with sec. Burden

between 25% to 100% of rated burden

16) Rated continuous thermal current : 120% of rated primary current.

17) One minute power frequency withstand voltage (Kv rms) Dry : 28 KV

Wet : 28 KV

18) The protection core specifications : As per latest IS

19) 1.2/50 micro- second impulses : 75 KV (P) withstand voltage (KVP)

19) One minute power frequency withstand voltage of secondary : 3 KV

winding (Kv rms)

20) Total creepage distance : 300 mm

21) Protected creepage distance (mm) : 150 mm

TECHNICAL SPECIFICATIONS FOR 33 KV AIR BREAK DISCONNECT ISOLATORS

INDEX

Signature of Tenderer 95

Page 96: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

Clause No. Contents1 Scope

2 Standards

3 Principal Technical Parameters

4 General Technical requirements

5 Tests

6 Inspection

7 Documentation

8 Mandatory spares

9 Schedules

10 Information to be furnished by tenderer

Annexure I List of Standards

Annexure II Principal Technical Parameters

Annexure III List of special test to be conducted

Schedule A Guaranteed Technical particulars

Schedule B Deviations from specifications

Schedule C Tenderer’s experience

Schedule D Deviation from specified standards

Schedule E Deviation from test requirements specified in relevant standards

Signature of Tenderer 96

Page 97: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

TECHNICAL SPECIFICATION FOR 33 KV AIR BREAK DISCONNECTS (ISOLATORS) SPECIFICATION NO. MSEDCL/DIST/OECF/CBD-10

5) SCOPE

a) This specification covers design, manufacture, testing at manufacturers works, inspection ,packing and delivery of outdoor type air break disconnects (isolators) with accessories and auxiliary equipments for installations in various Sub-stations in Maharashtra State (India).

b) It is not the intent to specify completely herein all the details of design and construction of the equipment. It may be noted that norms specified are the bare minimum that are required. The equipment shall confirm in all respects to high standards of engineering mentioned in clause No. 4.0, design and workmanship and should be capable of performing continuous commercial operations well within the parameters guaranteed by the supplier in a manner acceptable to the purchases, who will interpret the meanings of drawings and specifications and shall have power to reject any work or material which in his judgment is not in accordance with the drawings and specifications. Such components shall be deemed to be within scope of the supplier’s supply, irrespective of whether those are specially brought out in this specification and/or the commercial order or not. All the similar parts particularly removable ones shall be interchangeable.

6) STANDARDS

a) Unless otherwise specified elsewhere in the specification, rating as well as performance and testing of the disconnect shall conform to the latest revisions of all relevant standards available at the time of placement of order as listed in Annexure-I. Copies of Indian standard specifications can be obtained from Bureau of Indian standard, Manak Bhavan, Bahadur Shah Zafar Marg, New Delhi -110002 on payments of applicable charges.

b) Equipment meeting the stipulations of specifications IEC, ANSI, CSA, DIN standards, which ensure equal or better quality than the standards listed in the Annexure -II shall also be acceptable. In such case the tenderer should submit alongwith his offer two copies of such standard in authentic English translation, if the language of the standard in is dispute, the stipulation in the English translation submitted by the tenderer , shall prevail. Further, in the event of conflict between stipulation of the standard adopted by the tenderer and the corresponding Indian Standard Specifications, the stipulation of the Indian Standard Specification shall prevail.

7) Principal Technical Parameters:The equipments covered in this specifications shall meet the technical requirements listed in Annexure-II.

Signature of Tenderer 97

Page 98: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

8) General Technical Requirements:

4.1 Type of disconnects

4.1.1 The disconnector shall be three phase gang operated horizontal double break type with rotating type moving blades and with or without gang operated vertical break earth blades.

4.2 Current carrying parts:4.2.1 Separate prices shall be quoted for disconnects with copper moving

blades and alternatively with alluminium moving blades with copper tips.

4.2.2 Material of earthing blades and contacts shall be the same as those of main switch moving blades and contacts respectively. Cross sectional area of earthing blades and contacts shall not be less than 50 % of cross sectional area of main blades and contacts. The earthing blades shall have the same short time current rating ( thermal and dynamic) as that of main switch.

4.3 Current density:Current density to be adopted, for all the pars of isolators and terminal connectors shall not exceed the following limits.a) Hollow tube sections Copper 2.0 A/Sqmm

Aluminium 1.25 A/Sqmmb) Other sections & terminal Copper 1.6 A/Sqmm

connectors Aluminium 1.0 A/Sqmm4.4 Insulators:-

4.4.1 The isolators shall be preferably with solid core insulators. Separate rates may be quoted for isolators with stack type insulators. Polycone insulators shall not be acceptable. The type of insulators considered for ordering shall be decided by the purchase at the time of placement of order.

4.4.2 The insulator shall be provided with a completely galvanized steel base design for mounting on support. The base and mounting arrangement shall be such that the insulator shall be rigid and self supporting and no guying or cross bracings between phase shall be necessary.

4.4.3 The insulator shall be made of homogeneous and vitreous porcelain of high mechanical and dielectric strength. It shall have sufficient mechanical strength to sustain electrical and mechanical loading on account of wind load, short circuit stresses etc. Glazing of the porcelain shall be of uniform brown or dark brown colour with a smooth surface arranged to shed away rain water. The porcelain shall be free from lamination and other flaws or imperfections that might affect the mechanical or dielectrical quality. It shall be thoroughly vitrified, tough and impervious to moisture. The porcelain and metal parts shall be assembled in such a manner and with such material that any thermal differential expansion between the metal and porcelain through the range of temperature specified in this specification shall not loosen the parts or create undue internal stresses which may affect the mechanical or electrical strength or rigidity. The assembly shall not have excessive concentration of electrical stresses in any section or across leakages surfaces. The cement used shall not give rise to chemical reaction with metal fittings. The insulator shall be suitable for water washing by rain or artificial means in service conditions.

4.4.4 Cap to be provided on top of the insulator shall be of high grade cast iron/malleable steel casting or aluminium alloy. It shall be machine faced and hot dip galvanized. The cap shall have four nos.

Signature of Tenderer 98

Page 99: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

of tapped holes spaced on a pitch circle diameter of 127 mm to accommodate the terminal clamp for supporting the purchase’s busbars. The holes shall be suitable for bolts with threads having anticorrosive protection. The effective depth of threads shall not be less than nominal diameter of the bolt.

4.4.5 The casting shall be free from blow holes, cracks and such other defects.

4.4.6 All the ferrous metal parts shall be hot dip galvanized smoothly as per IS 3638 ( as amended up to date), IS 2623 or any other equivalent authoritative standard. The material shall be galvanized only after shop operations upon it have been completed. The metal parts before galvanization should be thoroughly cleaned of any paints, grease, rust, scales or alkalies or any foreign deposits which are likely to come in the way of galvanization process. The metal parts coating shall withstand minimum for one minute dips in copper sulphate solution as per IEC -168.

4.4.7 The insulator unit shall be assembled in a suitable jig to ensure correct positioning of the top and bottom metal fittings relative to one another. The faces of the metal fittings shall be parallel and at right angle to axis of the insulator and corresponding holes in the top and bottom metal fittings shall be in a vertical plane containing the axis of the insulator.

4.4.8 It shall be the sole responsibility of the supplier to carry out thorough inspection and quality checks on the insulators at the insulator supplier works, before offering the insulators for purchasers inspection.

4.5 Operating Mechanism:-a) Manual operating mechanism gang operated through Lever/Hand

reduction gear shall be provided for main switch.b) Manual operating mechanism gang operated through Lever/Hand

on operating shaft shall be provided for earth switch.4.5.1 The operating mechanism shall provide quick, simple and effective

operation. The design shall be such that one man shall be able to operate the isolator with undue effort. The earth switch shall open or close by rotation of lever/hand through 90 degrees. The operating mechanism shall be suitable to hold the main switch or earth switch in closed or opened position to prevent operation by gravity, wind, short circuit, seismic acceleration, vibration, shock, accidental touching etc.

4.5.2 Control Cabinet:The control, cabinet of each operating mechanism shall be made out of 12 SWG ( 2.64 mm thick) sheet steel or 10 mm thick aluminum in the form of plate or casting. Control cabinet shall be provided with hinged doors alongwith pad locking arrangement. Sloping rain hood shall be provided to cover all sides. 15 mm thick neoprene or better type of gaskets shall be provided to ensure degree of protection of at least IP55 as per IS 13947. The cabinet shall be suitable for fixing on support structure with adjustment for vertical , horizontal and longitudinal alignment. Details of arrangement provided for such adjustment as well as for sealing shall be furnished along with the tender.

Signature of Tenderer 99

Page 100: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

4.5.3 Gland Plates and glands:A removable gland plate with double compression type brass cable gland shall be provided with each operating mechanism for terminating all cables. Exact quantity of glands to be provided, shall be intimated to the successful tenderer.

4.5.4 Auxiliary switch:

4.5.4.1Each operating mechanism shall be equipped with four numbers of NC and four numbers of NO separate and reliable auxiliary switches exclusively for purchaser’s interlocking and protection scheme. The purchaser shall use these switches either directly or through contact multiplication relays for various protection scheme.

4.5.4.2The auxiliary switches and auxiliary circuits shall be capable of carrying a current of atleast 10 Amps continuously.

4.5.4.3 Quick make and break ( QMB) type auxiliary switches shall have snap action built in within switch.

4.5.4.4The auxiliary switches shall be actuated by a cam or similar arrangement directly mounted on the isolator shaft without any intermediate levers, linkage etc to ensure full- proof operation.

4.5.4.5 The auxiliary switch is required for main operating mechanism only.

4.5.5 Terminal block and wiring:Each operating mechanism shall be provided with 1100V grade stud type terminal block. All auxiliary switches shall be wired upto the terminal block. The terminal block shall have atleast 20% extra terminals. All wiring shall be carried out with 1100V grade PVC (Ploy vinyle Chloride) insulated 2.5 Sqmm copper conductor. Maximum temperature conductor shall be as per IS-3961.

4.5.6 Interlocking:Mechanical interlocking between main switch and earth switch shall be provided.

4.6 Accessories:The accessories to be provided on the isolators shall include but not to be limited to the following:

4.6.1 Position Indicator: A position indication to show whether the isolator is in ON or OFF position.

4.6.2 Counter Balance spring:-Counter balance springs, cushions etc shall be provide to prevent impact at the end of travel both on opening and closing of the isolator. The springs shall be made of durable and non-rusting type alloy.

4.6.3 Name Plates:The disconnect shall be provided with a name plate. The name plate shall be weather proof and corrosion proof. It shall be mounted in such a position that it shall be visible in the position of normal service and installation. It shall carry the following information duly punched or engraved on it:

4.6.3.1Isolators base:MSEDCL:Name of manufacturer:A/T No.:Type, Designation:Serial number:Rated Voltage:

Rated Normal Current:Rated short time current: M.S E.B

Signature of Tenderer 100

Page 101: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

(kArms and duration in sec)Rated short time peak current: M.S E.B(kAp)Weigth:

4.6.3.2Operating mechanism:MSEDCL:Name of manufacturer:A/T No.:Type, Designation:Auxiliary contacts quantity & rating:Terminal blocks quantity & rating:

4.6.4 Padlocking device:The isolator and earthing switch shall be provided with padlocking device to permit locking of isolator & earthing switch in both fully opened and fully closed position.

4.7 Signaling:4.7.1 Signaling of close position shall not take place unless the movable

contacts has set in position in which the rated normal current , the peak withstand current and the short time withstand current can be carried safely.

4.7.2 Signaling of open position shall not take place unless the movable contacts has reached the position such that the clearance between the contacts is atleast 80% of isolating distance.

4.8 Earthing:4.8.1 Flexible copper connection shall be provided between rotating earth

blades and the frame which shall have a cross section of atleast 50 Sqmm and shall be tinned or suitably treated against corrosion.

4.8.2 The frame of each disconnect and earthing switch shall be provided with two reliable earthing terminals for connection to the purchaser’s earthing conductor/flat so also clamping screw suitable for carrying specified short time current. Flexible ground connectors shall be provided for connecting operating handle to the earthing flat. The diameter of clamping screw shall be atleast 12 mm. The connecting point shall be marked with earth symbol.

4.9 Design and construction:4.9.1 The tenderer shall have experience of minimum five years or his

collaborator shall have experience of minimum eight years in the design, manufacture and supply of equipment similar to that offered. Full particulars of design, manufacture, jig, template and quality control devices developed for manufacture of the equipments offered in respect of the following items shall be furnished with drawings and description alongwith tender.i) Contacts, material, current density etc.ii) Design of contact pressure.iii) Contacts supports and fixing arrangement on insulators.iv) Bearings, housing of bearings, bushes etc.v) Balancing of heights.vi) Coupling pipes, joints connection adjustments.vii) Base plates.viii) Down pipes, guide joints.ix) Brass bushes and bearings at various joints.x) Operating mechanism, type of gear, aux. switch, size and

thickness of box, degree of protection, gland plate, plate, gland etc.

xi) Nut bolts & fasteners.xii) Interlocking devices.

Signature of Tenderer 101

Page 102: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

Offers without the above information or with incomplete information may be rejected.

4.9.2 All live parts shall be designed to have smooth surfaces without any sharp points, edges and other corona producing surfaces so as to eliminate corona at specified extinction voltage or at 1.1 X rated voltage if extinction voltage is not specified.

4.9.3 Fasteners:Nut bolts and washers of size 5\8” and higher size shall be hot dip galvanized. The bolts used on tapped holes of insulator cap shall be galvanized by centrifuge process to avoid excess deposition of zinc on threads. Nut, bolts and washers of less than 5\8” size shall be of stainless steel when used on live parts and nickel plated brass in other parts.

4.9.4 Contacts:Contacts shall be made out of hard drawn electrolytic grade copper. Arcing contacts wherever provided shall close first and open last. The contact surface shall be silver plated. Fabrication shall be made with suitable jig to avoid deviations during production. Details of size and shape of contacts, springs, back plate, fixing arrangements, design of contact pressure, life of contacts, limit of temperature rise etc, shall be furnished alongwith the tender.

4.9.5 Terminal Pad:It shall be made out of electrolytic copper heavily plated. The terminal pad shall be suitable for connection to long barrel bimetallic lugs. Dimensions of terminal pad shall be furnished with the tender.

4.9.6 Mounting of contacts:Fixed contacts shall be mounted on a block or channel welded to 10 mm thick M.S plate with holes for fixing on insulators. Slots shall be provided for marginal adjustments of height of contacts. The contacts shall rest on a brass block and with initial tension. Suitable device shall be provided to prevent dashing. Fabrication, welding etc shall be done in suitable jig to avoid deviations during production.

4.9.7 Moving blades:Contacts surface of moving blades shall be heavily silver plated about 10 to 15 microns thick. The surface shall be wiped during closing and opening operations to remove any film, oxide coating etc. Wiping action shall not cause scouring or abrasion of surfaces.

4.9.8 Bearing:Rotating insulators shall be mounted on a housing with bearings. The housing shall be made of gravity die cast metal with smooth surfaces and suitably machined for seating the bearing. Two nos. of bearings with adequate shaft diameter and distance between the bearings shall be provided to avoid wobbling during operations. The bearings shall be of at least 75 mm internal diameter. The bearings shall be of reputed make and lubricated for life. All other friction locations shall be provided with suitable bearings or stainless or brass bushes. The bearing, bushes, joints, springs etc shall be so designed that no lubrication shall be required during the service. Complete details of bearings, bushes, housing, greasing etc shall be furnished with the tender.

Signature of Tenderer 102

Page 103: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

4.9.9 Tandom pipe:Tandom pipes shall be of at least 25 mm ID and class B. One tandem pipe shall be used for phase coupling of double break isolators. Base plate of insulators for connection of tandem pipe shall be made out of one piece of at least 10 mm thick M.S plate. Bolts and shackle device shall be used to connect tandem pipe to the base plate. Wherever unavoidable sliding clamps may be used. These clamps shall be made out of at least 10 mm thick M.S flat with four nos. of nuts and bolts. A grub screw shall be provided for securing connection on tandem pipes. The tandem pipes shall be suitable to connect the isolators in any position as indicated in the drawing at Annexure-V enclosed with the specification.

4.9.10 Down Pipe:50 mm ID class B pipe shall be provided for operating disconnects. The pipe shall be terminated into a suitable swivel or universal type joint between the insulator bottom bearing and the operating mechanism to take care of marginal angular misalignment at site. All brackets, guides etc shall be mounted on the base of the isolator. Arrangement of mounting any guide, bracket, part etc on support structure except the operating mechanism and the base shall not be accepted.

4.9.11 Base:Each phase of the isolator shall be provide with rigid base fabricated from steel sections. The base shall be suitable for mounting on support structures. Fabrication, welding etc shall be done by suitable jig, power press, templates to avoid deviations during production. Details and dimensions of jig, templates and devices used for production of base shall be furnished with the tender.

4.10 Supporting Structure:The tenderer shall quote the unit price for support structure for the isolator offered. These support structures shall be fabricated out of galvanized ERW pipe conforming to IS 1239 or to be fabricated out of M.S plates.

4.10.2 The support structure shall be suitable for mounting operating mechanism and guides. It shall be designed to withstand short circuit forces, wind pressure, seismic forces etc alongwith the operating forces., vibrations, shocks etc. at actual site conditions with adequate factor of safety. The tenderer shall furnish detailed design, calculation etc for support structures. These details shall also include loading data.

4.10.3 The masonry or concrete in foundation shall be arranged and constructed by tenderer. The tenderer shall furnish complete date for design of foundations. The foundation bolts for the structure shall be in scope of supplier of structures. The foundation bolts shall be supplied well in advance for grouting .

4.10.4 The support structure shall have foundation drilling details indicated in the drawing at Annexure-V of this specifications.\

4.11 Terminal Connectors:The terminal connectors should be made of EC grade Aluminium alongwith suitable bimetallic plate of minimum 1 mm thickness. It should be crimping type and suitable for 0.1 Sq. inch single ACSR conductor.

4.12 Assembly:

Signature of Tenderer 103

Page 104: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

Typical operations shall be carried out on each type of fully assembled disconnect to ascertain that all parts fit correctly and function satisfactorily.

4.13 Painting, Galvanizing and climate proofing:4.13.1 All interiors and exteriors of enclosures, cabinets and other metal

parts shall be thoroughly cleaned to remove all rust, scales, corrosion, grease and other adhering foreign matter and the surfaces treated by recognized phospating ( e.g seven tank phospating sequenced) . After such preparation of surfaces, two coats of Zinc oxide primer shall be given by suitable stoving and air drying etc. before final painting. Colour of final paint shall be of shade no 631 of IS:5 i.e Epoxy light gray. The final painted cubicle shall present esthetically pleasing appearance free from any dent or uneven surface.

4.13.2 Paint inside the metallic housing shall be of anticondensation type and paint on outside surfaces shall be suitable for outdoor installation.

4.13.3 All ferrous parts not suitable for painting such as structural steel, pipes rods, levers, linkages, nuts & bolts used in other than current path etc. shall be hot dip galvanized. Galvanization shall be done after completion of fabrication, which shall be capable to prevent corrosion in view of the severe climatic conditions. Thickness of Zinc coating shall not be less than 610 gm of Zinc per Sq. Meter. of surface. Zinc coating shall be smooth, clean and of uniform thickness and free from defect. Preparation of galvanizing and galvanizing itself shall not adversely affect the mechanical properties of the coated material. The quality shall be established by tests as per IS 2633. Galvanizing of nuts and bolts shall be carried out by centrifugal or suitable process so that the bolts will easily fit into the tapped holes/nults.

4.13.4 All components shall be given adequate treatment of climate proofing so as to withstand corrosion and severe service conditions.

4.13.5 Complete details of painting, galvanizing and climate proofing of the equipments shall be furnished in the tender.

5.0 TESTS5.1 TYPE TESTS:5.1.1 All the equipment offered should have been successfully type

tested in line with the relevant Indian standards and technical specification, within the last five years from the date of offer. The tenderer shall furnish the following type test reports (alongwith General arrangement drawing, Rating and Diagram plate and Internal Constructional drawing) alongwith the offer.The Purchaser reserves the right to demand repetition of some or all type tests in the presence of Purchaser’s representative. For this purpose, tenderer may quote unit rates for carrying out each type test. For any change in the design/type already tested and the design /type offered against this specification, the purchaser reserves right to demand repetition of these tests without any extra cost.

5.1.2 During type test, the disconnect shall be mounted on its own support structure or equivalent support structure and installed with its own operating mechanism to make the type tests representative. Drawing of equivalent support structure if any and mounting arrangement made for type test shall be furnished for purchaser’s approval before conducting the type tests.

5.1.3 The type tests shall be conducted on the disconnect along with approved insulators and terminal connectors.

5.1.4 Mechanical endurance tests shall be conducted on the main switch as well as earth switch on one disconnect of each type.

Signature of Tenderer 104

Page 105: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

5.2 Acceptance and Routine Tests5.2.1 All acceptance and routine tests as stipulated in the relevant

standards shall be carried out by the supplier in presence of purchaser's representative.

5.2.2 Mechanical operation test (routine test) shall be conducted on the complete disconnect (Main switch & Earth switch) at supplier’s work and a certified test report be furnished to the purchaser.

5.2.3 The test report of the power frequency voltage withstand test conducted on the insulator shall be furnished for purchaser’s acceptance in lieu of conducting the power frequency ( dry) test on main circuit ( routine test)

5.3 Immediately after finalization of the programme of acceptance/routine testing, the supplier shall give One week advance intimation to the purchaser, to enable him to depute his representative for witnessing the tests.

5.4 Special tests:Special test listed in Annexure III shall be carried out in presence of purchaser’s representative.

5.5 Test certificates and documents of the following items shall be furnished at the time of routine tests.a) Chemical analysis of copper alongwith a copy of central

excise certificate/gate pass indicating genuine source of procurement of electrolytic grade copper.

b) Bearingsc) Fastenersd) Universal/Swivel joint couplinge) Insulatorsf) Auxiliary Switchg) Interlocking devicesh) Terminal block.

The purchaser may at his discretion request additional test certificates for other items as reasonably required to substantiate the quality of the same.

6.0 INSPECTIONThe inspection may be carried out by the purchaser at any stage of manufacture. The successful tenderer shall grant free access to the purchaser's representative at a reasonable time when the work is in progress. Inspection and acceptance of any equipments under this specification by the purchaser, shall not relieve the supplier of his obligation of furnishing the equipment in accordance with the specification and shall not prevent subsequent rejection if the equipment is found to be defective.The supplier shall keep the purchaser informed, in advance, about the manufacturing program so that arrangement can be made for inspection.The purchaser reserves the right to insist for witnessing the acceptance/routine testing of the bought out items.

7.0 DOCUMENTATION:7.1 All drawings shall conform to international standards organization.

All drawing should be “A3” size only. All dimensions and data shall be in System international Units.

7.2 List of drawings and documentsThe tenderer shall furnish four sets of the following drawings along with his offer:a) General outline and assembly drawings of the disconnects ,

operating mechanism , structure, insulator and terminal connector.

Signature of Tenderer 105

Page 106: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

b) Sectional views and descriptive details of items such as moving blades, contacts, arms, contacts, pressure contact support bearings , housing of bearings , bushes , balancing of heights, phase coupling pipes,, base plates, operating shaft , guides, swivel joint operating mechanism and its components etc.

c) Loading diagrams.d) Drawing with structure for the purpose of type tests.e) Name platef) Schematic drawingsg) Type test report in case the equipment has been already

type tested.h) Test report, literature, pamphlet of the bought out items and

raw materials.7.3 The successful Tenderer shall within 8 days of placement of order,

submit three sets of final versions of all the above said drawings for purchaser's approval. The purchaser shall communicate his comments/approval on the drawings to the supplier. The supplier shall, if necessary, modify the drawings and resubmit three copies of the modified drawings for purchaser's approval within One week from the date of purchaser's comments. After receipt of purchaser's approval, the supplier shall, immediately submit 10 prints and two good quality reproducibles of the approved drawings on plastic coated (film type) durable reproducible paper for purchasers use.

7.4 Six sets of the type test reports, duly approved by the purchaser, shall be submitted by the supplier for distribution, before commencement of supply. Adequate copies of acceptance and routine test certificates , duly approved by the purchaser, shall accompany the dispatch consignment.

7.5 The manufacturing of the equipment shall be strictly in accordance with the approved drawings and no deviations shall be permitted without the written approval of the purchaser. All manufacturing and fabrication work in connection with the equipments prior to the approval of the drawing shall be at suppliers risk.

7.6 Approval of drawings/work by purchaser shall not relieve the supplier of his responsibility and liability for ensuring correctness and correct interpretation of the drawings for meeting the requirement of the latest revision of applicable standards, rules and codes of practices.

7.7 Instruction manual:Five copies of the erection, operation and maintenance manual in English shall be supplied for each type of the disconnect one week prior to dispatch of the equipment. The manual shall be bound volume and shall contain all drawings and information required for erection, operation and maintenance of the disconnect including but not limited to the following particulars:a) Marked erection prints identifying the component parts of

the disconnect as shipped with assembly drawings.b) Detailed dimensions and descriptions of all auxiliaries.c) Detailed views of the insulator stacks , metallics, operating mechanism, structure, interlocks, spare parts etc.

8.0 Mandatory Spares:The tenderer shall furnish in his offer, a list of mandatory spares with unit rates for each rating of disconnect that may be necessary for maintenance of the disconnect for a period of five years. The purchaser reserves the right for selection of items and quantities of these spares to be ordered.The cost of following spares shall be considered for tender evaluation:

Signature of Tenderer 106

Page 107: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

a) Insulatorsb) Contactsc) Moving bladesd) Springse) Bearings

In addition list of optional spares may be enclosed.

9.0 SCHEDULES9.1 The tenderer shall fill in the following schedule, which from

part of the tender specification and offer. If the schedules are not submitted duly filled in with the offer, the offer shall be liable for rejection.

Schedule “A”-- Guaranteed and Technical particularsof each type of disconnect

Schedule “B” -- Schedule of deviation

Schedule “C”-- Tenderers experience

Schedule “D”-- Deviation from specified standards.

Schedule “E”-- Deviation from specified test requirements

9.2 Unless otherwise brought out separately by the tenderers in the schedule of deviation (Schedule ‘B’& ‘D’’) the disconnects offered shall be dealed to conform to the specification, scrupulously. All deviations from the specifications shall be brought out in the schedule of deviation (Schedule ‘B’). The discrepancies between the specifications and the catalogue or literature submitted as the part of offer shall not be considered as valid deviation unless specifically brought out in the schedule of deviation.

9.3 For any deviation from the specification, which is not specifically brought out in the schedule of deviation, the offer may be liable for rejection. Authentic documents, standard and clarification shall support the deviation brought out in the schedule, otherwise the offer may be liable for rejection.

9.4 The tenderer shall submit the list of orders for similar type of equipments executed or under execution during the last Five years, with full details, in the schedule of Tenderers Experience (Schedule ‘C’) to enable the purchaser to evaluate the tender. In case the equipments are being designed and manufactured in collaboration with the other manufacturer, the following additional information shall be submitted by the tenderer along with his offer.i) Copy of the collaboration agreement executed

between the tenderer and the collaborator.ii) List of orders for suitable equipments, executed

/being executed by the collaborator during the last 8 years.

10 Information to be furnished by the tenderer:10.1 The ready reference of the Tenderer, the items of information to be

invariably furnished by the tenderer in his offer are listed below:-i) One copies of the authentic English translation of each of the

standard to which the offered equipments conforms in case those Signature of Tenderer

107

Page 108: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

are other than the standards specified in this specification as per clause no. 3.0.

j) Details of design and construction, operating mechanism, jig fixture and devices used by the tenderer for quality control etc as per clause no. 5.9.

k) Details of painting, galvanizing and climate proofing of equipments as per clause no. 5.13.

l) Drawings as per clause No. 10.0m) Schedule A to D as per clause 13.0.10.2 The tenderer shall also arrange to demonstrate various devices,

components etc, depute his representative for discussion/clarification and/or furnish additional information as required by the purchaser. Failure to furnish such information/ clarification may render the offer to be summarily rejected.

Signature of Tenderer 108

Page 109: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

ANNEXURE – ILIST OF STANDARDS

Sr.No. Standard No. Title1 IS-1818 Alternating current Isolators (disconnectors)

and earthing switches.2 IS -9921 -- do--3 IEC-129 -- do--4 IS – 2544 Insulators5 IS-13947 Degree of protection provided by enclosures6 IS-4691 --do--7 IS-325 Three Phase Induction Motors8 IS- 4722 Rotating Electrical machines9 IS -2629 Recommended practice for hot dip

galvanizing of iron and steel10 IS-4759 Hot dip galvanization coating on Structural

steel.11 IS-2603 Method of Testing weight, thickness and

uniformity of coating on fasteners.12 IS-1573 Electroplated coating of Zinc on Iron and steel13 IS-3033 Spring Washers14 IS-2016 Plain Washers15 IE Rules-1956 Indian Electricity Rules.16 IEC-168 Tests on Indoor and Outdoor post insulators17 IEC- 3961 Recommended current rating for PVC

insulated and PVC sheathed heavy duty cables.

18 IS-5561 Power connectors19 IS-1554 PVC Cables20 IS-5578 Guide for marking of insulated conductors and

arrangement for Switchgear bus bar main connectors & auxiliary wirings.

21 IS-11353 Guide for uniform system of marking and identification of conductors and apparatus terminals.

ANNEXURE IISignature of Tenderer

109

Page 110: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

PRINCIPAL TECHNICAL PARAMETERS (REF CLAUSE NO. 4.0)

Sr. No.

Technical Parameters Requirements

1 Rated Frequency ( Hz) 50 Hz.2 System Neutral earthing Effectively earthed3 No. of phases ( Poles) 34 Temperature rise As per relevant IS/IEC

publication5 Safe duration of overloada) 150 % of rated current 5 minutesb) 120 % of rated current 30 minutes6 Rated Voltage (KV rms) 367 Type of disconnect ( AB) DBCR8 Rated normal current ( Amps) 8009 Rated short time withstand current of MS and EB for 3

seconds ( KA rms)25

10 Rated Peak current of MS and EB (KA peak) 6311 Rated short circuit making current of E.B ( KA peak) 6312 Special requirements a)Earthing blades shall

be capable to discharge the trapped charge of the lineb)Isolator Main switch shall be required to make or break the line charging current when no significant change in voltage occurs across the isolating distance on account of make or breakc)The Isolator required is not with turn and twist mechanism, it is rotating type

13 Basic insulation leveli) Lightening impulse withstand voltage (KV peak)a) To earth and between poles 170b) Across isolating distance 195ii) Rated power frequency withstand voltage(KVrms)a) To earth and between poles 70b) Across isolating distance 8014 Minimum creepage ( mm) 90015 Phase to phase spacing for installation ( mm) 150016 Minimum clearances ( mm)i) Phase & earth 480ii) Between the rotating post and fixed post phase 500

17 Height of centre line of terminal pad above ground level. 3885 approx.

Notes:- DBCR- Double Break Centre Pole Rotating IsolatorsAB- AIR BreakMS- Main SwitchEB- Earth BladeAPP- Approximate

ANNEXURE III

Signature of Tenderer 110

Page 111: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

LIST OF SPECIAL TESTS TO BE CARRIDE OUT(REF. CLAUSE NO. 6.4)

Sr.No. Name of the Tests Standard to which it conforms

1 Test on insulators IS : 2544

2 Test on insulators IEC : 168

3 Test on Terminal connectors IS : 5561

4 Test on Galvanized components IS : 2623

5 Operation Tests on operating mechanism and interlock

6 Endurance Tests on auxiliary switches.

SCHEDULE “A”GUARANTEED TECHNICAL PARTICULARS FOR DISCONNECTS

(REF CLAUSE NO. 13.0)To be furnished by the tenderer for each type of disconnects separately.

Sr. No. Particulars Guaranteed ValueEquipment Offered Item no. of schedule A and Name

Signature of Tenderer 111

Page 112: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

1 Name of manufactureri) Country of manufactureii) Country of origin of product2 Manufacturer’s type3 Standard/s to which equipment conforms4 Frequency ( Hz)5 Rated Voltage (kVrms)6 Maximum design voltage at which isolator can operate

( kVrms)7 Max. current that cane be safely interrupted by

isolator ( Amps & pf)InductiveCapacitive

8 Continuous current rating ( A rms)NominalUnder site conditions

9 Rated short time current M.S EBi) for 3 seconds ( kA rms)ii) for 1 second ( kA rms)iii) rated peak short time current (kApeak)

10 Current density at the minimum cross section of M.S EBi)moving bladeii)Terminal padiii) Contactsiv)Terminal connector

11 Max. temperature rise of current carrying parts when carrying rated current continuously ( degree C)

12 Derating factor for specified site conditions13 Insulation Levels Ph to Ph, Ph. To E, Isolating distance

i)Dry impulse withstand voltage (kVpeak) (kVpeak) (kVpeak)

ii)Wet power Frequency withstand voltage (kVrms) (kVrms) (kVrms)14 Minimum clearance in air (mm)

i)Between polesii) Between live parts & earthiii) Between live when switch is opena) On the same poleb) Between adjacent poles

15 Rated mechanical terminal load ( kg)i)Load along the terminal connector sideii)Load across the terminal connector side

16 Torque required to operate the switch ( Kg-m) M.S EB17 Design and construction M.S EB

i)No. of insulator per poleii) No. of breaks per poleiii) (a) Type of closing/opening mechanism (Turn and twist, straight etc)

M.S EB

b)Time for opening & closingiv)Contacts M.S EBa)Material & gradeb) Cross sectional area ( Sqmm)c) No. of operations the isolator can make without deterioration of contactsv)Moving blades M.S EBa)Material & Gradeb)Cross sectional areavi) Contact supportsa) Material & size of channel /blockb) Material & size of platevii)Rain hood-material grade & sizeviii) Nuts & Boltsa)Size , material & grade in live partsb) Size, material & grade in other partsix)Insulator base platea)Material & size of elevator plate below fixed insulatorsb)Material & size of studs & boltsc)Material & size of rotating insulator base platesx) Bearings MS EB

a)Material & size of housingSignature of Tenderer

112

Page 113: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

b)No. of bearings, locations & sizec)No. of bushes,joints,locations and size.xi)Tandem pipe MS EB

a)Size class & no. of pipesb)Size of shackle & screwc)No. of clamps & material and sizexii) Type of interlockxiii) Down pipe size and class M.S EBxiv) Type of universal/swivel jointsa)Between bearing and down pipeb)Between down pipe & operating mechanismxv) Operating mechanisma)Control cabinetMaterial and thicknessDegree of protectionType, size & no. of cable glandsWhether removable gland plates providedb) Make, type, rating & quantity ofInsulated wiresInterlocksxvi) Insulatorsa)Typesb)No. of units per insulator c)Height of each insulator stack (mm)d)No. of holes, size & pitch circle diameter ( mm)e) Tensile strength (Kg)f) Compressive strength (kg)g)Torsional strength (Kg- cm)h)Centilever strength upright (Kg)i)Rated Voltage (kVrms)j)Power frequency dry flash over voltage (kVrms)

k)Power frequency wet flash over voltage (kVrms)l)Impulse flash over voltage ( positive wave) ( kVpeak)m)Impulse withstand Voltage (kVpeak)n)Power Frequency puncture voltage (kVrms)o)Visual discharge voltage level ( kVrms)p)Creepage distance Total ( mm)q)Dry arcing distance (mm)xvii) Base and supporting structurea) Size of steel sections usedb)Overall sizec)Total weightxviii)Terminal connectora)Clamp bodyi) Material composition plating if anyii)Area at minimum cross section

Signature of Tenderer 113

Page 114: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

b)Bolts and Nut sizei)Material compositionii)Tensile strengthc)Type of washers usedxix)Material of braidsxx)Temperature rise when carrying the rated current at 50 degree C ambient ( C)

18.0 List of bought out itemsSr.No. Particulars of components Qty Rating Make Type

19.0 List of test certificates furnished

20.0 List of drawings furnished

Name of Firm ________________________________________

Name and Signature of Tenderer _________________________

Designation __________________________________________

Date _________________________________

Signature of Tenderer 114

Page 115: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

SCHEDULE – BDEVIATIONS FROM SPECIFICATION

(REF. CLAUSE NO. 13.0)

Sr. No. Clause No. Details of deviation with justifications

Name of Firm _________________________________________________

Name and Signature of Tenderer __________________________________

Designation ___________________________________________________

Date _________________________________

Signature of Tenderer 115

Page 116: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

SCHEDULE – C

Tenderer shall furnish here a list of similar orders executed/under execution by him during the last Five Years and the name/s and address/es of person/s to whom a reference may be made by purchases in case he considers such a reference necessary.

S.No. Name and description of

order

Value of order Period of supply and

commissioning

Name and address of Person to

whom reference may

be made1 2 3 4 5

Name of Firm ____________________________________________

Name and Signature of Tenderer _____________________________

Designation ______________________________________________

Date _________________________________

Signature of Tenderer 116

Page 117: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

SCHEDULE – D

SCHEDULE OF DEVIATIONS FROM SPECIFIED STANDARDS(REF. CLAUSE NO. 13.0)

Sr No.

Parameters Stipulation of specified standards by tenderer

Stipulation of standards adopted

Remarks

Standard ref

Stipulations Standard ref

Stipulations

Name of Firm ____________________________________________

Name and Signature of Tenderer _____________________________

Designation ______________________________________________

Date _________________________________

Signature of Tenderer 117

Page 118: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

SCHEDULE – E

DEVIATIONS FROM TEST REQUIREMENTS SPECIFIED IN RELEVANT AND PRESENT SPECIFICATIONS (REF. CLAUSE NO. 13.0)

Sr No

Name of Test standard

Standard No. & Clause

Requirement of standards

Proposed deviation

Reasons for deviation

Type Tests

Special Tests

Acceptance Tests

Routine Tests

Name of Firm ____________________________________________

Name and Signature of Tenderer _____________________________

Designation ______________________________________________

Date _________________________________

Signature of Tenderer 118

Page 119: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

MAHARASHTRA STATE ELECTRICITY DISTRIBUTION CO. LTD.Urban Circle, Nashik.

Signature of Tenderer 119

GUARANTEED TECHNICAL PARTICULARS FOR CONTROL CABLESSrNo Particulars 2C X 2.5 4C X 2.5

1 Name of Manufacturer2 Brand/Make3 Type of Cable 11 KV grade LT copper control cable

4 Standard applicable IS:1554(Part_i)/88 ammended uptodate5 Whether ISI marked Yes6 Conductor

i Material Annealed Bare Cu. Conductor as per IS:8130/84

ii Size/No. of strands 7/0.675 mmiii Area (Sqmm) 2.5 Sqmm7 Insulationi Type of Cable Extruded PVC type A IS:5831/84ii Thickness 0.90 mmiii Tolerance + 0.19 mm

iv Core identificationColour coding upto five cores & above five cores printed numerals in white colour on each core as per IS :1554(Part-I) with gray

colour base.

8 Inner sheathi Type Extruded PVC type ST-1 IS:5831/84ii Minimum thickness(mm) 0.50 mmiii Colour Black9 Armouringi Type of material G.I wire as per IS-3975ii Size (mm) 1.40 1.40

10 Outer sheathi Type Extruded PVC type ST-1 IS:5831/84ii Minimum thickness(mm) 1.24 1.24iii Colour Black11 Packing (As per IS:10418)(+10.0% tolerance) 500 mtrs + 10%

12 Outer Dia approx (+ 2 mm) 15.10 16.50

13 Electrical properties

i Max. conductor resistance at 20 Deg C (ohm/Km) 7.41 ohm/Km

ii Insulation resistance (VR) ar 27 Deg C ( Ohm-cms) 1 X 1013 Ohms-cms(min)

iii Current rating

a Air ( amp) 27 24

b Ground ( amp) 32 27iv Short Circuit current rating ( K amps) 0.29214 Special Test Rodent & Termite Repulsion Test for sheath15 Embossing 1100 V -Electric Cable -

Page 120: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

Bid Document No. SE/NUC/T-I/07-08/12

VOLUME – IIIACTIVITY SCHEDULE

BID DOCUMENT FOR

Work of Providing & fixing of 33 & 11KV CT & PT for Substation metering at various 33/11 KV S/Station in Urban Circle, Nashik and Cross over points under

Urban Circle, Nashik

Activity Schedule Activity for supply, erection, testing & commissioning of 33 Kv CT/PT and allied

equipments for feeder metering in Nashik District as specified in relevant sectionsection of Volume - II.

Signature of Tenderer 120

Page 121: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

Sr No Description of Works Unit Amount

1Supply, erection, testing & commissioning of 33 Kv CT's of ratio 200 - 100 / 1-1-1 A as specified in relevant sections of Vol. II and as per standard method of construction.

No  

2 Supply, erection, testing & commissioning of 33 Kv PT's as specified in relevant sections of Vol. II and as per standard method of construction.

No  

3 Supply, erection & commissioning of 33 Kv Isolator without EB & allied structure as specified in relevant sections of Vol. II and as per standard method of construction.

Set  

4 Supply & erection of structure for 33 Kv CT's as per MSEDCL specifications and drawing in Vol. II. MT  

5 Supply & erection of structure for 33 Kv PT's as per MSEDCL specifications and drawing in Vol. II. MT  

6 Supply of ACSR Dog as specified in relevant sections of Vol. II and fixing of jumpers & droppers as per standard method of construction.

Rmt  

7 Providing & fixing of Marshalling Box with TB for CT's as per MSEDCL specifications and standard method of construction. No  

8 Providing & fixing of Marshalling Box with TB & HRC fuse for PT's as per MSEDCL specifications and standard method of construction. No  

9 Supply of earthing set made out of CI Pipe 150 mm dia.3 Mtr long with clamps as per MSEDCL specifications & drawing, coal, salt & bentonite clay and erection thereof in approved manner.

Job  

10 Supply of MS Flat 50X6 mm and laying thereof for equipment earthing in approved manner. MT  

11 Providing & fixing of clamps for 33 Kv CT's as per MSEDCL specifications and of approved make. No  

12 Providing & fixing of clamps for 33 Kv PT's as per MSEDCL specifications and of approved make. No  

Signature of Tenderer 121

Page 122: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

13 Providing & fixing of pad clamps for 33 Kv Isolator's as per MSEDCL specifications and of approved make. No  

14Providing & fixing of crimping type ' T ' connector suitable for ACSR Dog as per MSEDCL specifications and of approved make. No  

15 Supply of PVC Pipe 2" dia. and laying threof 500mm below G.L.in approved manner for control cable activity. Rmt  

15 Supply & fixing of metering cabinet suitable for fixing TOD meter as per with suitable locking arrangement made out of SMC sheet Rmt  

16Supply of multistrand, armoured, copper control cable as specified in relevant sections of Vol. II, laying in already laid PVC pipe, dressing, providing glands & termination at both ends and commissioning thereof as per standard method of construction.

   

a 2 core 2.5 Sq.mm Rmt  b 4 core 2.5 Sq.mm Rmt  

17Equipment Foundations in 1:3:6 ratio    

a For CT Cmt  b For PT Cmt  c For Isolator Cmt  

Material Cost1 Erection on Material   10%2 Trasportation on Material   5%3 Service Tax @ (12.24% on 1&2 )   1.83%4 Contingencies on Material   3%5 T&P on Material   1.50%6 Contractor's supervision, high level testing & commissioning

charges on material   5%

7 Contractor's financing on material   3%  Sub Total    8 Contractor's profit on total project cost i.e. on sub total   5%

  Grand Total    

Signature of Tenderer 122

Page 123: MAHARASHTRA STATE ELECTRICITY BOARD · Web viewThe tender documents are available at our web site www. Mahadiscom.in after 24.10.2007. Submit the tender duly filled in latest by 02.11.2007

Activity for supply, erection, testing & commissioning of 11 Kv CT/PT and allied equipments for feeder metering under Urban Circle, Nashik as specified

in relevant section section of Volume - II.Sr No Description of Works Unit Amount1

Supply, errection, testing & commissioning of D.P. Structure for 11 KV CTPT installation at cross over point as per standard method of construction complete fitting with seven earthing a D.P.

No  

2 Conversion of In line DP/Pole to cutpoint as per standard method of construction ( 6 Nos. of disc insulator, pin insulator, jumpers, crimping)

No  

3 Supply, errection, testing & commissioning of 11 KV CT outdoor type 300/5 200/5 100/5

Set  

4 Supply, errection, testing & commissioning of 11 KV PT outdoor type Set  

5 Supply of ACSR Dog conductor for jumpering MT  6 Supply & Crimping of T connector for DP structure MT  7 Supply & Fixing of metering cabinet suitable for fixing of

TOD meter as per MSEDCL specification in suitable locking arrangement made out of SMC sheet

Rmt  

1 Erection on Material   10%2 Transportation on Material   5%3 Service Tax @ (12.24% on 1&2)   1.83%4 Contingencies on Material   3%5 T&P on Material   1.50%6 Contractor's supervision, high level testing &

commissioning charges on material  5%

7 Contractor's financing on material   3%

  Sub Total    8 Contractor's profit on total project cost i.e. on sub total   5%

  Grand Total    

Signature of Tenderer 123