Upload
phamnhan
View
212
Download
0
Embed Size (px)
Citation preview
- 1 -
No of Correction Signature of the Bidder
ORISSA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION (IDCO) IDCO TOWER JANPATH,
BHUBANESWAR-22
TENDER For SUPPLY of 3x300 SQ MM 33 KV XLPE(E)
CABLE reqd for AUTO COMPLEX at CHOUDWAR, CUTTACK.
Estimated Cost : Rs. 30.60 lakhs
Time of Completion : 45 (forty five) Days
Cost of Tender Paper : Rs. 10,000.00
EMD to be deposited : 1% of quoted value
Tender Specification No : 1793/09-10
Date of sale : Dtd:- 29.09.09 to 08/10/09
(within 11.00hrs to 14.00hrs.)
Last Date of Receipt : Dtd:- 13.10.09 up to 17.00hrs.
Date of opening : Dtd:- 14.10.09 at 16.00hrs.
M.R. No & date :
Issued to :M/s.
- 2 -
No of Correction Signature of the Bidder
Sir,
1. After careful examination of the above specification together with the general conditions referred
therein, we hereby offer to supply, erect, test and commission the materials covered thereon
complete in all respects as per specification and general conditions at the rate quoted in attached
schedule of prices of the tender.
2. Our offer shall be valid up to 180 days from the date of opening of Price Bid of the tender.
3. We hereby undertake to have the materials delivered/ work executed within the time specified in the
tender and to adhere to the quantity to be supplied at destinations to be prescribed by the owner.
4. We hereby guarantee the technical particulars given in the tender, supported with necessary test
reports from concerned authorities.
5. We certify to have purchased a copy of the tender papers by remitting Rs._________ (Rupees
_______________________________________) only by cash and this has been acknowledged by
you in your money receipt No dated .
6. We agree to furnish the security deposit in the manner to be decided by your competent authority.
We remain.
Yours faithfully,
(Signature)
(With seal)
Note: This form should be duly filled in by the tenderer and returned to the Divisional Head (Elect),
IDCO Bhubaneswar - 751 022 along with the tender.
- 3 -
No of Correction Signature of the Bidder
ISO 9001& 14001 CORPORATION
Orissa Industrial Infrastructure Development Corporation (A Government of Orissa Undertaking)IDCO Towers, Janpath, Bhubaneswar - 751022, Orissa, India Phones: (0674) 2542784, 2540820, Fax: 2540749
Email: md(a)idcoindia.com
TENDER CALL NOTICE NO_BBSR/ELECT/ E-1514 /08-09- 2528 Dt:19/09/09
1. The Divisional Head (Elect), invites sealed tenders from manufacturers/ authorized dealers/ enlisted
vendors having authorization from manufacturers of the makes of cable & end jointing kits given in the
table below for Supply of 33 KV 3 x 300 sq mm XLPE (E) Cable & End jointing Kits
required for Auto Complex at Choudwar in two packages. The tender documents will be
issued on production of following documents.
Copy of valid OVAT registration certificate.
Copy of valid PAN number
Authorization from the manufacturers in case of other than the
manufacturer/ Authorized dealership Certificate.
2. Bidding documents may be purchased from the Office of the undersigned from the date
29/09/09 to 08/10/09 within 11.00 hours to 14.00 hours on payment of non-refundable
amount as indicated in the table below in the shape of cash. The bid documents for Pkg-1 can
also be down loaded from IDCO’s web site www.idco.in which must be accompanied with
the tender document cost ( non refundable ) as indicated in the table below in shape of DD
drawn in favour of “Orissa Industrial Infrastructure development Corporation” payable at
Bhubaneswar, copies of valid registration of PAN number, OVAT registration no and EMD as
specified in Sl no. 3 below.
3. Bids must be accompanied by Earnest Money in shape of Demand Draft for amounts
as detailed in the table payable at Bhubaneswar and drawn in favour of “Orissa Industrial
Infrastructure development Corporation”. Bids without required amount of Earnest Money
will not be taken in to consideration.
- 4 -
No of Correction Signature of the Bidder
4. The bids must be delivered to the office of the undersigned on or before 17.00 Hrs . on
13/10/09 by Speed Post / Regd. Post only and will be opened at 16.00 Hrs. on 14/10/09 in presence
of the bidders or their authorized representatives, who wish to attend. However, the undersigned will
not be held responsible for any postal delay. If the office happens to be eventually closed on the date of
submission of the bids, the bids will be received and opened on the next working day of opening of the
office at the same time and venue. Other details can be seen in the bidding documents.
5. Any Bidder can purchase the tender papers for any package of work or all the packages
of works separately for participation in the competitive bidding.
6. The authority reserves the right to accept or reject any or all the bids or parts without
assigning any reason there of.
7. IDCO shall not be held responsible for any delay / difficulties of the down loading
facility for any reason whatsoever, incase of any discrepancy between the tender document
down loaded from internet and the master copy available in the office, the master copy will
prevail. No claim on this account will be entertained.
8. For details please contact Er. Sri S K Dash, Dy.Manager (Elect) at phone No. 0674-
2541766 during office hours.
T A B L E Pkg No
Name of the work Approx. Value of Work in Rs.
Bid Security in Rs.
Cost of document in Rs.
Period of completn
Pkg-1
Supply of 33 KV 3 Core x 300 Sq. mm XLPE (E) under ground Allumimnum armoured cable of NICCO/CCI/INCAB/FORT GLOSTER/POLYCAB/GENERAL/ FINOLEX make.
30.60
lakhs
1% of quoted value
Rs. 10,000/-
45days (forty five)
Pkg-2
Supply of out door cable end termination Jointing Kits suitable for 33 KV 3C x 300 Sqmm XLPE (E) armoured cable of DOWELS/3M/RAYCHEM/JOINT MASK/M-SEAL make.
1.16
lakhs
1% of quoted value
Rs. 600/- 45days (forty five)
- 5 -
No of Correction Signature of the Bidder
DIVISIONAL HEAD (ELECT.)
IDCO, BHUBANESWAR
Memo No ----------------/ Dt: ------------------
Copy to Jt. Manager P/R section IDCO for information and necessary action as
due. The tender notice may be published in widely circulated daily newspapers for wide
circulation as per the latest circular. The copy of the newspaper publication may be sent to this
office for record.
Encl. As above
DIVISIONAL HEAD (ELECT.) IDCO, BHUBANESWAR
Memo No -------------/ Dt: ----------------------
Copy to Manager MIS IDCO Bhubaneswar for information and necessary action.
The copy of the tender notice contained in the floppy enclosed may be included in our website.
DIVISIONAL HEAD (ELECT.) IDCO, BHUBANESWAR
Memo No ----------------/ Dt: ----------------------
Copy to Notice Board.
DIVISIONAL HEAD (ELECT.) IDCO, BHUBANESWAR
- 6 -
No of Correction Signature of the Bidder
COMMERCIAL TERMS & CONDITIONS The Bidder shall tabulate the commercial terms and conditions of the tender in the following. Additional
sheets may be attached, if required.
1.0 Bidder’s Complete Company Name :
2.0 Bidder’s Proposal Number :
3.0 Bidder’s Proposal Date :
4.0 Name and Designation of the Officer of the Bidder to
whom all references shall be made for expeditious
technical co-ordination.
:
5.0 Bidder’s Proposal Validity :
a) Is the Bidder’s proposal validity as per owner’s
specification acceptable?
: (Yes / No)
b) If not, specify the terms of Validity of Bidder’s
Proposal from the date of opening of Price Bid
6.0 Delivery and completion
a) Is the terms of Delivery / Completion Period as per
owner’s specification acceptable?
: (Yes / No)
b) If not, specify the terms of Delivery / Completion
Period (in months) from the date of issue of Letter of
Intent
i) Supply of material (Delivery) :
ii) Installation, testing and commissioning of works
complete in all respect. (Completion) :
c) Whether the Delivery / Completion Period is
guaranteed under Penalty / Liquidated Damage as per
GCC?
: (Yes / No)
7.0 Terms of Payment:
a) Are Terms of payment as per owner’s specification
acceptable?
: (Yes / No)
b) If not, specify the terms of payment :
- 7 -
No of Correction Signature of the Bidder
8.0 Whether EMD deposited? : (Yes / No)
If so, give reference. :
If not, give reasons. :
7.0 Whether registered with D.G.S. & D / E.P.M. / Any
other such Organisation?
: (Yes / No)
If so, Give details? (Enclose Photostat copy of the
reference letter)
:
8.0 Whether Photocopy of following currently valid
documents furnished?
(a) Orissa Sales Tax Registration Certificate : (Yes / No)
(b) Orissa Sales Tax Clearance Certificate : (Yes / No)
(c) Income Tax Clearance Certificate : (Yes / No)
(d) Provident Fund Registration Certificate : (Yes / No)
9.0 Conformance:
a) Whether the materials offered are strictly in
accordance with owner’s specification?
: (Yes / No)
b) If not, have deviation sheets been duly filled up? : (Yes / No)
10.0 Is the Performance Guarantee period specified in GCC
accepted?
: (Yes / No)
If not, specify the Performance Guarantee period (in
months)
a) From the date of commissioning at site :
b) From the date of despatch :
11. Whether after sales service facilities are available at
Bhubaneswar.
: (Yes / No)
a) If Yes, give address & details
b) If No, location nearest service center
12. Whether tenderer is a manufacturer of approved make
of materials?
: (Yes / No)
- 8 -
No of Correction Signature of the Bidder
GUIDELINES ON BANK GUARANTEE
The following points are required to be noted by the party while submitting any Bank Guarantee.
1. Non-judicial stamp papers on which Bank Guarantee is typed must be purchased in the name of the
issuing Bank.
2. The Bank Guarantee must be executed on non-judicial stamp paper of the value applicable in the
State, where the Bank Guarantee has been executed.
3. The Bank Guarantee must be furnished in the given proforma by any Nationalised Bank and made
operable at Bhubaneswar only.
4. The Bank Guarantee must be executed within six months from the date of purchase of non-judicial
stamp papers.
5. The Bank Guarantee should never be typed on both sides of the non-judicial stamp papers.
6. The Bank Officer executing the Bank Guarantee must furnish the number and date of power of
Attorney / Delegation of Authority by which, he has been authorised to issue the Bank Guarantee.
7. The person executing the Bank Guarantee must write his full name and designation.
8. The person, executing the Bank Guarantee, must sign in all pages of Bank Guarantee.
9. All cuttings / additions / over writings in inks must be authenticated by the person executing the
Bank Guarantee by his signature and seal of the Bank.
10. Execution of Bank Guarantee must be witnessed by two persons.
11. Witnesses must mention their full name and address.
12. Three months time must be given to file claim or suit from the date of expiry of the Bank Guarantee.
13. The Act, under which issuing Bank is constituted, should be correctly given.
14. If EMD is deposited in shape of Bank Guarantee, it should be valid, operative and irrecoverable till
60 (sixty days) after the validity of offer.
15. All dates should be carefully and correctly put in the Bank Guarantee.
- 9 -
No of Correction Signature of the Bidder
SECTION - 1
(Formats & Deviations)
FORMAT FOR BANK GUARANTEE AS EMD
Dated
Bank Guarantee No.
Ref. No.
To
M/s. Orissa Industrial Infrastructure Development Corporation,
IDCO, IDCO Towers, Janpath,
Bhubaneswar - 7,
Dist. Khurda (Orissa)
Dear Sirs,
In consideration of Orissa Industrial Infrastructure Development Corporation, having its Registered
Office at IDCO Towers, Janpath, Bhubaneswar (hereinafter called the ‘Owner’ which expression shall
unless repugnant to the subject or context include its successors and assigns) having issued Notice
Inviting Tender for “Supply of 33 KV, 3x300 Sq mm XLPE(E) Cable as required for Auto
Complex at Choudwar, Cuttack.” and M/s.
having its Registered Head Office at (hereinafter called the ‘Tenderer’) who wished to
participate in the said tender for “Supply of 33 KV, 3x300 Sq mm XLPE(E) Cable as required for
Auto Complex at Choudwar, Cuttack” and the owner, as a special favour, have agreed to accept an
irrevocable and unconditional Bank Bid Guarantee executed by any Nationalised Bank operable at its
Bhubaneswar Branch only for an amount of Rs. valid up to on
behalf of the tenderer in lieu of Cash Deposit required to be made by the Tenderer, as a condition
precedent for participation in the said tender.
We the (Bank & Address) incorporated under law and having our
Registered Head Office at and one of our branches at (Bhubaneswar Branch
Address) do hereby unconditionally and irrevocably guarantee and undertake to pay to the ‘Owner’
immediately on demand at our Bhubaneswar Branch without any demur reservation, protest, contest and
- 10 -
No of Correction Signature of the Bidder
recourse to the extent of the said sum of Rs. (Rupees )
only. Any such claim/ demand made by the said ‘Owner’ on us shall be conclusive and binding on us
irrespective of any dispute or differences raised by the tenderer. This guarantee shall be irrevocable and
shall remain valid up to . If any further extension of this guarantee is required, the same
shall be extended to such required period on receiving instruction from the Tenderer on whose behalf
this guarantee is issued.
We, the said Bank, lastly undertake not to revoke this guarantee during its currency except with
the previous consent of the Owner in writing and agree that any change in the constitution of the said
tenderer or the said Bank shall not discharge our liability here under.
I witness where of, the Bank, through its authorised offices has set its hand and stamp on this
day of 2009 at .
Witness :
Signature (Signature)
Name : Name :
Designation with Bank Stamp.
Official Address :
Attorney as per power of
Attorney No.
Date.
Note: The stamp papers of Rupees forty only shall be purchased in the name of “Bid Guarantee issuing
Bank”.
- 11 -
No of Correction Signature of the Bidder
GENERAL CONDITIONS OF CONTRACT
(For supply of Electrical Materials) 1.0 General Instructions:
The work put to tender pertains to supply of Electrical items as detailed in technical specification and
price schedule required for Supply of 33 KV, 3x300 Sq mm XLPE(E) Cable as required for Auto
Complex at Choudwar, Cuttack. The tenderer shall ensure to follow the instructions given hereunder
failing which; the tenders shall be liable for rejection.
2.0 Scope of Proposal:
The scope of work in brief shall include design, manufacture, type testing, inspection, supply, loading at
factory, transportation to site / unloading at site, insurance, taxes, duties including guarantee and after
sales service obligations of 33 KV 3x300 Sq mm XLPE(E) Cable in conformity to the enclosed
technical specification.
3.0 Technical Eligibility Criteria for Bidders:
The bidder shall be a manufacturer / authorized dealers/ enlisted vendors having authorization from
manufacturers of the makes of cable. The bidder must possess Type test certificates for the said rating
of Cables.
4.0 Submission of Tender:
Each Bidder shall submit only one Bid. Tenderers are advised to fill up the prices only in the prescribed
format given in this document. The tender shall be submitted in sealed envelope super cribbed with “
Tender for Supply of 33 KV, 3x300 Sq mm XLPE(E) Cable as required for Auto Complex at
Choudwar, Cuttack Date of Opening: Dt.14/10/09”.
Bids must be delivered to the office of the undersigned on or before the 17.00 Hrs of dated 13/10/09 by
Registered post / Speed post only. Any Bid received by the Purchaser after the deadline for submission of
Bids prescribed by the Purchaser will be declared “Late” and rejected outright and returned unopened to
the Bidder.
4.1. Telegraphic tenders will not be accepted. 5.0 Receipt and Opening of Tender:
Tenders shall be received in the office of the Divisional Head, Electrical Division, IDCO, Bhubaneswar
and shall be opened on the scheduled date (Dt.14/10/09-- 4.00 PM).
- 12 -
No of Correction Signature of the Bidder
6.0 Prices:
The tenderer shall ensure that all prices are filled in the price schedule both in words and figures. No over writing shall be allowed. The tenderer shall countersign all scoring and cancellation. In case of illegibility, the interpretation and decision of the Engineer-in-charge of the work shall be final.
All entry shall be in Engilsh language only. The price should be inclusive of all taxes, duties & transit insurance and FOR destination. (Please note that this office will not issue any concessional form for sales tax. The purchaser shall not issue any Waybill.)
When there is difference between a rate in figure and in words, the rate that correspond to the amount worked out by the bidder shall be taken as correct.
When the bidder has not worked out the amount of an item or it does neither correspond with the
rate written in figures not in words, then rate quoted by the bidder in words shall be taken as correct.
When the rate quoted by the bidder in figures and in words tallies but the amount is not worked
out correctly, the rate quoted by the bidder shall be taken as correct and not the amount. 7.0 Registration Certificates:
The tenderer shall furnish valid VAT & PAN certificates along with his tender. Tenders not
accompanied with these documents shall be liable for rejection at the discretion of the purchaser.
8.0 Validity:
The tenderers shall keep the tender valid for a period of 180 (one hundred eighty) days from the date of
opening of price bid.
9.0 Deviation from Specification
It is in the interest of the Tenderers to study the Specification, drawing etc. specified in the tender
schedule thoroughly before tendering so that, if any deviations are made by the Tenderers, the same are
prominently brought out on a separate sheet in the Deviation Statement Format. Unless deviations are
specifically mentioned in the Deviation Statement Formats attached in the tender paper, it shall be
presumed that the Tenderer has accepted all the conditions, stipulated in the tender Specification,
notwithstanding any exemptions mentioned therein.
10.0 Payment:
100% payment with all taxes and duties will be paid against completion of delivery and verification
thereof, subject to submission of a Bank Guarantee covering 10% of the contract price to cover the
guarantee period, i.e. valid for a period of two years from the date of commissioning or 30 (thirty) months
from the date of supply whichever is earlier, towards performance guarantee from any
nationalized/Scheduled bank operable at Bhubaneswar/ Cuttack only.
11.0 Liquidated Damage for Delay in Completion:
If the supplier fails in the due performance of the contract to supply the equipment within the time fixed
by the contract or any extension thereof, he shall be liable at the discretion of the purchaser to a liquidated
- 13 -
No of Correction Signature of the Bidder
damage amounting to half percent (0.5%) of the contract price per week. In any case, the contractor’s
liability for delay shall not exceed 5% (five percent) of the total contract price and subject to force
majeure conditions.
12.0 Force Majeure:
The term “Force Majeure” as employed herein include, acts of God or force of nature, landslide,
earthquake, flood, fire, lightning, explosion, major storm (hurricane, typhoon, cyclone etc.) or major
storm warning, tidal wave, shipwreck and perils of navigation, act of war (declared or undeclared) or
public enemy, strike (excluding employee strikes, lockouts or other industrial disputes or action solely
among employee of manufacturer/contractor or its subcontractors) act or omission of Sovereign States or
those purporting to represent Sovereign States, blockade, embargo, quarantine, public disorder, sabotage,
accident or similar events beyond the control of the parties or either of them.
Force Majeure shall not include occurrences as follows :
Late delivery of materials caused by congestion of Seller’s facilities or elsewhere, and oversold
condition of the market, inefficiencies, or similar occurrences.
Late performance by Seller and / or Sub-Seller caused by unavailability of raw materials, supervisors
or labour, inefficiencies of similar occurrences.
Mechanical breakdown of any item of Seller’s or its Sub-Seller’s equipment, plant or machinery.
Delays due to ordinary storm or inclement weather.
Non-conformance by Sub-Seller.
Unless the delay arises out of a Force Majeure occurrence and is beyond both Seller’s and Sub-Seller’s or
Seller’s control and an alternate acceptable source of services, equipment or material is unavailable.
Additionally, Force Majeure shall not include financial distress of Seller or any Sub-Seller. Any delay or
failure in performance by either party hereto shall not give rise to any claims for damages or loss of
anticipated profits if and to the extent, such delay or failure is caused by Force Majeure.
13.0 Despatch Instructions:
The materials under this contract shall be despatched to the work site at Choudwar(Grid Substation),
Cuttack. These shall be duly packed by the seller suitably as per the standard procedure for safe transport
to the site / store. The cases/drums shall be clearly marked showing distinctly the name and address of the
consignee. In case of special instructions, such as” this end up”, “fragile”, “handle with care” etc., the
same shall be clearly displayed on the cases.
The materials shall be insured at the cost and risk of the supplier. The supplier shall have to intimate the
probable date of arrival of materials at site to all concerned in advance.
14.0 Inspection and Test:
The purchaser shall inspect, examine and test the equipment’s/ materials through its representative at the
manufacturers/ suppliers works during or after the manufacture of goods prior to despatch on receipt of a
- 14 -
No of Correction Signature of the Bidder
clear notice of minimum seven days in advance to be reckoned from the date of receipt by the purchaser.
The supplier shall provide all facilities as may be required to carry out the tests in accordance with
approved standards free of cost.
15.0 Earnest Money:
(i) The tenderer shall be required to submit Earnest Money deposit as indicated in the NIT.
(ii) The EMD shall be deposited either in cash or a crossed Bank Draft/ Pay Order drawn in favour of
“Orissa Industrial Infrastructure Development Corporation, Bhubaneswar” of any Nationalised Bank
drawn payable at Bhubaneswar.
(iii) Earnest Money shall be forfeited in case of withdrawal / modification of an offer within the validity
period as required in the NIT/ Tender Specification after opening of tenders.
(iv) In case of tenders not accepted, the Earnest Money shall be refunded within 30 days of the accord of
order/ contract to the successful tender.
(v) Bids not accompanied by the required EMD in accordance with the Clause above, or if the EMD is of
inadequate value, the tender shall be liable for rejection at the discretion of the purchaser.
(vi) Earnest Money shall be forfeited in case of non-acceptance of purchase order within stipulated period.
16.0 LOI and Security Deposit:
The letter of intent shall be issued to the successful bidder whose bid shall be considered responsive,
techno-commercially acceptable and evaluated to be the Lowest (L-1). The successful bidder shall be
required to furnish a letter of acceptance within 7 days of issue of the letter of intent.
The successful tenderers shall be required to submit security deposit for faithful execution of the order at
the rate of 10% of the value in shape of a Bank Guarantee from any nationalised Bank operable at its
Bhubaneswar/ Cuttack branch only valid up to one month from the date of completion of full supply of
materials.
17.0 Performance Guarantee and Performance Guarantee Bond:
The supplier shall guarantee for satisfactory operation of the equipment for a minimum period of 24
months from the date of Commissioning or 30 months from the date of receipt of consignment which ever
is earlier. In the event of any defect in the materials arising out of faulty design, inferior quality of raw
material used or bad workmanship within the guarantee period, the supplier shall guarantee to replace/
repair to the satisfaction of the purchaser the defective materials free of cost. If the supplier fails to do so
within a reasonable time, the purchaser reserves the right to recover the amount from the pending bills or
may recover from the Performance Guarantee submitted by the supplier.
The contractor shall furnish a Bond by way of Bank Guarantee from any Nationalised Bank operable at
its Bhubaneswar/ Cuttack branch to cover 90days beyond the guarantee period in all respects equal to
10% of the total price for faithful and for fulfilling the terms of guarantee for a period of 30 months from
the date of supply or 24 months from the date of commissioning whichever is earlier.
- 15 -
No of Correction Signature of the Bidder
18.0 Clarification desired by the Tenderer:
The tenderer should seek for the clarifications, if any, with regard to the specification before submission
of the tender. No correspondence on this account will be entertained once the tenderer has submitted the
tender. For seeking clarification, the tenderers are requested to contact Mr. S.K.Dash, Dy. Manager
(Elect), IDCO.
19.0 Reservation of Right:
The owner reserves the rights to accept any bid or, reject any or, all bids or cancel/ withdraw invitation
for bid without assigning any reason for such decision. Such decision, by the owner shall not be subject to
question by any bidder and the owner shall bear no liability whatsoever consequent upon such a decision.
The authority reserves the right to split the supply order among the participants as per suitability for
timely completion of the supply.
20.0 Disclaimer:
This Document includes statements, which reflect various assumptions, which may or may not be correct.
Each Bidder should conduct its own estimation and analysis and should check the accuracy, reliability
and completeness of the information in this Document and obtain independent advice from appropriate
sources in their own interest.
Neither Purchaser nor its employees will have any liability whatsoever to any Bidder or any other person
under the law or contract, the principles of restitution or unjust enrichment or otherwise for any loss,
expense or damage whatsoever which may arise from or be incurred or suffered in connection with
anything contained in this Document, any matter deemed to form part of this Document, provision of
Services and any other information supplied by or on behalf of Purchaser or its employees, or otherwise
arising in any way from the selection process for the Supply / provision of Services for the Project.
Though adequate care has been taken while issuing the Bid document, the Bidder should satisfy himself
that documents are complete in all respects. Intimation of any discrepancy/ doubt shall be sent to the
Deputy Manager (Elect), IDCO, Bhubaneswar (Ph: 0674- 2541766) for speedy response.
This document and the information contained herein are Strictly Confidential and are for use of only the
person (s) to whom it is issued. It may not be copied or distributed by the recipient to third parties (other
than in confidence to the recipient’s professional advisors).
21.0 Cost of Bidding:
The Bidder shall bear all costs associated with the preparation and submission of its Bid and Purchaser
will in no case be responsible or liable for those costs.
22.0 Time Schedule:
The materials should be supplied in full within 45 (forty five) days from the date of issue of purchase
order.
23.0 Consignee:
Deputy Manager, Electrical Division, IDCO, Bhubaneswar shall be the consignee.
- 16 -
No of Correction Signature of the Bidder
24.0 Jurisdiction of Court:
Dispute / Litigation if any, arising out of this contract deemed to have been entered into at Bhubaneswar
shall be under the jurisdiction of Orissa High Court.
- 17 -
No of Correction Signature of the Bidder
TECHINICAL SPECIFICATION LOCATION OF THE MATERIAL TO BE UTILISED. CHOUDWAR, Dist: CUTTACK.
1 SERVICE CONDITIONS
The service conditions shall be as follows
maximum altitude above sea level 1,000m
maximum ambient air temperature 50° C
maximum daily average ambient air temperature 35° C
minimum ambient air temperature 5° C
maximum temperature attainable by an object exposed to the sun 60 ° C
maximum yearly weighted average ambient temperature 32° C
maximum relative humidity 100%
average number of thunderstorm days per annum (isokeraunic level) 70
average number of rainy days per annum 120
average annual rainfall 1500 mm
maximum wind pressure 260Kg / m2
2. SCOPE
These specifications cover the design, engineering, manufacturing, shop-testing, pre-delivery
inspection, packing & forwarding, loading at manufacturer’s works, transportation, transit
insurance, delivery & unloading at site/ stores of 33 KV 3 core 300sq mm XLPE(E) cable as reqd
at Choudwar, Cuttack.
The materials offered should have been successfully type tested and the design should have been
in satisfactory operation for a period not less than three years as on the date of bid opening.
Compliance shall be demonstrated by submitting with the bid,
(i) Authenticated copies of the Type test reports and
(ii) Performance certificates from the users, specifically from Central Govt./ State Govt.
or their undertakings.
The cable shall conform in all respects to highest standards of engineering, design, workmanship,
this specification and the latest revisions of relevant standards at the time of offer and the
purchaser shall have the power to reject any work or material, which, in his judgement, is not in
full accordance therewith.
3 SYSTEM CONDITIONS
The cable shall be suitable for installation in supply systems of the following characteristics.
- 18 -
No of Correction Signature of the Bidder
Frequency 50 Hz± 5%
Nominal system voltages 33KV System 33 KV
Maximum system voltages 33KV System 36.3 KV
4 CODES & STANDARDS for CONSTRUCTION OF HT CABLES
1 Conduction : Stranded Class 2 – Annealed Plain / Tinned Copper /
Aluminium – IS: 8130 / IEC 60228 / BS: 6360.
2 Conductor Screen. : Extruded semi–conducting compound – IS : 7098 Part 2, IEC
: 60502 Part – 2, BS : 6622, BS : 7835.
3 Insulation : XLPE – IS: 7098 Part 2, IEC: 60502 Part - 2, BS:
6622, BS: 7835.
4 Insulation Non –
metallic Screen.
: Extruded semi–conducting compound – IS: 7098 Part 2, IEC:
60502 Part - 2, BS: 6622, BS: 7835.
5 Insulation Metallic
Screen.
: Copper Wire / Tape or Aluminium Wire / Strip – IS:
7098 Part 2, IEC: 60502 Part - 2, BS: 6622, BS : 7835.
6 Fillers. : Non Hygroscopic PVC* / Polypropylene Fiber to maintain
roundness of cable.
7 Inner sheath / Bedding. : PVC ST 2 as per IS: 7098 Part 2, IEC: 60502 Part - 2,
BS: 6622, LSOH to BS: 7835.
8 Armour. : IS: 7098 Part 2, IS: 3975, IEC: 60502 Part - 2, BS:
6622, BS: 7835.
9 Outer Sheath. : PVC ST 2, FR, FRLS as per IS : 7098 Part 2, IEC : 60502,
Part -2, BS : 6622, LSOH to BS : 7835.
5 TECHNICAL DATA (As per IS: 7098 P-II/1985)
Nominal Size of Conductor in sq mm : 300
Nominal Thickness of XLPE Insulation in mm : 8.8
Minimum Thickness of PVC Inner Sheath. in mm : 0.7
STRIP / FORMED WIRE ARMOURED CABLE Nominal Dimension of GI Flat Strip in mm : 0.8 Minimum Thickness of PVC Outer Sheath in mm : 3.0
Approx. Overall Diameter of Cable in mm : 96.0 Approx Weight of cable in Kg/Km : 11350
CURRENT CARRYING CAPACITY In Ground at 30°C.in Amps : 350
In Duct at 30° C in Amps : 310
In Air at 40° C. in Amps : 455
Piece Length of cable for Delivery in mtr. 500
- 19 -
No of Correction Signature of the Bidder
Price Schedule
S. N. Description Unit Qnty Rate in Rs. Amount in Rs.
1. Supply of 33 KV 3 Core x 300 Sq. mm XLPE (E) under ground Allumimnum armoured cable of NICCO/CCI/INCAB/FORT GLOSTER/POLYCAB/GENERAL/ FINOLEX make. As required at Choudwar (Grid Substation), Cuttack.
mtr 1200
NB: Quantity tolerance of ( plus or minus) 3 % of the schedule quantity is aloowed.
Rate in words
TOTAL AMOUNT Rs.
Amount in Words:
SIGNATURE OF THE BIDDER WIH SEAL
Divisional Head (Electrical)
IDCO, Bhubaneswar
- 20 -
No of Correction Signature of the Bidder
POLYCAB GUIDELINES FOR SELECTION OF CABLES.
Polycab is manufacturing wide range of cables, so it is important that while placing
enquired or orders, as much information as possible shall be given to polycab, so that the
enquiries and orders are dealt quickly and efficiently.
1. Voltage Grade. : 1.9/3.3kV (E), 3.3 / 3.3 kV (UE), 3.8/6.6 kV (E),
6.6/ 6.6 kV (UE), 6.35 / 11kV (E), 11/11 kV (UE),
12.7 /22 kV (E) & 33 kV (E), 33kV (UE) & 45 kV.
2. Relevant Indian Standard. : IS 7098 (Part – 2)–1985 or International standard
– IEC – 60502 (Part – 2), BS – 6622 & BS : 7835.
3 Number of cores. : Single & Three.
4. Conductor. : Size – 35 sqmm to 1000 sqmm in Single Core
Cables & 35 sqmm to 400 sqmm in 3 Core cables.
5. Conductor Material. : Copper / Aluminium.
6. Type of Insulation. : XLPE.
7. Type of Inner Sheathing. : PVC Wrapped / PVC Extruded.
8. Type of Armour. : Unarmoured / Strip Armoured / Round Wire
Armoured.
9. Type of Outer Sheath. : PVC / Flame Retardant / Flame Retardant Low
Smoke / Zero Halogen (LSOH).
10 Length of cable required and drum length.
- 21 -
No of Correction Signature of the Bidder
Price Schedule
S. N. Description Unit Qnty Rate in Rs. Amount in Rs.
2. Supply of 33 KV 3 Core x 300 Sq. mm XLPE (E) under ground Allumimnum armoured cable of NICCO/CCI/INCAB/FORT GLOSTER/POLYCAB/GENERAL/ FINOLEX make. As required at Choudwar (Grid Substation), Cuttack. mtr 1200
3. Excise Duty
Total (A)
4. Cess on Excise Duty
Total (B)
5. VAT
Total (C)
6. Charges of insurance, packing, forwarding
and transportation up to site at Analabadi
Colony, Nalco, DAMANJODI
Grand Total
Amount in Words:
SIGNATURE OF THE BIDDER WIH SEAL
- 22 -
No of Correction Signature of the Bidder
WEIGHT, DIMENSION DATA & CURRENT CARRYING CAPACITY OF CABLES.
Table 29 - 19 /33KV (E) HT XLPE THREE CORE ALUMINIUM CONDUCTOR CABLES.
UNARMOURED CABLE. FORMED WIRE / STRIP ARMOURED CABLE. ROUND WIRE ARMOURED CABLE. CURRENT CARRYING CAPACITY.
Nominal Size of
Conductor
Nominal Thickness of XLPE
Insulation
Minimum Thickness
of PVC Inner
Sheath. Nominal
Thickness of PVC Outer
Sheath.
Approx. Overall
Diameter of Cable.
Approx. Weight
of Cable.
Nominal Dimension of GI Flat
Strip.
Minimum Thickness
of PVC Outer
Sheath
Approx. Overall
Diameter of Cable.
Approx Weight
of cable.
Nominal Dimension
of GI Round Wire.
Minimum Thickness
of PVC Outer
Sheath
Approx. Overall
Diameter of Cable.
Approx Weight
of cable.
In Ground at 30°C.
In Duct at 30°
C
In Air at 40°
C.
*Normal Delivery Length.
300 8.8 0.7 4.0 96 10200 0.8 3.0 96.0 11350 4.0 3.0 102.0 16450 350 310 455 250
5 TECHNICAL DATA (As per IS: 7098 P-II/1985)
Nominal Size of Conductor in sq mm : 300
Nominal Thickness of XLPE Insulation in mm : 8.8
Minimum Thickness of PVC Inner Sheath. in mm
: 0.7
UNARMOURED CABLE. Nominal Thickness of PVC Outer Sheath. in
mm : 4.0
Approx. Overall Diameter of Cable in mm : 96
Approx. Weight of Cable in Kg/Km : 10200
- 23 -
No of Correction Signature of the Bidder
FORMED WIRE / STRIP ARMOURED CABLE
Nominal Dimension of GI Flat Strip in mm : 0.8
Minimum Thickness of PVC Outer Sheath in mm
: 3.0
Approx. Overall Diameter of Cable in mm : 96.0
Approx Weight of cable : 11350
ROUND WIRE ARMOURED CABLE Nominal Dimension of GI Round Wire in mm : 4.0
Minimum Thickness of PVC Outer Sheath in mm
: 3.0
Approx. Overall Diameter of Cable in mm : 102.0
Approx Weight of cable : 16450
CURRENT CARRYING CAPACITY In Ground at 30°C.in Amps : 350
In Duct at 30° C in Amps : 310
In Air at 40° C. in Amps : 455