e-tender document for supply, installation , commissioning & testing … · 2018. 7. 27. · of...
TRANSCRIPT
E-TENDER DOCUMENT FOR
SUPPLY, INSTALLATION , COMMISSIONING & TESTING OF OUTDOOR VACUUM CIRCUIT BREAKER (VCB)
AT DAITARI MINES, ODISHA
E-Procurement Notice
NIT No. 57/E-PROC/OMC/MAT/18 Dtd. 24.07.2018 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
document in the portal : 27.07.2018 to 17.08.2018
Up to 03:30PM
3. Last Date for online submission of bids in the portal
: 17.08.2018 up to 05:00PM
4. Date of opening of techno-commercial bids
: 18.08.2018 up to 11:00AM
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]
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.
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.
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.
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.
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.
(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. No.
Material Description Amount (in Rs.)
1. Supply, installation commissioning & testing of 11Kv, 630A Out Door type VCB alongwith Wall Mounting Float-Cum Boost Battery Charger at Daitari Mines, Odisha
20,000.00
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.
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.
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
1 Crores 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 50 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.
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.
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. No.
Type of Light Fittings Proposed place/ Qty of
installation Total Qty. (in Nos)
1. Supply, installation, commissioning & testing of 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.
Daitari Mines, Keonjhar, Odisha
03 sets
(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, foundation bolts, all the accessories
including installation, commissioning, auxiliary equipment and special tools
for satisfactory installation and operation.
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 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.
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. No.
Particulars Requirements
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 mm, 99.9% electrolyte copper with sleeve)
800 A
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 sec.
25KA
9. Rated insulation level: i) One minute power frequency withstand
voltage to earth (wet and dry) rms 28 KV
ii) Impulse withstand voltage to earth with 1.2/50μsec, wave of +ve and –ve polarity (Peak)
75 KV
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, lamp & heater circuit.
230V A.C
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.
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.
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.
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
duration 25KA for 3 sec.
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):
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 voltage for primary
28KV (rms)
10. One minute power frequency withstand voltage of secondary winding (rms)
3 KV (rms)
11. Rated voltage factor i)Continuous 1.2
ii)For 30 seconds 1.5 12. Creepage distance to earth in mm per KV
of highest phase to phase system voltage 25
* 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.
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
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.
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: Voltage : From 115% to 85% of normal voltage
Frequency : From 105% to 95% of normal frequency
Combined voltage and frequency variation
: From 115% to 85% of normal
DC supply: Voltage : 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.
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 spacing for Breaker (min)
-
320 mm
• Ground clearance from the lowest line terminal if both the terminals are not in same horizontal plane (min)
-
2700mm
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.
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.
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 fulfil 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.
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.
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.
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.
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).
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.
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.
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.
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.
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 :
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)
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.
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.
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 ……………………………….…
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-751001, 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 Credit
Branch State
RTGS Enable Yes/No NEFT Enabled Yes/No Core-Bank Enabled *
Yes/No
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.
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
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. No.
Qualification Requirement Complied (yes/no)
Documents
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 50 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
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: ______/E-PROC/OMC/MAT/18
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 #
Sl. No.
Item Description Item Code/
Make Quantity Units
BASIC RATE per each item In Figures To be
entered by the Bidder in Rs. P
GST (CGST/IGST/SGS
T) Amount in INR
Rs. P
TOTAL AMOUNT Without Taxes
col (13) = (4) x (7)
in Rs. P
TOTAL AMOUNT With Taxes
col (14) = sum (8)
to (13) in
Rs. P
TOTAL AMOUNT In Words
1 2 3 4 5 7 10 13 14 15
1 TYPE OF VCBs :
1.01 Supply of 11Kv, 630A Outdoor type VCB alongwith wall mounting Float-Cum Boost Battery charger
ENTER HSN CODE 1
03 sets
0.00 0.00 INR Zero Only
1.02 Supply, installation and commissioning charges of VCB & battery charger
ENTER SAC CODE
03 Sets
1.03 Supply of wall mounting Float-Cum Boost Battery charger
ENTER HSN CODE 2
03 Sets
Total in Figures 0.00 0.00 INR Zero Only
Quoted Rate in Words
INR Zero Only