e-procurement notice · document in the portal up to 03:30pm 3. last date for online submission :...

41
E-TENDER DOCUMENT FOR SUPPLY, INSTALLATION , COMMISSIONING & TESTING OF OUTDOOR VACUUM CIRCUIT BREAKER (VCB) AT DAITARI MINES, ODISHA E-Procurement Notice NIT No. OMC/MAT/E-PROC/65/2018 Dtd. 29.10.2018 1. Name of the work : Supply, Installation, Commissioning & Testing of 11KV, 630A Out Door Type VCB at Daitari Mines, Odisha 2. Date of availability of bid : 31.10.2018 to 26.11.2018 document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018 up to 11:00AM commercial bids OMC reserves the right to cancel any or all the tenders without assigning any reason thereof. Further details can be seen from the e-procurement portal tendersodisha.gov.in/ www.omcltd.in Any amendment /cancellation/ retender please refer to the above cited website. General Manager (Material) E-mail: [email protected] The Odisha Mining Corporation Ltd. (A Gold Category State PSU) Registered Office : OMC House, Bhubaneswar-751001, India Tel: 0674-2377400/2377401, Fax: 0674-2396889, 2391629, www.omcltd.in CIN : U13100OR1956SGC000313

Upload: others

Post on 21-Sep-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

E-TENDER DOCUMENT FOR

SUPPLY, INSTALLATION , COMMISSIONING & TESTING OF OUTDOOR VACUUM CIRCUIT BREAKER (VCB)

AT DAITARI MINES, ODISHA

E-Procurement Notice

NIT No. OMC/MAT/E-PROC/65/2018 Dtd. 29.10.2018

1. Name of the work : Supply, Installation, Commissioning &

Testing of 11KV, 630A Out Door Type

VCB at Daitari Mines, Odisha

2. Date of availability of bid : 31.10.2018 to 26.11.2018

document in the portal Up to 03:30PM

3. Last Date for online submission : 26.11.2018 up to 05:00PM

of bids in the portal

4. Date of opening of techno- : 27.11.2018 up to 11:00AM

commercial bids

OMC reserves the right to cancel any or all the tenders without assigning any reason thereof.

Further details can be seen from the e-procurement portal tendersodisha.gov.in/ www.omcltd.in

Any amendment /cancellation/ retender please refer to the above cited website.

General Manager (Material) E-mail: [email protected]

The Odisha Mining Corporation Ltd. (A Gold Category State PSU)

Registered Office : OMC House, Bhubaneswar-751001, India Tel: 0674-2377400/2377401, Fax: 0674-2396889, 2391629, www.omcltd.in

CIN : U13100OR1956SGC000313

Page 2: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

CHAPTER-1

INSTRUCTION TO THE BIDDERS FOR E-PROCUREMENT

a. The e-procurement portal of Govt. of Odisha (https://tendersodisha.gov.in) shall be used for the tendering process.

b. Tenders will be published in the state e-procurement portal by authorized

executives of OMC with Digital Signature Certificate (DSC) issued with the

approval of the competent authority. c. There shall be no sale of hard copies of tender from issuing offices. Tenders

can be accessed and downloaded by the prospective bidders on above

website. The tender can be downloaded by any prospective bidder from the

website free of cost. d. The bid submission will start from the next day of the e-publication of NIT. The

download of tender may start immediately after e-publication of NIT and shall

continue till the last date and time of bid submission.

e. Registration/Enrolment of Bidder on e-procurement Portal.

In order to submit the Bid, the bidders have to get themselves registered

online on the e-procurement portal of State Govt. (tendersodisha.gov.in) with

valid Digital Signature Certificate (DSC). The online Registration of the Bidders

on the portal will be free of cost and one time activity only. The registration

should be in the name of bidder, whereas DSC holder may be either bidder

himself or his duly authorized person.

f. Procedure of bid submission using electronic payment of EMD by bidder.

i. The bidders have to logon to the Odisha e-procurement portal

(tendersodisha.gov.in) using his/her digital signature certificate and

then search and then select the required active tender from ‘Search

Active Tender” option. Now, submit button can be clicked against the

selected tender so that it comes to the “My Tenders” section.

ii. The bidders have to upload the required Prequalification/ Technical/ Financial bid, as mentioned in the bidding document.

Page 3: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

iii. Then the bidders have to select and submit the bank name as available in the payment options.

iv. A bidder shall make electronic payment using his/her internet banking enabled account with designated Banks or their aggregator banks.

v. A bidder having account in other Banks can make payment using NEFT/RTGS facility of designated Banks.

vi. Online NEFT/RTGS payment using internet banking of the Bank in

which the bidder holds his account, by adding the account number as

mentioned in the challan as an interbank beneficiary.

vii. Only after receipt of intimation at the e-procurement portal regarding

successful transaction by bidder the system will activate the ‘Freeze

Bid Submission’ button to conclude the bid submission process.

viii. System will generate an acknowledgement receipt for successful bid

submission. The bidder should make a note ‘Bid ID’ generated in the

acknowledgement receipt for tracking their bid status. g. Only those bidders who successfully remit their Earnest Money Deposit (EMD)

on submission of bids would be eligible to participate on the tender/bid

process. The bidders with pending or failure payment status shall not be able

to submit their bid. Tender Inviting Authority, State Procurement Cell, NIC, the

designated Banks shall not be held responsible for such pendency or failure. h. Designated Banks (SBI/ICICI/HDFC Bank) payment gateway are being

integrated with e-Procurement Portal of Government of Odisha

(tendersodisha.gov.in) i. The bidder will have to accept unconditionally the online user portal

agreement which contains the acceptance of all the Terms and Conditions of

NIT including Commercial and General Terms and Conditions and other

conditions, if any, along with on-line undertaking in support of the authenticity

of the declarations regarding the facts, figures, information and documents

furnished by the Bidder on-line in order to become and eligible bidder. No

conditional bid shall be allowed/ accepted.

Page 4: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

j. The bidder will have to give an undertaking online that if the information/

declaration/scanned documents furnished in support of the same in respect of

eligibility criteria is found be to be wrong or misleading at any stage, they will

be liable to be punitive action as decided by the OMC Management.

k. The bidder may seek clarification on-line within the specified period. The

tender publishing authority will clarify as far as possible the relevant queries of

bidders. The clarifications may be asked from the next day of e-publication of

NIT. The last date for seeking clarification will be up to 15 (fifteen) days before

the last date of submission of bid and the last date of giving clarification on-

line will be up to 7(seven) days before the last date of submission of bid. The

tender publishing authority will be responsible for giving the clarification

online within the prescribed time frame.

l. Corrigendum should be issued only in exceptional case. The corrigendum of

NIT will be possible on-line with respect to extension of date and address.

However, the extension of date for an event/activity will be possible only

before the expiry of earlier specified date and time for that particular event.

Pre-ponement of date for any event/ activity is not permitted. The scanned

copy of corrigendum notice is to be uploaded on the e-procurement Portal and

also on the portal where the original NIT has been published.

m. The bidder will submit their Techno Commercial Bid and Price bid on-line.

No off-line bid shall be accepted.

The bidder will be required to deposit EMD through ONLINE mode only.

In case of exemption of EMD, the scanned copy of document in support of exemption will have to be uploaded by the bidder during bid submission.

n. The bidders will have to upload scanned copies of various documents (as per

DTCN) and all other documents as specified in NIT, in Cover-I and “Price-bid” in Cover-II.

i. Technical Parameter Sheet: The Technical Parameter Sheet containing the

technical specification parameters for each tendered item will be in PDF

format (password protected) and will be uploaded during tender creation.

This will be downloaded by the bidder and the bidder has to furnish all the

required information in the said sheet. Thereafter, the bidder will upload

the same file during bid submission. The Technical Parameter Sheet which

is incomplete and not submitted as per specification given in DTCN will be

rejected.

Page 5: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

ii. Price Bid: The price bid will be in BoQ format and will be uploaded during

tender creation. This will be downloaded by the bidder and the bidder will

quote the rates, taxes & duties etc. on this file. Thereafter, the bidder will

upload the same file during bid submission in cover-II. The price-bids of the

tenderers will have no condition. The price bid which is incomplete and not

submitted as per format or is a conditional Price Bid will be rejected. o. Modification of the submitted bid shall be allowed online only before the

deadline of submission of tender and the bidder may modify and resubmit the

bid online as many times as the bidder may wish. Bidder may withdraw only

once their bids online within the end date of bid submission. p. The Techno Commercial bid will be opened on the pre-scheduled date and

time of tender opening. The Techno Commercial bids (Cover-I) will de

decrypted on-line and will be opened by the “Bid Openers” with their Digital Signature Certificates.

q. Tender will be opened on the pre-scheduled date irrespective of the number

of offers received. Even in case of receipt of single offer, the same is to be

opened for evaluation. In case no offers are received tender will automatically

be cancelled with competent approval.

r. Techno- Commercial evaluation of bids:

The techno commercial bids will be evaluated by the bid evaluating committee

based on the documents uploaded by the bidders. For this purpose all the

required parameters will be obtained from the bidders in an objective and

structured manner. Bidders will be required to upload scanned copy of various

documents as stipulated in the NIT for the evaluation process, document in

support of exemption of EMD for Technical Evaluation.

(i) Shortfall Document: If required OMC may ask for shortfall documents

during the evaluation of bids. These documents shall not be relating to

submission of EMD. Request for documents and the response shall be in

writing and no change in prices of the bid shall be sought, offered or

permitted. No modification of the bid or any form of communication with

OMC or submission of any additional documents, not specifically asked

for by OMC will be allowed and even if submitted, they will not be

considered by the purchaser.

Page 6: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

These documents may be allowed to be uploaded within the specified time period as specified by OMC.

The above documents will be specified on-line under the link “Upload

shortfall document” by Evaluator normally within 10 days of Technical-

bid(Part-I) opening, indicating the start date and end date giving 10

daystime for on-line submission by the bidder. The bidders will get this

information on their personalized dash board under “Upload shortfall

document/information” link. Additionally, information shall also be sent

by system generated e-mail and SMS, but it will be the bidder’s

responsibility to check the updated status/ information on their

personalized dash board at least once daily after opening of bid. No

separate communication will be made in this regard. Non-receipt of e-

mail and SMS will not be accepted as a reason of non-submission of

documents within prescribed time.

The bidder will re-upload the requested documents within the specified

period and no additional time will be allowed for on-line submission of

documents.

(ii) After the short listing of techno-commercially acceptable bidders as

above, the date and time of opening of price bid shall informed to the

shortlisted concern/entity through system generated e-mail and SMS

alert.

(iii) The price bid of the shortlisted bidders (qualified in Techno commercial

bid) will be decrypted and opened on the scheduled date and after the

pre-scheduled time by the Bid Openers with their Digital Signature

Certificates. The bidders may view the price bide opening online

remotely on their personalized dash board under the link “Bid Opening

(Live)” and can see the price bid submitted by all shortlisted bidders.

(iv) A system generated comparative statement of landed cost; will be duly

checked and vetted by the associated officials, before the case is put up

for further deliberation by the appropriate level of Tender Committee.

(v) The EMD of unsuccessfully bidders will be refunded through online. The EMD shall be refunded to the account from which it was debited.

Page 7: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

(vi) The IP address of all the bidders who has participated in the bid along with timing and date will also kept preserved in the system.

(vii) The bid validity period for all tenders will be 180 (one hundred eighty) days from the last date of submission of bid.

s. Original copies of the documents, if required, should be produced/ submitted

at the time of opening/ evaluation of Technical bid. t. Regarding operation of e-Tender procedure please visit website

tendersodisha.gov.in/ www.omcltd.in/ www.odisha.gov.in Please note that

further addendum/ corrigendum if any will be declared in same website. u. OMC reserves the right to cancel any or all the tenders without assigning any

reason thereof.

(A) EMD:

Sl. Material Description

Amount

No. (in Rs.)

1. Supply, installation commissioning & testing of 20,000.00

11Kv, 630A Out Door type VCB alongwith Wall

Mounting Float-Cum Boost Battery Charger at

Daitari Mines, Odisha

The bidder will be required to submit EMD through ONLINE mode only.

The bidder should follow the instructions for online payment available in the e-procurement portal during processing of tender.

Amount towards EMD on submission of bids shall be collected in a separate

pooling account of Focal Point Branch called e-FPB of respective designated

banks at Bhubaneswar and the banks will remit the amount to respective

bidder’s account on receipt of instruction from Tender Inviting Authority

through refund and settlement of e-procurement system within two working

days from receipt of such instruction.

In case the EMD on submission of bid is forfeited, the e-Procurement portal

will direct the Bank to transfer the EMD value from the pooling Account of

State Procurement Cell to the registered account of the tender inviting

authority.

Page 8: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

Bank will refund the tender EMD to the bidder, in case the tender is cancelled

before opening of the Bid as per direction received from Tender Inviting

Authority through e-procurement system.

In case of exemption of EMD the scanned copy of document in support of

exemption will have to be uploaded by the bidder during bid submission.

EMD furnished by all unsuccessful bidders will be refunded through online. If

the bidder withdraws or amends impairs or derogates from the tender in any

respect within the period of validity of its tender or award of contract, the

EMD will be forfeited.

Exemption of EMD shall be allowed to the bidders eligible for such exemption

as approved or permitted by the State/ Central Government. For such

exemption the bidder have to furnish the documentary evidence along with

the Bid. In case the bidder is exempted from depositing EMD, if awarded the

work, Security Deposit (SD) as per Point No: 8 of the Chapter 5 of this Tender

Document has to be deposited in shape of Bank Draft drawn on any

Nationalized Bank/ Scheduled Bank payable at Bhubaneswar in favour of The

Odisha Mining Corporation Limited before issuance of formal purchase order

and same shall be refunded after successful execution of the work

The EMD of unsuccessful bidders except the L-2 Bidder shall be returned after selection of L-1 Bidder.

The EMD of L-2 bidder shall be returned after the LOI/Work order has been issued to the L-1 bidder.

The EMD of L1 bidder shall be returned after the L-1 bidder has deposited

the ISD amount. If the L-1 Bidder fails to take up the work or fails to deposit

the ISD amount, the EMD shall be forfeited.

Page 9: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

CHAPTER-2

1. ELIGIBILITY CRITERIA:

a) The bidder must be a Manufacturer/ Authorized dealer of VCB (Make- ABB/

SEIMENS/ L&T/ CROMPTON GREAVES/ KIRLOSKAR/ Govt. or Govt. PSU’s) for which he submits his offer.

b) The manufacturer/ bidder shall have minimum five (5) years experience of

manufacturing or supplying of VCBs of different capacities. Documentary

evidence to be attached along with the Technical Bid.

c) The manufacturer/ bidder shall have valid IS certification for production of the specified VCB. Copy to be attached.

d) The bid shall be accompanied by user’s certificate from any Distribution

Utility/ Reputed Private Organization/ State Govt./ Central Govt. or their

undertaking(s) in support of satisfactory performance of their above

materials supplied earlier to them.

e) The manufacturer/bidder shall have minimum annual average turnover of 50

Lakhs in the last three years i.e. 2015-16, 2016-17 & 2017-18. Audited

annual accounts/Audited P/L and Balance sheet for the respective Financial

Years to be enclosed along with the technical bid. For F.Y.2017-18, incase

accounts are not audited till last date of submission of Bid, a certificate from

a Chartered Accountant, certifying the turnover for F.Y.2017-18, shall be

attached.

f) The bidder must have successfully carried out Type Test at CPRI/NABL or any

Govt. approved laboratory within ten years as on the date of bid opening and

their supplied VCBs are in satisfactory operation for a period not less than

three years. The bidder shall demonstrate compliance with this requirement

by supplying with the bid, copies of type test certificates together with

performance certificates from the purchaser/users.

g) The manufacturer/bidder have to submit the Successfully Executed single

purchase Order of minimum value of 20 lakhs of similar type work with Govt.

(central/State),Govt. Organization(State PSUs/Central PSUs/Autonomous

Bodies)during the last three years from the last date of tender submission.

Page 10: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

h) The bidder should have PAN/ GSTN. i) The bidder should have the technical capabilities to execute the order and

with proven performance. j) Bidder whose Purchase Order/ Contract / Agreement had been terminated

by OMC within the preceding three years including the year in which the

Tender/Bid is submitted, shall be ineligible to Bid for this Tender and the Bid

if submitted, shall be rejected summarily. For this the bidder has to give an

undertaking as per annexure-D that he has not been blacklisted by any

organisation within last three years. k) The manufacturer/ Authorised dealer should have its own service

center/office in Odisha. The address and contact person with phone no must

be furnished with the tender. l) The bidder should have its own valid HT contractor license issued by ELBO or

should have to submit an agreement with a HT contractor who will execute

the work on its behalf.

Non submission of any one or more of the above documents will entail rejection of the Techno-Commercial Bid.

CLARIFICATION OF BIDS:

To assist in the examination, evaluation and comparison of Bids, the OMC may at its

discretion, ask any Bidder for clarification of the Bidder’s Bid, including break-up of

unit rates. The request for clarification and the response shall be in writing.

Page 11: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

CHAPTER-3

SCOPE OF SUPPLY, SERVICES AND COMPLETION PERIOD

1. BROAD SCOPE OF WORK

The selected bidder will have the following scope of work to be executed as per the specification is given below.

Sl. Type of Light Fittings

Proposed place/ Qty of Total Qty.

No. installation (in Nos)

1. Supply, installation, Daitari Mines, Keonjhar, 03 sets

commissioning & testing of Odisha

11Kv, 630A Out Door type

VCB alongwith Wall

Mounting Float-Cum Boost

Battery Charger. All the

inspection work by the

statutory authourities

alongwith its’ approval

other ancillary works

related to installation and

commission at site as per

site requirement shall be

carried out by the agency.

Page 12: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

(TECHNICAL SPECIFICATION)

TECHNICAL SPECIFICATION FOR 11 KV OUTDOOR VACUUM CIRCUIT BREAKERS

1. SCOPE 1.1 This specification covers design, engineering, manufacture, testing,

inspection before dispatch packing, forwarding, transportation, insurance

during transit, delivery to site/ stores of 11 KV Outdoor Vacuum Circuit

Breakers including installation and commissioning for use the 33/11KV

primary substations/ the distribution substations.

1.2 All vacuum circuit breakers must be manufactured by ISO 9000 certified

Organization and shall have been type tested at CPRI or any Govt. approval

laboratory and in satisfactory operation for a period not less than three

years. The Bidder shall demonstrate compliance with this requirement by

supplying with the bid, copies of the type test certificates together with

performance certificates from purchasers/ users.

1.3 The scope also includes the circuit breaker and current and potential

transformers, supporting structures, operating mechanism, local/ remote

control cabinet, relay control panel, Isolator, Lightning Arrester, required

cables, foundation bolts, all the accessories and safety features as per

statutory requirements including installation, commissioning, auxiliary

equipment and special tools for satisfactory installation and operation and all

other.

1.4 The bidder is requested to visit the site prior to the submission of tender

online to ascertain site feasibility as well as cost benefit analysis.

1.4 Main activities:

(a) All civil works including foundation, foundation bolts, grouting related

with erection of the mounting structure and installation, commissioning

of VCB.

(b) Supply and installation of 3 Mtrs. Long, 50 mm dia Chemical earthing for

VCB, CT & PT, CR panel,LA,Isolator etc as per site requirement including

G.I flat of required size for earth connection.

(c) Supply and installation of HT/LT power/control cable including cable

trench and hot deep galvanized G.I cable tray of suitable size which shall

be as per site requirement.

(d) Danger notice shall be affixed permanently in a conspicuous position in Odiya and English with sign of skull and bones at every VCB installation.

(e) The bidder has to dismantle the existing defunct VCB structure with his

own cost.

Page 13: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

1.5 The circuit breakers shall conform in all respects to the 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 materials, which,

in his judgment, is not in full accordance therewith.

2. REQUIREMENTS The circuit breakers to be supplied and installed against this specification

shall be required to control the secondary side of 33/11 KV power

transformers in the primary sub-stations/ primary side of the distribution

transformers. The circuit breakers shall be suitable for 3 phase 50Hz solidly

grounded neutral system and shall have normal current carrying capacity and

symmetrical short circuit current breaking capability as mentioned

hereunder.

The required 11 KV Vacuum Circuit Breakers suitable for outdoor installations are to be quoted by Manufacturers only with a valid ISO 9000 certification.

3. BASIC TECHNICAL REQUIREMENTS:

The vacuum circuit breakers are required to meet the following basic

technical requirements. (Reference standards IEC: 56, IS:13118 and

associated standards listed in this specification.

Basic Technical Requirements

Sl. Particulars Requirements

No.

1. Service type Outdoor

2. No. of Poles 3

3. Nominal system voltage 11 KV

4. Highest system voltage 12 KV

5. Rated normal current at 500C

i) For Bus-bar of Circuit Breaker (50 mm x 10 800 A

mm, 99.9% electrolyte copper with sleeve)

ii) For Interrupter 2000 A

iii) For Outgoing Feeders 630 A 6. Rated short circuit breaking current (rms) 25KA

7. Rated short circuit making current (peak) 62.5KA

8. Rated short time current withstand capability for 3 25KA

sec.

Page 14: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

9. Rated insulation level:

i) One minute power frequency withstand 28 KV

voltage to earth (wet and dry) rms

ii) Impulse withstand voltage to earth with 75 KV

1.2/50μsec, wave of +ve and –ve polarity

(Peak)

10. First – pole – to clear factor 1.5 11. Rated operating sequence (for auto reclosing) O-0.3 Sec- CO-

3 min-CO

12. Maximum break time 3 cycles 13. Rated out of phase breaking current 25% of the

symmetrical

short circuit

breaking

current

14. Maximum pole scatter 10 mille

seconds

15. Rated Auxiliary supply for spring charge motor, 230V A.C

lamp & heater circuit.

16. Rated supply voltage for trip/close coil 24V D.C

17. Minimum creepage distance (mm) 350 mm

18. Minimum protected creepage distance (mm) 280 mm

4. 11 KV VACUUM CIRCUIT BREAKERS

4.1 General

The circuit breakers shall be structure mounted open type with vacuum as

interrupting media incorporating separate interrupters of 2000 A rating for

each phase mounted on single frame. There shall be a common drive

mechanism actuating the interrupters, which must work in synchronism.

These breakers shall be provided with suitable local control while provision

shall be made for remote control. The operating mechanism shall be motor

operated spring charged type. The VCB shall be provided with anti-pumping

and trip free features.

The circuit breakers shall be fitted with spring mechanism. The inherent

design of these circuit breakers shall be such that they shall satisfactorily

perform all test duties and interrupt out-of-phase current and produce very

low over voltage (<2.0p.u.) on all switching circuits, capacitive and inductive

to IEC:56, IS:13118 and other associated standards mentioned in the clause

of this specification.

Page 15: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

The terminal pads shall have silver-plating of at least 50 micron thickness.

The design of the circuit breakers shall be such that inspection and

replacement of contracts, coils, vacuum bottles and any worn or damaged

components can be carried out quickly and this ease. The contract gaps shall

be adjustable to allow for wear.

The mechanism and the connected interrupters shall satisfy the mechanical

endurance requirements of IEC:56, IS:13118 and all additional requirements

specified herein.

4.2. Interrupting Media

4.2.1 Vacuum

In vacuum circuit breakers, facilities shall be provided for monitoring the

contract erosion and any change in contact gap. The vacuum bottles shall be

easily replaceable on site and the mechanism shall be conveniently

adjustable to permit resetting the contact gap.

The vacuum circuit breaker poles shall be sealed to prevent contamination

of the spaces surrounding the interrupters. The Bidder shall demonstrate

how this is achieved by supplying technical details with the bid.

4.3 Auxiliary contracts

12 auxiliary contacts (6N.O. + 6N.C.) of 24 Volt D.C grade and 10 amps DC rating shall be provided in each circuit breaker.

4.4 Indication

A mechanically operated circuit breaker position indicator of non corroding

material shall be provided in a location visible from the operating side of the

breaker without the necessity to open the mechanism door. The word ‘OFF’

in white letter on green background shall be used to indicate that the

breaker is in the opening position and the word ‘ON’ in white letters on a

red background to indicate that the breaker is in the closed position. The

drive for the device shall be positive in both directions and provision shall be

made for local and remote electrical indication.

Indication of spring charging condition shall be provided as mentioned in

this specification. Mechanical counters to record the number of closing

operations shall be provided for each circuit breaker mechanism.

Page 16: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

4.5 Operation and controls

The breaker shall normally be operated by remote electrical control with

electrical tripping by shunt trip coil. Provision shall be made for local

electrical operation and mechanical operation.

The following facilities shall be provided in the circuit breaker local control cabinet:

• LOCAL/ REMOTE selector switch of stay put type. The selection of ‘local’

operation shall inhibit the operation of the breaker from any remote

source.

• ON/NEUTRAL/ OFF control switch or ON and OFF push buttons. The

push buttons shall be momentary contract type with rear terminal

connections. The close push button shall be of green colour and the

open push button red colour.

• MECHANICAL EMERGENCY TRIP DEVICE: suitable for manual operation

in the event of failure of electrical supplies. The device shall be

accessible without opening any access doors and distinctly labeled. It

shall be shrouded and protected against inadvertent operation.

• Means shall be provided for manual operation of these circuit breakers during failure of auxiliary power in addition to electrical operation.

Means shall be provided to prevent the mechanism from responding to a

close signal when the trip coil is energized or to reclosing from a sustained

close signal either opening due to a trip signal or failure to hold in the closed

position.

The circuit breaker shall be able to perform 10,000 operating cycles at no

load in accordance with IEC:17A/474/CD for circuit breakers for auto

reclosing duties.

5. CURRENT TRANSFORMERS: Current transformers, three per circuit breaker, shall be of outdoor, single

phase oil immersed dead tank type and shall comply with IEC:185 and

IS:2705, suitable for operation in hot and humid atmospheric conditions

described in service condition. They shall be mounted on the bracket. The CT

tank should be Hot Dip galvanized as per relevant ISS to prevent corrosion of

all exposed metal parts.

Page 17: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

6. Basic technical requirement: Ratings: The CTs shall conform to the following ratings and other particulars of the circuit breakers:

Technical Requirements:

Sl. No Description Requirements

1. Rated voltage 12 KV

2. Insulation level

a) Impulse withstand voltage 75 KVP

b) One minute power frequency with

voltage on

i) Primary winding 28KV rms

ii) Secondary winding 3KV rms

3. Frequency 50Hz

4. Rated continuous thermal current 120% of rated primary current 5. Short time thermal rating and its 25KA for 3 sec.

duration

6. Transformation ratio of CTs

i) Category- A: 600-300-150-1-1-1A Core-I Core-II Core-III

a) Rated output 15VA 15VA -

b) Class of accuracy 0.5 5P PS

c) Accuracy limit factor - 20

d) Purpose Metering Protection

e) Maximum exciting current at Vk/2 30mA

f) Max. Instrument Security Factor 10 - -

ii) Category- B 400-200-100/1-1 A Core-I Core-II

a) Rated output 15VA 15VA

b) Class of accuracy 5P 0.5

c) Accuracy limit factor 20

d) Purpose Protection Metering

e) Max. of Instrument security factor - 10

7. Type Single phase, outdoor, Dead

tank, oil filled & hermetically

sealed

7. POTENTIAL TRANSFORMER:

7.1 BASIC TECHNICAL REQIREMENTS:

The 11 KV outdoor voltage transformers are required to meet the following

basic technical requirements (Reference standards: IEC:186, IS:3156 and

associated standards listed in the specification):

Page 18: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

Sl. No. Particulars Requirements

1. Type Single phase, outdoor,

oil filled & hermetically

sealed

2. Nominal system voltage, phase to phase 11 KV 3. Application Instrumentation,

Metering and

Protection

4. Number of secondary windings 1

5. Rated normal burden* 100VA 6. Rated primary voltage 12 KV 7. Rated secondary voltage 110V

8. Class of accuracy 0.5 9. One min. power frequency withstand 28KV (rms)

voltage for primary

10. One minute power frequency withstand 3 KV (rms)

voltage of secondary winding (rms)

11. Rated voltage factor

i)Continuous 1.2

ii)For 30 seconds 1.5 12. Creepage distance to earth in mm per KV 25

of highest phase to phase system voltage

* The burden indicated is the minimum acceptable to the Employer. The

supplier shall ensure that the rated output of the voltage transformers is

adequate to meet at least 120 percent of the connected load (burden).

7.2 GENERAL:

The voltage transformers to be supplied under this specification shall be of

outdoor, single phase dead tank double wound, oil immersed type,

complying with IEC:185 and IS:3156 suitable for operation in hot and humid

atmospheric conditions described in this document. To prevent corrosion of

the exposed surfaces, the tank should be not dip galvanized. They shall have

separate HV and LV windings and shall be suitable for use as bus VTs in

33/11KV primary substations or in 11/.4KV distribution substations.

7.3 Duty Requirement:

11KV Voltage transformer for all the indicating instruments and measuring meters in the substations on 11KV side.

Page 19: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

8. PROTECTIVE RELAY & CONTROL PANEL: Outdoor control panels with protective relay and meter shall be provided by

the supplier suitable for above breakers. The equipment shall have

protection scheme with the following relays:

(i) Triple pole IDMTL type combined over current (2Nos) & Earth fault

(1No) relay (Draw out type) preferably Non-communicable numerical

relay.

Plug setting range of the over current and earth fault relays shall be 5% to 250%.

(ii) 3 elements auxiliary relay for transformer fault, trip for Buchholz,

winding temperature & oil temperature.

(iii) Master trip relay for inter tripping.

(iv) Differential relay.

(v) One alarm bell scheme with bell (24V DC).

N.B: The relays should be Areva, Easun Rerolle, ABB or of any reputed make (subject to approval)

9. METERS: The following meters shall be provided. i) Ammeter: - 1 No. , 0-300-600 A/ 1 Amp Preferable Make- IMP/ AE

or any reputed make (Dial type or Digital). ii) Volt meter: - 1 No., 0- 15 KV (size : 144mm x 144mm), make IMP/AE

or any reputed make (Dial type or Digital). iii) Ammeter selector switch- 1 No. Make – Kaycee or any other reputed

make. iv) Volt meter selector switch- 1No. Make- Kaycee or any other

reputed make. v) 40 watt lamp with switch- 1 No. vi) Plug & Socket- 1 No. vii) Fuses & Links- 1 No. viii) Test terminal Blocks- Test terminal Block need be provided for

testing relays & breakers.

ix) Indication Lamp- Red- Breaker ‘ON’ (24V DC LED type) - Green Breaker ‘OFF’

Amber- Breaker ’AUTO TRIP’

Blue- Spring charge indication. White-Healthy Trip illuminated push bottom switch

Page 20: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

10. OTHER EQUIPMENTS:

10.1 Out Door Control-Relay Panel:

General:

The electrical controls, relays, instruments, meters, annunciation scheme

shall be provided in a sheet steel enclosure conforming to IEC: 298 or IS:

3427 mounted on support base on the floor. The panel shall be free

standing, dust, moisture and rodent and vermin proof suitable for outdoor

installation. The panel shall have a high degree of protection for outdoor

installation with relevant standard.

Each panel shall comprise of rigid welded structure frame enclosed

completely by metal sheet of thickness not less than 2mm. The sheets shall

be cold rolled with smooth finish leveled and free from flaws. The structural

frame and all load bearing members of the enclosure shall have minimum

thickness of 2.5mm.

The control & relay panel board shall consist of panel, vertical independent,

structure mounted with equipment mounted & wiring access on front and

having double door protection (inside door to be glass covered) to prevent

water entry inside the panel. Doors shall have handles with built in locking

facility. All door panels and removable covers shall be gasketed all round

with neoprene bonded gasket. Vewntilating louvers shall be provided to

limit the temperature rise as provided in IEC: 694 and 298 or IS: 12729 and

3427. They shall be provided with filters encased in fine wire screens for

non-ferrous metal or stainless steel unaffected by moisture and rain water.

A 230V AC heater with auto temperature control shall be provided in the

cabinet to prevent moisture condensation.

The housing shall be surface treated and painted in accordance with the clause on Surface Treatment of this specification.

11. OPERATING MECHANISM:

11.1 General:

The operating mechanism of the circuit breaker shall be motor wound spring

charged type. It shall be electrically and mechanically trip free with anti

pumping device (as per IEC: 694 definitions). All working parts in the

mechanism shall be of corrosion resistant material. Self lubricating, wearing

resistant bearings shall be provided in the mechanism.

Page 21: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

The mechanism shall fully close the circuit breaker and sustain it in the

closed position against the forces of the rated making current and shall fully

open the circuit breaker without undue contact bounce at a speed

commensurate with that shown by tests to be necessary to achieve the

rated breaking capacity in accordance with IEC:56 or IS:13118. The

mechanism shall be capable of being locked in either the open or closed

position. The mechanism shall be capable of fully closing and opening again

after the auto-reclose time interval specified as 0.3 second in this

specification.

12. AUXILIARY POWER SUPPLY: The operating mechanism shall be suitable to operate with the following auxiliary power supplies.

a) 230V, 50Hz Single phase A.C- For spring charging motor

b) DC supply 24 Volts- For close and open coils, indication & Alarm

(Power pack input supply: 230V & 110V AC and Output: 24V DC)

The DC supply shall be from a Power Pack. The Input to Power Pack is 110V

from PT and 230V from main supply. The power pack should be capable for

minimum 3 Trippings even if input to power pack is failed.

The mechanism shall be designed to operate satisfactorily despite fluctuations of auxiliary power supplies as under:

AC supply:

DC supply:

Voltage

Frequency

Combined voltage and frequency

variation Voltage

: From 115% to 85% of normal

voltage : From 105% to 95% of normal

frequency : From 115% to 85% of normal

: From 120% to 70% of normal

voltage

13. INTERLOCKS:

The circuit breaker shall be capable of being mechanically and electrically

interlocked with the associated line isolator so that the isolator cannot be

operated with the breaker in the closed position.

Page 22: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

All doors or shutters which give access to live parts shall be interlocked in

such a way that these cannot be opened unless the circuit breaker is in the

open position.

Other interlocks shall be provided as deemed necessary for safety.

14. INSULATION AND CLEARANCE: a) The insulation to ground, the insulation between open contacts and

insulation between phases of the circuit breaker shall be capable of

satisfactorily withstanding dielectric test voltages.

b) The minimum clearance in open air shall be as follows:

• Phase to phase spacing in switchyard i.e. interpole - 320 mm spacing for Breaker (min)

• Ground clearance from the lowest line terminal if - 2700mm both

the terminals are not in same horizontal plane (min)

15. TESTS: The circuit breaker shall be subjected to routine tests in accordance with the IS:13118 and relevant other standards

16. PERFORMANCE REQUIREMENTS:

The supplier shall declare the circuit breaker opening and closing times at

120 percent, 100 percent and 70 per cent of the rated voltage of the

opening and closing devices when measured at the terminals of the trip and

closing coils. The minimum make break time at rated voltage and total break

time of the CB shall be stated. The total break time must not exceed 60m.

sec.

17. EARTHING:

All metal parts not intended for carrying current or not alive shall be

connected to duplicate earthing system and suitable electroplated brass

earthing terminals shall be provided on each circuit breaker in conformity

with IEC:56 or IS:13118. Suitable identification mark for the earth terminals

shall be provided adjacent to the terminal.

Page 23: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

Earth continuity conductors shall be provided down to the ground level for

earth connection to the chemical electrode earthing & earthing grid to be

provided by the bidder.. It shall have sufficient cross sectional area to afford

a low resistance path for the full fault current envisaged. Such conductor

shall also be provided for the CTs up to the ground level.

The size of the earth continuity conductor shall be large enough to reduce

the potential rise of the metal frame of the breaker in the even of fault to

minimum but in any case not more than 10V. The size of the conductor shall

also be adequate to restrict the temperature rise without causing any

damage to the earth connection in the case of fault. No riveted joints in the

earth conducting path shall be permissible and only bolted joints of

adequate size shall be provided with nuts, bolts and plain and spring

washers. The surfaces to be jointed shall be perfectly flat without any

unevenness to ensure that there is no contact resistance.

An earth bus bar of copper strip shall be provided inside the local control

cabinet to which all earthing connections must be made. The earth bus bar

shall be terminated into two electroplated brass earthing terminals of

adequate size with nuts, bolts and washers for connecting to earth

continuity conductor mentioned above.

Technical specification of Wall Mounting Float-Cum Boost Battery Charger: a. AC input Voltage: 230V ±10%, 50 Hz b. Output DC Voltage: 24V DC (Nominal) c. Charger Type: Float-Cum Boost d. Battery Type: 12V x 2 nos. VRLA e. Battery Capacity: 26/42 Ah f. Charger Output Current 10 AMPs (Max.) g. Output Ripple: ±1%

The above specifications are just an indicative one. However the manufacturer/

Authorised Dealer may also quote their products of modified specification with

justification in the variation of the specification.

Page 24: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

CHAPTER-4

PRICE, PRICE FALL CLAUSE, VALIDITY OF THE PROPOSAL, DELIVERY PERIOD

1. PRICE: Prices should be quoted as per the price bid format/BoQ for VCB and should

be submitted online.

i) The Bidder shall quote the total composite price and the prices needs

to be individually indicated against each item as per the Part-II (Price-

Bid format/BoQ). The details of the taxes/ duties break up are to be

indicated clearly against each item as per format. The bidder should

calculate the total GST and enter the value at appropriate place of

BoQ/Price format in online mode.

2. ESCALATION OF PRICE:

The rates quoted by the bidder shall remain firm & fixed during the entire

period of contract/supply order and shall not be subject to variation on any

account except on variation due to Govt. taxes and duties. The price

approved by the OMC for award of this contract will be inclusive of all levies,

taxes and duties.

3. RIGHT TO RISK PURCHASE:

If the seller/supplier fail to fulfill the terms and conditions of the purchase

order, OMC shall have the right to procure the materials /services from any

other party for execution /completion of the contract and recover from the

supplier all charges /expenses/losses/damages suffered by OMC at risk and

cost of the seller after giving 15 days’ notice to the seller. This will be without

prejudice to the rights of OMC for any other action including termination.

4. VALIDITY:

The offer will remain valid up to 180days from the date of opening of tender. 5. DELIVERY PERIOD:

The successful bidder has to complete the work in all respect within 03

months from the date of issue of purchase order.

Page 25: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

6. Extending the delivery period without any penalty: Under the following Circumstances extension of delivery date may be considered. (i) In absence of urgency of the requirement and delay involved has or

will not cause any loss or inconvenience to the organization. (ii) When the supply is delayed due to strike of Transporter, Factory or

any such incident linked to production/supply of the item. (iii) In case of any natural calamities occurring before the delivery date. (iv) In case of items where the supplier /manufacturer is dependent on

approval of advance sample/drawings or any clarification required is not submitted in time and delay occurs in approval time.

(v) When delay occurs in taking up pre despatch inspection at suppliers works by the nominated inspector.

(vi) Any other reason cited by the vendors supported by required documents if felt genuine by the management.

If extension of delivery date sought for in writing by the vendor is felt

genuine, the same may be considered after due approval of the competent

authority.

7. LIABILITY FOR ACCIDENTS AND DAMAGES Under the contract the bidder shall be responsible for any loss or damage to

the DG Mounted Mobile Tower Lights or to the manpower deployed by the

selected bidder or its authorized agencies until the work is taken over by OMC

after necessary technical and legal compliance.

8. INITIAL SECURITY DEPOSIT(ISD) & PERFORMANCE SECURITY/GUARANTEE:

The bidder shall have to deposit an ISD equivalent to 5% of the contract value

excluding Taxes and duties within 15 days of issue of LOI/P.O., whichever is

earlier. The ISD shall be in form of DD. The ISD shall be for satisfactory

completion of the work awarded in the P.O. The ISD shall be forfeited in case

the Agency fails to fulfill its obligations under the contract. The ISD shall be

released to the Agency after completion of supply at the time of release of

last 10% payment.

The Micro & Small Enterprises shall be exempted from payment of Security

Deposit by facilitating them to pay the prescribed Security Deposit as per the

latest prevailing Govt. notification which is to be produced by the bidder.

Page 26: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

The Agency shall submit a performance Bank Guarantee in shape of DD/BG

or any other prescribed mode amounting to 10% of the contract value before

release of last 20% of Bill Value. In case of BG, it should be operable/

executable for invocation at any Nationalized Bank at Bhubaneswar. The BG

shall be in OMC format. The BG shall be towards the successful execution of

the contract and Performance Guarantee obligation of the Equipment/

System and satisfactory compliance of the statutory obligations applicable to

this work. The Bank Guarantee shall remain valid till the expiry of the

guarantee/ warrantee period or till the satisfactory performance of the

materials or machinery whichever is later. On breach of contract by the

supplier or agency, the performance guarantee shall be invoked by OMC with

approval of competent authority.

The performance Bank guarantee shall be released after successful

completion of warranty/ guarantee period certified by the concerned

Regional Manager and satisfactory compliance of statutory obligations under

the contract.

Page 27: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

CHAPTER-5

PAYMENT TERMS, TAXES & DUTIES

1. SUPPLY, INSTALLATION & COMMISSIONING OF 11KV, 630A OUT DOOR TYPE VCB ALONGWITH WALL MOUNTING FLOAT-CUM BOOST BATTERY CHARGER AT DAITARI MINES, ODISHA

1.1 80% of payment of material cost alongwith applicable GST shall be

released at Head Office after delivery at site, on submission of following

documents:

a) Tax Invoice in triplicate duly certified by the respective site personnel with performance of the agency and recommendation of concerned Regional Manager for verification & stock entry and recommended by the concerned Regional Manager for release of payment. Invoice shall be raised as per GST Act & Rules.

b) Delivery Challan. c) Approved OEM warrantee Certificate. d) Submission of BG. e) Inspection report.

1.2 Balance 20% of material cost and 100% of the erection and

commissioning charges alongwith applicable GST shall be release at

Head Office after successful erection and commissioning & after

submission of Bank Guarantee/ DD equivalent to 10% to Performance

Bank Guarantee valid till completion of warrantee period within 15

days of such completion & obtaining acceptance certificate from OMC.

The invoice shall be raised as per GST Act. Copy of Acceptance

certificate shall be attached along with the claim for last 20%.

The PBG should be issued by any Nationalized/Scheduled commercial

Banks in OMC format which shall be valid till completion of the

warranty period along with claim period of two months & all claims will

be settled at Bhubaneswar only.

1.3 TDS under ITAct and any other Act as applicable & statutory deductions

as per Govt. norm shall be deducted from the bills. All bills are to be

submitted as per relevant Rules as applicable.

1.4 No advance payment in any form will be made.

1.5 Part payment provision may be considered on supply, installation, commissioning & submission of required documents.

Page 28: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

2. TAXES & DUTIES: Taxes and duties in percentage and also specified amount should be clearly

mentioned in the price bid format. Variation of taxes and duties if any, by

the Govt. or statutory authority after tender date shall be allowed to the

bidder pertaining to this work. 3. GST Clause

i) The Successful Bidder should have registration under GST Acts.

ii) The Successful Bidder has to raise Invoice as required under section 31 of the GST Act and relevant Rules made there under.

iii) The Invoice should contain the following particulars as required under

Rule 46 of CGST Rules.

Name, address and Goods and Services” Tax Identification Number of the Supplier.

A consecutive serial number not exceeding sixteen characters, in one or multiple series, containing alphabets or numerals or special characters- hyphen or dash and slash symbolised as “-” and “/" respectively, and any combination thereof, unique for a financial year.

a) Date of its issue.

b) Name, address and Goods and Services Tax Identification Number

or Unique Identity Number, if registered, of the recipient.

c) Harmonised System of Nomenclature code for goods or SAC code for services.

d) Description of goods or services.

e) Quantity in case of goods and unit or Unique Quantity

Code thereof.

f) Total value of supply of goods or services or both.

g) Taxable value of the supply of goods or services or both taking into account discount or abatement, if any.

h) Rate of tax (Central tax, State tax, Integrated tax, Union territory

tax or Cess).

i) Amount of tax charged in respect of taxable goods or services (Central tax, State tax, Integrated tax, Union territory tax or Cess).

Page 29: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

j) Place of supply along with the name of the State, in the case of a supply in the course of Inter-State Trade or Commerce.

k) Address of delivery where the same is different from the place of

supply.

l) Whether the tax is payable on reverse charge basis; and

m) Signature or digital signature of the supplier or his authorised representative.

iv) The Successful Bidder should file the GST Returns as required in the

GST Acts, and details of Invoice submitted to OMC and GST amount

charged thereon should reflect in Form GSTR-2A within a reasonable

time, so as to make OMC enable to take Input Tax Credit (ITC) of the

GST amount paid against those Bills.

v) If due to any reason attributable to the Successful Bidder, Input credit

of the GST amount paid on Invoices raised by the Successful Bidder is

not available to OMC/denied by the dept. then the same will be

recovered from the dues of the Successful Bidder or the Successful

Bidder has to deposit an equivalent amount.

vi) The Successful Bidder has to comply with all the Provisions of GST

Acts, Rules and Notifications issued there under.

vii) The successful bidder hereby undertakes to indemnify OMC, from any

liabilities arising in future due to non compliance by the successful

bidder of the GST Acts, Rules and any other Acts currently in force and

applicable to the successful bidder by OMC.

4. WARRANTY

The supplier shall extend warranty for a period of 36 (thirty six) months from

the date of commissioning in respect of design, quality and workmanship. If

any defects noticed by OMC, the same shall be intimated to the supplier.

The supplier shall be liable to replace such parts within 1(one) month on

free of cost basis. No extra charge shall be paid to the supplier against such

replacement. The supplier shall submit the warrantee certificate to OMC.

The Warrantee/ Guarantee shall be in the name of OMC.

Page 30: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

CHAPTER-6

PENALTY CLAUSE

1. PENALTY

If the supplier fails to supply the materials within the original or extended

delivery period, penalty will be imposed an amount equivalent to 0. 5% of the

value of the items (excluding Taxes & duties) of delayed portion per each

week or part thereof delay (Seven day week) subject to maximum of @5% of

the total ordered value excluding Taxes and duties.

For delay in installation @1% of the value of services (excluding Taxes) of

delayed portion per week or part thereof delay (Seven day week) subject to

maximum @10% of the total ordered value excluding Taxes.

If the purchasing authority at any time feels & ascertain that the bidder is not

in a position to supply the item within the delivery period or taking no steps

for delivery of the item, it shall be open to the management to cancel the

order alongwith forfeiture of ISD/ Performance Gurantee. To ascertain the

status of the supply, the purchasing authority may write to the bidder or send

any representative to the bidder’s site to verify the progress of supply or

carryout stage inspection if required.

2. WAIVER OF PENALTY:

If at any time during the Contract, the bidder should encounter conditions

impending timely performance of service, the bidder shall promptly notify to

OMC in writing of the fact of the delay, its likely duration and its cause(s). As

soon as practicable after receipt of the bidder’s notice, the OMC shall

evaluate the situation and may at its discretion waive the penalty on the

request of the bidder.

Page 31: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

CHAPTER-7

OMC’S RIGHT

1. OMC'S RIGHT TO VARY QUANTITIES AND LOCATION: The OMC reserves the right at the time of award of work and during the tenure

of the contract to increase or decrease the quantity by +/- 20% of tendered

quantity without any in the terms & conditions and the prices quoted the

tenderers. OMC also reserve the right to change the location of installation if

applicable etc.

2. SPLITTING OF QUANTITY (IF REQUIRED):

Due to critical and vital nature of the item, OMC reserve the right to split the contract in favour of more than one tenderer depending on the requirement.

3. OMC'S RIGHT TO ACCEPT OR REJECT ANY OR ALL OFFERS:

OMC reserves the right to accept or reject any offer and reject all offers, at any

time prior to award of contract without assigning any reason whatsoever and

without thereby incurring any liability to the affected bidder(s) on the grounds

for the OMC's action.

4. TERMINATION FOR DEFAULT:

The OMC may, without prejudice to any other remedy for breach of contract, by

written notice of default, sent to the bidder, terminate this contract in whole or

in part.

(a) If the bidder fails to render services within the time period (s) specified in the Contract or any extension thereof granted by the OMC.

(b) If the bidder fails to perform any other obligation (s) under

Contract. And

(c) If the bidder, in either of the above circumstance(s) does not remedy its

failure within a period of 30 days (or such longer period as OMC may

authorize in writing) after receipt of the default notice from OMC.

Page 32: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

CHAPTER-8

DISPUTE RESOLUTION, FORCE MAJEURE, JURISIDICTION

1. FORCE MAJEURE: If for any reason of war, riots, commotion, civil disturbances, statutory

constraint, earthquake, acts of the State or acts of the God, the performance

of the contract becomes impossible which fact will be decided either by the

Managing Director or Chairman or CMD of the OMC, the contractual

obligation of the parties hereunder will stand terminated forthwith.

2. DISPUTE RESOLUTION:

Any dispute(s) or difference(s) under or arising out of or in respect of this

facility management or in connection there with, the same shall be referred

to sole arbitration of the Managing Director/Chairman / CMD, OMC Ltd,

whose decision on the dispute shall be final and binding on the parties. He

may, however, appoint another person of the rank of a Dist. Judge (Retd) of

the state of Odisha if he himself is not otherwise available for the said

purpose. The Arbitration will be carried out as per Arbitration and Conciliation

Act, 1996 and the Rules framed there under.

Page 33: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

Annexure-A

Forwarding letter (To be enclosed in the Techno commercial Bid)

(On the Letter head of the Bidder)

(The bidder is required to indicate in this forwarding

letter the details of the documents including Demand Draft attached in the bid)

Date: ___________

To The General Manager (Materials) The Odisha Mining Corporation Ltd.

OMC House, Bhubaneswar – 751 001 Odisha, India

Sub: Proposal towards supply, installation & commissioning of 11Kv, 630A Outdoor type VCB alongwith wall mounting Float-Cum Boost Battery charger at Daitari Mines, Odisha.

I/We ……………………..…………………….……………………………………………………………… having

My/Our ……….…………………………………………………………………………………………………………

Office at ………………………………..…….…………………. Do declare that I/We carefully read

the terms and conditions as laid down in the Tender documents for the supply,

installation & commissioning of 11Kv, 630A Outdoor type VCB alongwith wall

mounting Float-Cum Boost Battery charger at Daitari Mines, Odisha. I/We will

abide by all conditions set forth in the tender document.

I/we further declare that I/We possess valid manufacturing license/Distributor license/ Authorized dealership for above work.

Bearing No. ……………………………………..……….. Valid up to…………………………………………. I/We ……………………………………………………………………………………………………………………….

Do hereby declare that I/We will supply, installation & commissioning of 11Kv,

630A Outdoor type VCB alongwith wall mounting Float-Cum Boost Battery charger

at Daitari Mines, Odisha as per the terms and conditions of the tender document

within the period ……………………………… (The bidder has to mention delivery period

as per the tender schedule.

Signature of the bidder Date :

Page 34: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

Annexure-B

BG should be obtained from Nationalized/ Scheduled Commercial Bank operable/ executable at Bhubaneswar

DATE: _____________

BANK GUARANTEE Name of Bank:

To

The Odisha Mining Corporation Limited, Bhubaneswar

Dear Sir,

Guarantee No. ………………………… Amount of Guarantee Rs …………………/- (Rupees………………….….….)only.

Guarantee cover from………….….. to …………………… Guarantee remain full force ………………………………. Last date for lodgment of claim: ……… (Two months from date of expiry).

This Deed of guarantee executed by (Bank Name) ..……………………………, constituted under

the Banking companies (Acquisition & Transfer of Undertaking) Act……………………………… having

its registered office at ……………………………………………………… and amongst other places, a branch at

……………………….(hereinafter referred to as the bank) in favour of the Odisha Mining Corporation

Ltd., Bhubaneswar (hereinafter referred to as OMC, the beneficiary) for an amount not exceeding Rs. …………………/- (Rupees …………………………………………………………………………….……..)

only at the request of M/s. ………………………………………….…………………. (hereafter referred to as the

agency).

This guarantee is issued subject to the condition that the liability of the bank under this guarantee is limited to maximum of Rs…………………/- (Rupees……………………………………………..) only

and the guarantee shall remain in full force from …………….. to ………………. (date of expiry) with

further claim period of two months and cannot be invoked otherwise than by a written demand or claim under this guarantee served on the bank at our …………………………….. Branch at

Bhubaneswar on or before ………………………… (last date of lodgment of claim) by the OMC,

Bhubaneswar in writing.

For (Bank) Seal

Branch Manager Branch

SUBJECT TO AS AFORESAID (Main guarantee matter may be typed hereafter)

Page 35: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

BG No :…………….………….…..…….……

Date:…………………………………….……..

Amount:……………..………..……….….…

Valid period from ………. to ….………

Claim period…………..…………...………

BANK GUARANTEE

The Odisha Mining Corporation Ltd BBSR (herein after called as the OMC ) has agreed to accept from M/s ………………………………………..…….. at ………………………………

PO …………………..…. PS ………………………… District……………………, State……………………, (herein after called as Agency) a bank guarantee for Rs. …………………..……………… (Rupees ………………………………………..…………………………………) only for the period from

…………….….…. to ……….…………. with a claim period of two months & the last date of

lodgment of claim within …………..…………………. towards EMD/SD/ISD/Performance

Guarantee/ Guarantee against advance payment in connection with

……………………………. Work/Contract/PO/Tender No & Date.

We ……………………………………….(Bank)……………………. branch, do hereby undertake to

indemnify and keep indemnified “OMC.” to the extent of Rs …………………………… (Rupees…………………………………... only) for the period from ……………….……….. to …….……………....…. with the last date of lodgment of claim within ……….……..……..…..

We …………………………….…………….. (Bank) ………….………….. branch, further agree that

if a demand is made by the OMC, have no right to decline to cash the same for any

reason whatsoever. The fact that there is a dispute between the said Agency and

the OMC is no ground for us to decline to honour invocation and such invocation is

a sufficient reason for the OMC to enforce the bank guarantee unconditionally

without any reference to the said Agency within 48 hours excluding holidays.

We………………………(Name of the Bank & Branch)…………………………branch, further agree that a mere demand by the OMC. is sufficient for us ………….............(Bank Name),…………...…… branch at Bhubaneswar, to pay the amount covered by the bank guarantee without reference to the said Agency and any protest by the said Agency cannot be valid ground for us,…………………Bank………….. Branch, to decline

payment to the OMC.

Page 36: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

We ……………………….……………………the bank, undertake to pay to the OMC any money so demanded notwithstanding any dispute or disputes raised by the said agency in any suit or proceedings pending before any court or tribunal relating thereto as our liability under this present being absolute and unequivocal.

If notice of demand is served on the Bank and for this purpose it shall be deemed sufficient if such notice is served on our branch at ………………….……, Bhubaneswar, by the OMC before the last date of lodgment of claim under this guarantee, then not withstanding anything to the contrary herein contained, the liability of the Bank under this guarantee shall be enforceable as due to us.

Page 37: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

BG No :……………………………..…….……

Date:……………………………….…….……..

Amount:……………………….….…….….…

Valid period from ….……. to ….………

Claim period……………….………...………

We ……………………………..the bank further agree that the OMC shall have fullest liberty,

without our consent and without affecting in any manner our obligation hereunder to

vary any of the terms and conditions of the agreement/work order/contract / order etc

or to extend time of performance by the said agency from time to time or to postpone

for any time or from time to time any of the powers exercisable by the OMC against the

said agency and to forbear or enforce any of the terms and conditions relating to the

order and shall not be relieved from our liability by reason of any such variation or

extension being granted to the said Agency or for any forbearance, act or omission on

the part of the OMC or any indulgence by the OMC to the said agency.

We ………………………… (Name of the Bank & specify branch Name) ……………………………….

Branch, lastly undertake not to revoke this guarantee during its currency except with the previous consent of the OMC in writing.

Notwithstanding anything contained herein above:

1. All claims under this guarantee must be presented to …………………(name of the bank)………….(Branch), Bhubaneswar (Odisha)

2. Our liability under this Bank Guarantee shall not exceed Rs. ……………(Rupees ………………………………………)only.

3. This guarantee will not get discharged due to change in the constitution in the bank or the said agency.

4. This Bank Guarantee shall remain valid up to………….. (date of expiry) with additional claim period of two months and claim under this guarantee can be served on or before …………… (last date of claim).

5. We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only and only if OMC serves a written claim or demand on the bank at our branch at Bhubaneswar on or before ……………. (last date of for lodgment of claim.)

Signature:

Name: Address:

For & on behalf of

(Seal)

Signed and delivered this on ……………………………….…

Page 38: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

Annexure-C

MANDATE FORM (FOR ENABLING E-PAYMENT)

(Preferably in payee's Letter Head)

TO

THE ODISHA MINING CORPORATION LIMITED, OMC HOUSE; P.B. NO-34, UNIT-5, BHUBANESWAR PIN-751 001, ODISHA

Sub: Mandate for getting payment through electronic mode i.e. EFT/NEFT/RTGS

Dear Sir,

We are hereby giving our consent to get all our payments due from The Odisha Mining Corporation Ltd. through electronic mode i.e. EFT/NEFT/RTGS. We also agree to bear all the bank charges payable in this regard.

(Please furnish the information in capital letter)

1. Name of the Vendor

2. Address of the Vendor

PIN Code

IT PAN

E-mail ld Mobile No

Phone FAX No

3. Bank Particulars:

Bank Name

Branch Name

Branch Place

Account No.

Account Type Saving/Current/Cash Branch

Credit State

RTGS Enable Yes/No NEFT Enabled Yes/No Core-Bank Yes/No

Enabled *

Branch Code MICR Code IFSC Code

* In case of Vendors having Bank account in Andhra Bank

4. Effective Date

We hereby declare that the particulars furnished are correct & complete. If any transaction is delayed or not effected for incomplete/incorrect information/any other technical reasons, we will not hold The OMC Ltd. responsible.

Date: Signature of the Party with seal

Certified that the Bank Particulars furnished are correct as per our record.

Page 39: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

Annexure-D

DECLARATION

(Innon judicial stamp paper)

Sub: Tender No: ____________

I/We___(name of bidder)_______confirm that I/we have fully read and

understood all the details mentioned in the tender document NIT

No.__________& all corrigendum/ addendum issued, if any. I/We accept all terms

and conditions mentioned in the tender schedule and I/We declare that I/We have

not been Black listed within a period of three preceding years from publication of

this NIT by any competent court of Law, Forum or any State Govt. or statutory

entities. If at any stage the declaration/information/scanned documents furnished

in support of the same in respect of eligibility criteria/black listing etc found to be

incorrect, I/We hereby agreed to be treated as disqualified bidder and I/We have

no right to claim for consideration of my/our bid at any stage and the money

deposited in form of EMD/S.D. shall be forfeited or as decided by OMC.

Signature of the Bidder with Seal

Page 40: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

Annexure-E (CHECK LIST FOR TECHNO-COMMERCIAL BID)

(SCANNED COPY TO BE ENCLOSED WITH TECHNO-COMMERCIAL BID)

Name of the bidder, Postal address & Registered Office: Type of Organization:

Contact name & Designation of the person signing the tender & the Phone number:

Official email, Phone, FAX address: Official website:

Sl. Qualification Requirement

Complied Documents

No. (yes/no)

1. Certificate of registration as manufacturer /

authorized dealer as per eligibility criteria.*

2. Declaration as per Annexure towards

acceptance of tender condition, undertaking

for not being blacklisted.*

3. PAN and GST Registration Certificate or

Provisional GST registration certificate/

GSTIN and HSN / SAC Code as applicable.

4. Document in support of manufactures/

authorized dealer’s own office / service

center in Odisha.

5. Proof of Deposit of EMD/ Copy of Exemption

certificate towards deposit of EMD.*

6. Audited statement of B/S & Profit & Loss of

last three years as mentioned in eligibility

criteria.*

7. Type Test Report (From NABL approved

Lab)*

8. Copy of successfully executed single

purchase order of value more than 20 lakhs

and performance certificate for same nature

of job.*

9. Submission of filled up of all Annexure i.e

A,C,D*& E

SIGNATURE WITH SEAL OF BIDDER

Page 41: E-Procurement Notice · document in the portal Up to 03:30PM 3. Last Date for online submission : 26.11.2018 up to 05:00PM of bids in the portal 4. Date of opening of techno- : 27.11.2018

BoQ for cables

Tender Inviting Authority: GENERAL MANAGER (MATERIAL), THE ODISHA MINING CORPORATION LTD, BHUBANESWAR.

Name of Work: Supply, installation & commissioning of 03 Nos of 11Kv, 630A Outdoor type VCB alongwith wall mounting Float-Cum Boost Battery charger at Daitari Mines, Odisha. Contract No: NIT No: OMC/MAT/E-PROC/65/2018, Dtd. 29.10.2018

Name of the Bidder/ Bidding Firm / Company :

PRICE SCHEDULE (DOMESTIC TENDERS - RATES ARE TO GIVEN IN RUPEES (INR) ONLY)

(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevant columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only )

NUMBER # TEXT # TEXT # NUMBER # TEXT # NUMBER # NUMBER NUMBER # NUMBER # TEXT #

BASIC RATE per GST

TOTAL AMOUNT

TOTAL AMOUNT each item In With Taxes

(CGST/IGST/SGS Without Taxes

Figures To be TOTAL

Sl. Item Code/ T) Amount in

Item Description Quantity Units entered by the col (14) = sum (8) AMOUNT

No. Make INR col (13) = (4) x (7)

Bidder in to (13) In Words

in

Rs. P in

Rs. P Rs. P

Rs. P

1 2 3 4 5 7 10 13 14 15

1 TYPE OF VCBs : Supply of 11Kv, 630A Outdoor

ENTER HSN

INR Zero 1.01 type VCB with Accessories 03 sets 0.00 0.00 CODE 1 Only

Supply of wall mounting Float-Cum ENTER SAC

1.02 Boost Battery charger 03 Sets

CODE

1.03

Installation & commissioning of VCB with accessories and wall mounting Float-cum-boost battery charger ENTER HSN 03 Sets

CODE 2

Total in Figures 0.00 0.00 INR Zero Only

Quoted Rate in Words INR Zero Only