You are on page 1of 79

1

BIHAR STATE POWER TRANSMISSION CO.


LTD.
PATNA

(DEPARTMENT OF TRANSMISSION)

TENDER SPECIFICATIONS for


Manufacture & Supply of 33 KV
VaccumCircuit Breakers
N.I.T. NO. /PR/BSPTCL/2016

COST RS.10,000 /-
2

GENERAL COMMERCIAL TERMS AND CONDITIONS,


SCHEDULES AND FORMATS TO BE FILLED IN
BY THE TENDERERS

ADDITIONAL INSTRUCTIONS TO THE BIDDERS


3

(Over & above the existing instructions)

The tender notice and tender document/specifications/BOQ shall remain available at website
www.eproc.bihar.gov.in during the tender notice period and the same can be downloaded and used as tender
document for submitting the tenders. However, the cost of tender forms mentioned in the tender notice
has also to be paid in the form of DD issued in favor of “AO, BSPTCL” payable at Patna to be enclosed with
the tender form while submitting the tender.

In case the tender submitted in downloaded form is not accompanied with valid DD towards
the cost of tender document/ specifications/ BOQ, the tender will be summarily rejected.

1. “Bid Processing Fee is mandatory to be paid through online mode i.e. Internet Payment Gateway
(Credit/Debit Card), Net Banking, NEFT/RTGS”.

2. “Bid along with necessary online payments must be submitted through e-payment portal
www.eproc.bihar.gov.in before the date & time specified in the NIT. The department doesn’t take
responsibility for the delay/ Non submission of Tender/ Non Reconciliation of online Payment caused
due to Non-availability of Internet Connection, Network Traffic/ Holidays or any other reason”.

3. Demand draft furnished towards the cost of tender document/ Specifications / BOQ, in case of
downloaded documents, shall be verified before bid evaluation.

4. Tenderers should watch the website for Corrigendum/ Addendum to the NIT/ Tender Documents and
there will not be any separate correspondence about the same.

5. The tenderers, who will be found indulging in changing/ adding or deleting the contents of the
downloaded tender document/ specifications/ BOQ,will be liable to face necessary action
including banning, suspension from business dealing etc.

BIHAR STATE POWER TRANSMISSION COMPANY LTD. PATNA


4

VOLUME-I
CONTENTS

1. SECTION I GENERAL CONDITIONS FOR SUBMISSION OF TENDER

1.1 PARTICULARS OF TENDER


1.2 SUBMISSION OF TENDER
1.3 ADDITIONAL INSTRUCTION
1.4 CORRESPONDENCES.
1.5 DEFINITION OF TERMS.
1.6 RIGHT TO AMEND SPECIFICATION.
1.7 ELIGIBILITY.
1.8 EVALUATION OF TENDER .
1.9 VALIDITY.
1.10 EARNEST MONEY.
1.11 SECURITY DEPOSIT.
1.12 INCOME TAX/SALES TAX CLEARANCE CERTIFICATE.
1.13 PACKING
1.14 INSURANCE
1.15 DELIVERY
1.16 LIQUIDATED DAMAGES, STAGE PENALTY AND
INCENTIVE
1.17 TERMS OF PAYMENT
1.18 PERFORMANCE GUARANTEE.
1.19 MANUFACTURERS GUARANTEE.

1.20 RIGHT TO SPLIT ORDER


5

1.21 AGREEMENT
1.22 CANCELLATION OF CONTRACT
1.23 REJECTION
1.24 SUPPLIER'S DEFAULT LIABILITY
1.25 COMPLIANCE WITH ACT
1.26 JURISDICTION OF COURT
1.27 FORCE MAJEURE CONDITION
1.28 TECHNICAL PARTICULARS
1.29 TEST CERTIFICATE
1.30 DEVIATION FROM SPECIFICATION
1.31 COMPLETENESS OF THE TENDER
1.32 QUANTITY
1.33 RAW MATERIALS
1.34 PROGRESS REPORT
SECTION-IIGENERAL TECHNICAL REQUIREMENTS.
2.1 SCOPE
2.2 STANDARD
2.3 DRAWINGS
2.4 GENERAL DESIGN
2.5 SHUNT CAPACITOR
2.6 BREAKING CAPACITY
2.7 LINE CHARGING CURRENT.
2.8 TRANSFORMER CHARGING CURRENT
2.9 RECOVERY VOLTAGE AND POWER FACTOR
2.10 TEMPERATURE RISE
2.11 TRIP FREE OPERATION
6

2.12 BLANK
2.13 TYPE AND CONSTRUCTION
2.14 INSULATION OF CIRCUIT BREAKERS
2.15 BUSHINGS AND INSULATOR
2.16 CONTACTS
2.17 OPERATING MECHANISM
2.18 AUXILLIARY SWITCHES
2.19 INTERLOCKS
2.20 TERMINAL CONNECTORS AND EARTH CONNECTION
2.21 TROPICALISATION
2.22 GALVANISING
2.23 TESTS
2.24 SPARE PARTS
2.25 ERECTION AND MAINTENANCE TOOLS
2.26 TECHNICAL AND GUARANTEE PARTICULARS
2.27 INSTRUCTION MANUALS
2.28 DEVIATION FROM SPECIFICATION

SECTION-IIISPECIFIC TECHNICAL REQUIREMENTS


3.1 SCOPE
3.2 CLIMATIC AND ISOCERAUNIC CONDITIONS
3.3 TYPE AND RATING
3.4 EARTHQUAKE AND WIND DESIGN LOADS
3.5 AUXILIARY POWER SUPPLY
3.6 SCHEDULE OF REQUIREMENT AND DESIRED
DELIVERY
7

SECTION IV- TO BE FILLED AND SIGNED BY THE TENDERER

1 SCHEDULE A
2 SCHEDULE B
3 SCHEDULE C
4 SCHEDULE D
5 SCHEDULE E
6 SCHEDULE F
7 SCHEDULE G
8 SCHEDULE H
9 SCHEDULE I
10 SCHEDULE J
11 SCHEDULE K
12 SCHEDULE L
13 FORMATS

SECTION – I
8

GENERAL CONDITIONS FOR SUBMISSION OF TENDER FOR SUPPLY OF MATERIALS &


INSTRUCTIONS TO BIDDERS.

SECTION –I
GENERAL CONDITIONS FOR SUBMISSION OF TENDER FOR SUPPLY OF MATERIALS &
INSTRUCTIONS TO BIDDERS.
9

1.1 PARTICULARS OF TENDER:


i) NIT No. : /PR/BSPTCL/2016
ii) Scope : Design, manufacture, assembly, testing, supply & delivery
of 33 KV Vaccum circuit Breakers as per specification &
requirement detailed in Section-II & III of this
specification.
iii) Last date for submission
of tenders :

iv) Date / time for opening of


tender (Part-I)only. :

v)Estimated cost of equipment : 1.65 Cr.

vi) Earnest Money to be


submitted with tender. : 3.30 Lacs

Through BG/D.D. in favour of Account Officer, Bihar State


Power Transmission Co. Ltd., Payable at Patna.

vii) Liquidated Assets : 16.50 Lacs

viii) MAAT : 82.50Lacs

ix) Address for submission of


Tender. : Chief Engineer (Project II)
Vidyut Bhawan, 4th Floor
J.L.Nehru Marg,Bailey Road
Patna – 800021
Telephone no. 2504655
Fax no. 0612-2504655
Email: ceproject2bsptcl@gmail.com
Note: -a) Due dates as stated above may be extended at the discretion of the department
and in the event of any such extension, the extended date will be applicable.
b) In case, any of the above date is declared holiday by State Govt. / Local Administration,
the stipulated date will get automatically extended to the next working day.
c) PART- I and II of the tenders shall be opened publicly through online system.

SUBMISSIONS OF TENDER :
1.02.01 (i) Only online tenders are being invited, under e-procurement mode. Before submission of
tenders, the tenderers are advised to carefully go through this tender documents and make
10

themselves fully acquainted with the stipulations made there in. In case, they find any
discrepancy/omission in this tender document, they should at once intimate the tendering
authority and obtain written clarifications before submission of the tenders. Verbal
clarifications or informations obtained by them will not be binding to the purchaser.
(ii) The complete tender in all respect as per requirements of the specifications in soft copies with
scanned copies all relevant documents and all its accompaniment shall be uploaded Online
before the date and hour fixed for receiving the tender.
(iii) Incomplete tenders or tenders with inadequate information may be rejected.
Not understanding anything mentioned anywhere, this tender is being invited through online
tendering system and all documents are to be submitted in the form of soft copies.
Additionally, one hardcopy of uploaded document of Techno-Commercial Part i.e. Part-I
(except Price Part), duly numbered on each page and sign must be submitted to office of Chief
Engineer (Transmission) for reference.
The cost of tender documents and Earnest Money Deposit (EMD) shall be furnished in sealed
envelope Physically to BSPTCL at least one day before to the scheduled date of opening of the
tenders & the scanned copies of the above will have to be uploaded along with tender, otherwise
the tenders are liable to be rejected.

(iv) Intending bidder may participate in single package or multiple packages.

1.02.02 (i) No alteration in the form of the tender will be permitted. All corrections/additions/alterations
in the tender, must be attested by the Tenderer with his dated signature and official seal.
(ii) All pages of the tender papers, drawings and other accompanying documents shall be signed
over official seal of the tenderer at the lower right hand corner with ink only and also similarly
signed where required by the Tenderer or any person holding power of Attorney authorizing
him to sign on behalf of the Tenderer before submission of the Tender.
(iii) Telegraphic Tenders will not be entertained.
(iv) The tender shall contain the name, address of residence and place of business of person or
persons submitting the tender. All signatures shall be dated with official seal.
(v) Canvassing in any form is strictly prohibited and tenderer found to have re-ported to
canvassing shall be liable to have his tender rejected summarily.
(vi) If the tenderer furnishes wrong information in his tender to create circumstances for the
acceptance of his tender, the purchaser reserves the right to reject such tender.
(vii) Not more than one tender for a work shall be submitted by one tenderer or one Firm of
contractors or one incorporated company.
(viii) Tender documents, in which tender is submitted by a tenderer, shall become the property of
the purchaser and the purchaser shall have no obligation to return the same to the Tenderer.
(ix) The purchaser shall not be liable for any expense incurred by the Tenderer in the preparation
of tender whether his/her tender is accepted or not.
(x) Along with the Techno-commercial part i.e. Part-I of the tender, the tenderer shall furnish an
affidavit confirming that the details and documents furnished along with the tender are true
copies of the originals.
(xi) The tenderer shall fillup all formats provided in the tender specifications, duly signed by the
authorized signatory and furnish a check list for same indicating the page no. of tender.
Tenderers are requested to furnish only those documents which are specifically required and
relevant as per the instant tender specification. The documents should be clear
especially about the prequalification requirements.

1.02.03 Tender shall be submitted in two parts i.e.


PART-I “Technical and commercial Parts” and
PART-II “Price-Part”

1.02.04 PART-I TECHNICAL AND COMMERCIAL PARTS:


This part of the tender shall contain the following details:-
(i) Complete detail of infrastructures including testing facilities available with the manufacturers.
(ii) Licensed capacity of production with documents.
11

(iii) ISI certification, if applicable/ISO certification, if any.


(iv) Complete technical details including guaranteed technical particulars as per requirement of the
specification.
(v) Copies of test reports including latest Type Test reports, carried on the offered equipment as
per relevant ISS / IEC.
(vi) Copies of drawings .
(vii) List of up to date supplies made/orders obtained from other utilities indicating details of
purchase orders, date of commissioning and the performance certificates from the users. This
should be entered in the schedule-provided in section-IV of this specification.
(viii) All commercial terms like terms of payment, penalty, performance guarantee, manufacturer
guarantee etc. as stipulated here in after shall be quoted as per tender specification. Any
deviations in commercial terms should be clearly entered separately in schedule provided in
section “IV of the specification. Reasons for not accepting Company’s standard terms as per
specification shall also be indicated. Only in exceptional case deviations can be considered.
However, it will be entirely at the discretion of the Company to accept such deviations or
reject the same. Decision taken by the Company will be final. Offers strictly as per
specification shall be preferred.
(ix) Descriptive literature in English.
(x) Deviations from technical specification, if any should be entered separately in the schedule as
provided in section-IV of this specification.
(xi) Details of Earnest money deposited. If exemption claimed, the details of ground on which the
exemption is claimed with certified copies of all supporting documents.
(xii) Delivery schedule guaranteed under penalty clause.
(xiii) Validity of the offer.
(xiv) Whether the price quoted is FIRM or VARIABLE. FIRM price shall only be acceptable.
(xv) Up- to- date income Tax/sales Tax Clearance certificates.
(xvi) Insurance clause.
All schedules/questionnaire provided in section-IV of this specification shall be duly filled in
and submitted with part-I of the tenders.

Note: Tenderers/ bidders are informed that evaluation of the tender shall be done on the
basis of the details and documents submitted/ furnished online with the tender only.
Generally, no further correspondence shall be made and the offers/bids/tenders without
required details, valid type test reports and other documents shall be out rightly rejected.
However, the BSPTCL reserves the right to ask any clarification at any stage.

1.02.05 PART –II – PRICE PART:


i) This part of the tender will contain only the price of the offered materials filled up strictly in
the same format as in the “ PRICE SCHEDULE” enclosed with section-IV of this
specification.
ii) The price part shall indicate both Ex-work price as well as F.O.R. destination price of various
items for despatch to any destination in Bihar by Road Transport.
iii) Insurance will be arranged by the Company. Excise duties / Sales tax, if chargeable, shall be
paid extra as applicable at the time of dispatch. However, the present rates of E.D. / C.S.T etc
shall be indicated separately. Any other taxes/govt. levies shall also be payable extra at actual.
iv) FIRM price shall only be quoted by the tenderers.
v) The price part (Part-II of the tender) of those tenderers whose offers (Part-I) would be
technically and commercially acceptable, will be opened. The date of opening of price part
will be intimated individually to the tenderers by registered post or by email/fax.
1.2.6 The tenderers must indicate the name, residence and place of business, person or person
submitting the tenders. All papers of tenders shall be signed at the lowest right hand side by
the tenderers or any person holding power of attorney authorizing him to sign on behalf of the
tenderers. There shall be no over writing in the tender. Any mistake should be properly cut,
rewritten and initialed by the tenderer before submission or the tender.
12

The tenderers shall furnish along with their tender, an affidavit on Stamp paper to the effect
that type tests and/or routine tests have actually been carried out at CPRI/National Test
House/ NABL accredited labs and test reports, performance reports etc. enclosed with the
tenders are true copies of the originals and all informations & details are correct.
1.2.7 If the tenderer deliberately gives wrong information in his tender to create a circumstance in
favour of acceptance of his tender, the purchaser reserves the right to reject such tender at any
stage.
Any approach from the tenderer or his representative trying to influence the decision
of the tender officially or otherwise, shall render his tender liable to be rejected.
1.2.8 Tender documents are not transferable. Also not more than one tender shall be
submitted by one firm. No tender shall be acceptable unless the tenderer submit demand draft
for cost of tender document in favour of “A.O BSPTCL, Patna” Patna.
1.02.09 Tender documents submitted by the tenderers will become the property of the purchaser and
purchaser will have no obligation to return the same to the tenderer.
Purchaser shall not be responsible for any expenses or losses incurred by tenderers in
preparation of their tenders whether the tender is accepted or not.
1.02.10 Company shall not be responsible for non-receipt of the tender specifications by the tenderer.
1.02.11 The tenders received after expiry of due date/time prescribed, shall not be considered.
1.02.12 Entry tax shall not be included in price quoted by bidders. This shall be paid separately by the
BSPTCL.

1.3 CORRESPONDENCES :
1.03.01 All correspondences regarding this tender shall be made with Chief Engineer (Project II), 4 th
Floor, VidyutBhawan, J.L.NehruMarg,Bailey Road Patna-800021.
No correspondence shall be entered with the tenderers after opening of the price part of the
tender nor any letter which imply any change in the equipment or in the price thereof shall be
entertained after opening of the price part of the tender.
Any query which are raised from this office regarding this tender should be promptly replied
within a maximum period of 15 (fifteen) days from the date of dispatch of such letters failing
which tenders will be finalized on the basis of details/information submitted along with the
tenders only. It will, therefore, be in the interest of the tenderers that details/terms/particulars
as per specification are furnished along with the tender itself and strictly adhere to the time
schedule in sending replies.

1.04 DEFINITION OF TERMS :


1.04.1 In constructing these General Conditions and the annexed Specifications the following words
shall have the meanings herein assigned to them unless there is something in the subject
inconsistent with such constructs.
The “Company”/ “Purchaser” shall mean the Bihar State Power Transmission
CompanyLtd,whose Registered Office is situated at VidyutBhawan. J.L. Nehru Marg, Bailey
Road Patna-800021. Bihar, India and shall include its successor in office and permitted
assigns.

The “Contractor”/ “tenderer” shall mean person, or a company firm or an incorporated


company whose tender has been accepted by the Purchaser and shall include his/its heirs,
executors, administrators, representatives and assigns.
The “Engineer” shall mean an officer of the Purchaser as may be only appointed and
authorized in writing by the Purchaser to act as the Engineer on its behalf for the purpose of
the Contract.
The ‘Inspector’ shall mean any firm or person or a company who may be duly appointed and
authorized in writing by the Purchaser to inspect plant, equipment and works included in the
Contract.
“Plant”, “Equipment”, “Work” or “Works” shall mean and include tools, plant, machines,
stores and materials of all kinds to be provided and work to be done and services to be
rendered by the Contractor.
13

The “ contract” shall mean and include the various terms and conditions contained in the
tender specifications, the tenderer’s offer against such specifications and the results arrived at
during subsequent deliberations as mutually agreed upon and embodied in the
LOI/Order/Agreement and also all amendments/additions thereof.
The word ‘Site’ shall mean the site of proposed work as detailed in the specification or any
other place where the work is to be executed under the contract.
“Tests on completion” shall mean such tests as are prescribed in the Specification, Company
Standards, I.E. rules, I.S.S. etc. and/or tests mutually agreed upon by the Purchaser and the
supplier. Performance guarantees of the plant and equipment shall mean the guarantees given
by the supplier before taking over of the plant and equipment by the Purchaser. “Acceptance
Tests” shall mean such Test as are required to prove the performance of the plant given by the
supplier before taking over of the Plant by the Purchaser.
“Commissioning” shall mean the first successful operation of the equipments as per
specifications after all initial adjustments, trials, cleaning as reasonable required at site, if any,
have been completed.
“Commercial use” shall mean that standard or service efficiency and performance, the
equipments are required to attain as contemplated in the specification/contract.
“Guarantee period” shall mean the period of guarantee as explained under clause “Guarantee”
of these General conditions.
“Month” shall mean calendar month.
“Letter of Intent” shall mean the Purchaser’s letter conveying his acceptance of the Tender
subject to such reservations as may be stated therein.
“Erection Supervision” means the Supervision services rendered or exercised by the tenderer
during the erection of the Plant and equipment as explained under clause “Erection
Supervision services” of these General Conditions.
“Writing” shall include any manuscript, typewritten or printed statement under dated
signature with seal as the case may be.
“Approved” shall mean as approved by the Purchaser.
“F.O.R. Destination Price”shall mean delivery free of expenses to the Purchaser, exclusive of
insurance charge, at the works site stores including unloading and proper stacking.
“Tonne” shall mean 1000 kilogram weight “Gallons” shall mean imperial gallons, unless.
Mentioned specifically.
Terms and conditions not herein defined shall have the same meaning as are assigned to them
in the Indians Sale or Goods Act (Act III of 1930) failing that in the Indian Contract Act
(Act.IX of 1872) and failing that in the General Clause Act, 1897.
1.05 RIGHT TO AMEND SPECIFICATION :
1.05.1 The purchaser reserves the right at any time by written order, to revise or amend the tender
specification, drawings, and other conditions up to the date notified for receiving tenders
without assigning any reason thereof. The purchaser will send copies of such amendments or
addendum to all purchasers of this tender specification.
1.06 ELIGIBILITY :
1.06.1 The tenderers should be a manufacturer of 33 KV SF-6 circuit breaker complete in all respect
and as per technical requirement of this specification along with supporting structure, and 6
nos. of bimetallic terminal connectors suitable for ACSR Moose circuit breaker or higher
voltage class having experience of supply of circuit breaker in any power sector or
Government organization in preceding five years. The breaker should be type tested at CPRI
or any Government Laboratory accredited by NABL as per relevant ISS/IEC. The date of type
test should be within five years on the date of opening of the tender.Copy of P.O,Performance
Certificate & Type Test Report must be uploaded for evaluation of tender.
1.6.2 The tenderers shall have an engineering organization capable of undertaking design, manufacture,
testing, supply and commissioning of the quoted breaker. The tender should accompany a list
of all the facility available with them for inspection & testing of the equipments and clearly
confirm that these will be made available to the purchaser or his representative for inspection
at their works.
14

1.7 EVALUATION OF TENDER :-


1.7.1 The tenders shall be examined and evaluated on the basis of documents and information’s
submitted by the tenderers alongwith their tenders.
However, the purchaser may enquire from the tenderers in writing for any clarification in
respect of commercial and/or technical terms quoted by the tenderer. The response of the
tenderers will be also in writing. However, no change in the prices or offered equipment
material will be permitted.
1.7.2 The purchaser will evaluate and compare the bids/tender which has been determined to be
substantially responsive. A substantially responsive tender/bid shall be considered the one
which conforms to all the terms and conditions of the purchaser's tender specification without
material/equipment deviation. If a bid is determined not substantially responsive, its price part
may not be opened. The decision of the purchaser in this regard will be final .
1.7.3 On opening of the price-bids, the computational/arithmetical errors, if any, will be rectified
on the following basis.
i) Where there is a discrepancy between the unit price and the total price that is obtained by
multiplying the unit price & quantity, the unit price will prevail, and the total price will be
corrected accordingly.
ii) Where there is a discrepancy between words and figures the amount written in words will
prevail.
iii) Any over writing in the price column must be attested by the tender.
iv) Failure on the part of the bidder/tenderer to agree to the above corrections will result in
rejection of this tender and forfeiture of their E.M.D.
1.7.4 While evaluation of a tender /bid, the purchaser shall take into consideration one or more of
the following factors :-
i) Delivery schedule offered
ii) Deviations in payment terms and the technical deviations.
iii) Available facilities with the tenderers such as equipped shop, plants, tools, tackles, testing
facilities and financial standing and technical organization of the firm.
iv) Availability of spare-parts and after sales services for the equipment offered against the tender.
1.7.5 The purchaser evaluation of a bid will take into account the Net-Landed cost of the
material/equipment at destination store. For the purpose of evaluation, net landed cost will be
arrived at by adding all elements of the basic prices, allowable discount, excise duty, sales tax
& any other levies, freight charges and any other charges as quoted by the firm.
In addition any variation in taxes and duties or new levies introduced subsequent to
opening of the tender and before award, will be considered for comparison purposes.
1.7.6 It is the responsibility of the tenders to quote all taxes and duties correctly without leaving any
column unfilled of " Price-Schedule".
i) If no taxes/duty is livable, the same may be entered as "NIL".
ii) Where there is an exemption of ED/Taxes, the documentary evidence to that effect must be
enclosed by the tender.
iii) If any column in the "Price-schedule" is left blank or filled vaguely like "as applicable", the
same will be loaded with the maximum of the other eligible tenders.
iv) Applicable Entry Tax shall be borne by the Company in case of Material/equipment supplied
other than Bihar State.
v) Freight charge should be quoted inclusive of service charge, if any. It shall be sole responsibility
of tenderer to bear service charge and depositing the same to the concerned department.

1.8 VALIDITY OF OFFER:


The tender submitted shall remain open for acceptance by the purchaser for a period of 180
days from the date, the Technical & Commercial parts of tenders are opened during which
period, the tenderer shall not withdraw his offer or amend, impair or derogate there from.
15

However, the validity of B.G. furnished towards Earnest Money shall be minimum for 240
days.

1.9 EARNEST MONEY, MAAT, LA :

1.9.01 The amount of EMD shall be 2% of estimated cost of project for projects/works having
estimated cost up to Rs. 5.00 Cr. For project cost beyond Rs. 5.00 Cr., the EMD shall be Rs.
10.00 Lacs plus 1 % of estimated Cost exceeding Rs. 5.00 Cr. The EMD shall be either in form
of Bank Draft or Bank Guarantee. EMD Amounting to Rs. 5,000.00 or less may be deposited
in cash. Validity of EMD will be 60 days beyond bid validity.
The exemption from depositing EMD would be permitted for agencies registered
with SSI/ NSIC, State Govt./ Central Govt., State/ Central Govt. undertaking for procurement
of materials only. However, the same shall not be applicable for turn-key projects.

1.9.02 Tenders must be submitted along with earnest Money as specified above of this tender
specification, failing which tenders will be outright rejected. Earnest money will be deposited
by Bank draft drawn in favor of Accounts Officer, Bihar State Power Transmission
Company Ltd. payable at Patna. Earnest money deposited against any other tender shall not
be accepted against this tender. No Earnest Money shall be acceptable after opening of the
tender. The Earnest Money however shall be valid for 180 days.

1.9.03 The Earnest Money deposited will be refunded to each of the unsuccessful tenderer on written
application to Chief Engineer. Earnest Money of successful tenderers, however, will be
retained. No interest on Earnest Money will be payable. The Earnest Money of the successful
tenderer shall be returned after furnishing the security deposit.
1.9.04 Tenderers under following category will be exempted from depositing Earnest Money and
security deposit subject to the conditions laid down below :-
i) State Government / Government of India undertaking.
ii) Small scale Industries units of Bihar registered with the department of Industries,
Govt. of Bihar or with DGS&D or National small industries Corporation for
manufacture of the items for which tender is submitted. The tender in such cases must
be supported with a certified copy of up-to-date/valid registration Certificate failing
which the tender will be liable for outright rejection.
iii) Firms registered with National small industries Corporation under single point
registration scheme subject to monetary limit specified in the enlistment certificate
provided that the registration certificate is valid on the date of tender and during the
period of delivery.
1.9.05 The earnest money submitted by the tenderers will be forfeited in the following cases:
i) If the tenderer withdraws its bid or alter its quoted prices within the validity period of
the tender specified by the tenderer after opening of the tender.
ii) If the tender doesn't accept correction of errors pursuant to clause no. 1.07.03 of this
specification.
iii) In case of successful tenderer if the tenderer fails to sign the contract agreement with
the purchaser within 30 (Thirty) calendar days after issue of letter of intent as per
clause no. 1.20 of the specification and / or fails to submit security deposit in
accordance with clause no. 1.10
N.B.:- Such bidders who have got themselves registered with the BSPTCL by
depositing Rs. 50,000/- (Rupees Fifty Thousands) only as permanent Earnest Money,
are exempted from deposit of Earnest Money only provided they fulfill the required
criteria. The bidders must enclose certified copy of supporting documents with their
offer for exemption. The maximum amount of EMD exemption will be limited to
Rupees one Lac (Rs. 1,00,000/-) only at a time against the tenders issued from the
offices of BSPTCL. The bidders must furnish a statement of NITs and amount of
EMD exemption already by them against such NITs which are yet to be decided.

1.9.06 The minimum Average annual Turnover (MAAT) for best three years out of last five
16

Year should not be less than 50 % of estimated cost.


The tender should submit audited balance sheet of last 5 years in the commercial part
of the tender.
1.9.07 The bidder shall have liquid Assets (LA) or/ and evidence of access to or availability
of credit facilities of not less than 10 % of Estimated cost
1.10 SECURITY DEPOSIT :
Successful tenderer will have to furnish security deposit in Bank Draft in the form of a Bank
Guarantee of value equal to 10% (ten percent) value of the contract value valid up to
guarantee period as per order. This Bank guarantee will have to be submitted in the prescribed
form of the purchaser as enclosed with specification Appendix-II (Section –IV) and prepared
on a paper with non-judicial stamp of Rs. 1000.00 only (Stamp cost will be borne by the
supplier), immediately after placement of LOI. The guarantee will cover supplier
responsibility for faithful execution of the contract in accordance with all conditions and
terms specified thereon. The guarantee shall be issued from a Nationalised Bank of India and
made payable to the A.O, BSPTCL Patna.If the contractor fails to submit the security
deposit within the specified period, such failure will constitute a breach of the contract and the
purchaser shall be entitled to make other arrangements at the risk and expense of the
contractor. The security deposit will be returnable to the supplier/ contractor after completion
of supply, issuance of S.R.V. and expiry of guarantee period.
1.11 INCOME TAX/SALES TAX CLEARANCE CERTIFICATES :
Tenderers will furnish along with their tender up-to-date income tax and sales tax clearance
certificates as well as Bihar and Central Sales Tax registration numbers.
1.12 PACKING :
` The equipment shall be packed suitably for transport to various destination Rly. Station in
Bihar/Companys stores by Road/Railway. The contractor shall be responsible for all damage
due to improper or inadequate packing. Price quoted shall invariably be inclusive of packing
and forwarding charges. Alternatively, freight charges for road transport may also be indicated
separately.
1.13 INSURANCE :
Materials to be supplied against the tender shall be insured with the Company’s under writers
under its open Marine policy in all cases. No other insurance term will be acceptable to the
Company. As such insurance premium should not be included in the quoted price.
1.13.1 The prescribed insurance proforma (Appendix-1) will be supplied to the supplier who will
duly fill it and send them to the Chief Manager (Movement), Bihar State Power Holding
Company Ltd, Patna along with copy of invoice and the R.R./T.R. L.R. for taking out a policy
with copies to the consignees and the paying Officer concerned at the time of dispatch of each
consignment.
1.13.2 In case of loss/damage during transit, the consignee concerned will take prompt action to
lodge claim with the Railway /Transport authority and insurance company with an intimation
to the supplier and will send a copy of this reports along with other documents to the Chief
Manager (Movement,) Bihar State Power Holding Company Limited, Patna for further
needful.
1.13.3 In case the materials are received short from the intact packing, the supplier will have to
replenish the shortage free of cost or the recovery of the cost for shortage will be effected
from the suppliers bills. Similarly the supplier will be wholly responsible for the losses due to
defective or improper packing or if the packing have been done in a manner not acceptable to
the Railway/Transport or not as per Specification/ISS or other lapses and supplier shall take
prompt action to replenish all the damaged material immediately free of cost. In case of
failure to do so on their part, the amount of loss/damage will be recovered from their pending
bills or claims shall be lodged with their Bankers against the Bank Guarantee without any
prejudice to any action which the Company may be advised to take in the matter. The amount
recovered on the above account will be released only after getting satisfactory reports about
completion of supply in all respect from the consignee.

1.14. DELIVERY :
17

The materials under this tender will have to be supplied as per delivery schedule indicated in
section-III of this specification.

1.15 LIQUIDATED DAMAGES ,STAGE PENALTY AND INCENTIVE


1.15.1 If the contractor fails to perform the works within the specified period given in the
letter of Intent/work order with respect to successful completion of testing and
commissioning of the project, the contractor shall pay to the owner as Liquidated
damages, a sum equivalent to 1/2 % (half percent) of the undelivered and unexecuted
portion of the materials and works for each WEEK of delay or part there of,
incompletion of works and handing over to BSPTCL. However, the amount of
liquidated damages for the contract shall be limited to a maximum of 10% (tenpercent)
of the total contract price for the package.
1.15.1.1 Equipments and materials shall be deemed to have been delivered only when
all of its components, parts are also delivered. If certain components are not delivered in
time, the equipments and materials will be considered as delayed until such time the
missing parts are also delivered.
1.15.1.2 Stage /Interim Penalty shall be levied and recovered from the bill for
delay/failure in adhering to the specified work completion scheduled, stage penalty
shall be levied and recovered from the bills @0.1% on account of delay per week on the
unexecuted item of the supply or erection/civil works subject to the condition that limit
of all penalties for delay shall not exceed the limit of liquidated damage for delay.
This shall be calculated on the basis of program given in Bar-Chart/Pert duly approved by
the Management as part of contract. The bidders are required to furnish Bar-Chart/Pert
indicating Milestones with completion program for all activities covered in the "price
schedule" for calculation of Stage/Milestone Penalty. The deducted amount towards
stage penalty shall be released immediately if that unexecuted item is completed
subsequently by the scheduled completion time of project. The delay beyond
scheduled period of completion shall be covered under liquidated damage clause.”
1.15.1.2.1 Incentive shall be paid to the contractor for completing the project before
schedule,@0.25% per week subject to maximum 2.0% of the contract amount
excluding VAT and taxes”.

1.16 TERMS OF PAYMENT :


100% payment of the materials. Inclusive of taxes , duties & freight shall be made by A.O,
BSPTCL,PATNA on submission of bills along with 5% (five percent) Bank Guarantee of
ordered value issued from a Nationalized Bank Of India and on receipt of SRV from the
consignee.
1.16.2 Supplier shall give intimation in advance to consignee for watching the receipt consignment.
Also a copy of complete set of the following dispatch documents should be sent to the A.O
BSPTCL Patna and to this office for necessary action, immediately after dispatch of each
consignment.

i) Evidence of dispatch (original R/R or T/R should be in the name of


consignee).
ii) Suppliers detailed invoice (4 copies)
iii) Detailed packing list (3 copies)
iv) Approved test certificates.
v) Sales tax certificates.
vi) Excise gate pass & proof of payment of Excise duty.
vii) Insurance certificate.
18

viii) Copy of inspection report and dispatch clearance.


.

1.17 PERFORMANCE GUARANTEE :


1.17.1 To ensure successful and satisfactory performance of the material/equipment supplied under
the contract, the supplier shall, after completion of supply, furnish a performance guarantee of
value equal to 5% value of the ordered value in similar manner as the security deposit Bank
Guarantee in the form of a Bank guarantee issued from a Nationalised Bank of India and
made payable to Accounts Officer,BSPTCL, Patna, and its terms and conditions shall be
provided in Bank Guarantee form enclosed with the specifications.
1.17.2 The performance Bank Guarantee shall be furnished immediately after the supply is fully completed,
on a non judicial stamp paper of Rs. 1000/- only.
1.17.3 The delay in submission of performance guarantee shall entail in delay in return of 5 % (five
percent) Bank Guarantee submitted against payment clause.
1.17.4 The performance guarantee shall cover following guarantee to the BSPTCL. Company:-
The supplier shall warrant successful and satisfactory operation of the equipment supplied
against the contract under the conditions and for the services specified. He shall further
warrant the equipment as represented and specified against any and all defects in design,
material, workmanship and quality and shall upon written notice by the.Company, fully
remedy, free of all expenses to the Company, such defects as developed under the normal use
to the said equipment within 12 (Twelve) months of service but not exceeding 18 (Eighteen)
months from the date of despatch of last consignment of complete equipment/material .
1.17.05 On due performance and execution of the order in all respects and on presentation of “No –
Demand Certificates,” the Bank Guarantee will return to the supplier without any interest
1.18 MANUFACTURERS GUARANTEE :
1.18.1 All materials/equipments to be supplied shall be guaranteed against faulty design, defective
materials , bad workmanship and unsatisfactory service for a period of 12 (Twelve ) months
from the date on which the materials/equipment has been put into service . In any case this
period shall not exceed 18 (eighteen) months from the date of last receipt of complete
equipment/material in Company's stores.
During the period of guarantee, the supplier shall remedy all defects in design,
materials and workmanship that may develop under normal use of the equipment, upon
written notice from the Company who shall indicate in what respect the equipment is faulty.
This will include the service charges of Engineer, if required to visit the site in connection
with works as state above. The Company will not incur any expenditure on this account what
so ever.
1.19 RIGHT TO SPLIT ORDER :
The purchaser/Company reserves the right to split the order amongst the various tenderers and
also the right to not accept the lowest or any other tender either in whole or part without
assigning any reason for such non-acceptance.
1.20 AGREEMENT :
The successful tenderer / tenderers, upon notice from the BSPTCL, shall have to execute an
agreement with the BSPTCL in the prescribed contract Agreement form of the department.
The prescribed format for agreement is enclosed in this specification (Section – IV). The
agreement shall be prepared in three copies on pie paper affixed with special adhesive stamp
of value of Rs. 1000.00 (Rupees One Thousand) only duly embossed by the treasury officers
of State of Bihar. No charges on account of preparation of agreement documents shall be paid
by the BSPTCL.

1.21 CANCELLATION OF CONTRACT :

The Company reserves the right to cancel whole or part of the awarded contract without
assigning any reason of those firms who will be found defaulter for delayed supply of
19

materials or who will supply materials of sub-standard quality. In the event of cancellation of
order due to the reasons attributable to the firm/contractor/supplier, the security deposited
against the contract/order shall be forfeited by the Company.

1.22 REJECTION :
If materials supplied by tenderer/supplier is found to be defective in material or workmanship
or otherwise not in conformity with the requirements of contract/ order, Company shall have
right to reject the materials or advice in writing to rectify/ replace the same. On receipt of
such information, supplier shall either rectify the defect or replace the defective materials as
per Company’s requirement. The above rectification will have to be done free of cost. In case
the supplier fails to do so , the Company may have its option to :
a) Replace or rectify such defect and recover the extra cost involved from the supplier plus
additional fifteen percent,
b) May terminate the contract / order for defaults as per supplier’s default liability clause.
c) Accept the materials at a reduced price considered suitable under the circumstances.
The provision of this clause shall not prejudice Company’s right under penalty clause.

1.23 SUPPLIER’S DEFAULT LIABILITY :


The Company may upon written notice of default by the supplier cancel the order in the
circumstances detailed hereunder:-
a) If in the judgment of the Company, the supplier fails to make delivery of any or all of
those materials within the time schedule specified in the contract or within any
extension thereof granted by the Company in writing.
b) If in the judgment of the Company the supplier fails to comply with & perform any of
the obligations under the contract / order.
c) If the supplier in the judgment of the Company, has engaged in corrupt or fraudent
practices in competing for or in executing the contract.
In the event the Company cancels the order in whole or in part as provided,
The Company reserves the right to procure such material in any manner considered
Appropriate by Company and the security deposit of the firm shall be forfeited by the
Company.

1.24 COMPLIANCE WITH ACT


All equipment/materials supplied and all works carried out shall comply in all respects with the
requirements of the Indian Electricity Act 1910, Indian Electricity Rules, 1955 or any revisions
thereof which may be issued during the currency of the order and with the requirements of any
other regulations and Act in India to which the purchaser may be subjected.
1.25 JURISDICTION OF COURT
All disputes, claims, counter claims for and/or against the Company arising out of
agreement/order/contract between the Company and the supplier/contractor will be subject to
the exclusive jurisdiction of civil court, Patna and no other count or Arbitrator.
1.26 FORCE MAJEURE CONDITION :
The delivery schedule/ completion period quoted will be under standard force Majeure
conditions provided the supplier/ contractor intimates within ten days from beginning of such
delay notify the Company in writing of the cause of delay. Company will examine individual
cases on merit and may take decision for granting extension or reject request of
supplier/contractor. Decision of department in this regard will be final and binding to the
supplier.
1.27 TECHNICAL PARTICULARS
The tenders which do not comply with the technical particulars enumerated in the section-II &
III of this specification, shall be outright rejected. The performance particulars as required in
the technical specification should be sent along with the tender. Other details not specified but
deemed necessary for the just understanding of the said offer, may also be given.
20

1.28 TEST CERTIFICATE


The material shall conform to all type tests as per relevant Indian Standards/IEC. Materials
shall be subjected to routine and acceptance tests at the manufacturer’s works in accordance
with the standard adopted and to such other additional tests as may be stipulated in the
specification. Materials shall be despatched only after test certificates are approved.
1.28.2 Should the test or operation of any piece of equipment under service show that it does not
meet the guarantee and requirements of the requisite specification it will be optional for the
Company to accept or reject the apparatus and direct the tenderer to proceed at once to furnish
such new parts as may be necessary to meet the guarantee and other requirements of
specification and such additional expenditure will be borne by the supplier.
1.29 DEVIATION FROM SPECIFICATION :
The tenderers are advised to submit their offer strictly as per terms of specification. In case,
however, any tenderer submits his offer on any such terms deviating from those stipulated in
specification, either technical or commercial, the same will be clearly spelt out in the schedule
of deviation specifically enclosed for this purpose along with this specification. In case no
such deviations are detailed, it will be presumed that the offers have been submitted as per
requirement of specification The purchaser may accept minor technical deviations at its
discretion, which does not affect overall performance of the equipment as specified in this
specification.
1.30 COMPLETENESS OF THE TENDER :
All fittings, accessories etc. which might not have been included in this specification but
which are usual & necessary to complete the equipment, are to be provided without extra
cost. All equipment’s must be complete in all respects whether mentioned in the specification
or not.
1.31 QUANTITY :
The quantity mentioned in the schedule of requirement and desired delivery are tentative and
are subject to increase or decrease at the time of placement of order at the desecration of the
Company.
1.32 RAW MATERIALS :
No raw materials shall be arranged by the Company. The tenderers/suppliers will have to
arrange all raw materials them selves.
1.33 PROGRESS REPORT
The supplier/contractor shall submit to the purchaser at such intervals and in such form as
may be required by him, detailed progress reports of the manufacture and/or despatch of the
equipment ordered on him.
1.34 BLANK

1.35 BLANK
1.36 The tenderer shall furnish along with their tender relevant test reports/calibration certificates
from CPRI/Govt. as applicable labs as offered in the tender within last 5 (five) years.

1.37 AFFIADAVIT TOWARDS CORRECTNESS OF TEST REPORTS AND DOCUMENTS


FURNISHED ALONGWITH TENDERS.
The tenderers shall furnish an affidavit conforming that the test report & documents furnished along
with the tender are correct and true copies of originals.

1.38 BANK GUARNTEES TO BE FURNISHED AGAINST VARIOUS CLAUSES


21

As Bank Drafts / Bank Guarantees towards performance guarantee, payment guarantees etc issued by
the scheduled Banks as contained in the second schedule of the Reserve Bank of India Act. 1934.
namely ICICI bank, HDFC bank, IDBI bank etc. shall also be acceptable.
1.39 DISCOUNT / REBATES

All discount / rebates, if any, should be furnished along with main price schedule in the same envelope
containing original price schedule. No such discounts rebates, etc. should be furnished in separate
envelops. Such attempt of tenders may lead to outright rejection of their offers.

1.40 Acceptance and Routine Tests:


1.40.1 All acceptance and routine tests as stipulated in the relevant standards shall be carried out by
the supplier in the presence of purchaser’s representative.
1.40.2 Immediately after finalization of the programme of type, acceptance, routine testing, the
supplier shall give 15 days advance intimation to the purchaser, to enable him to depute his
representative for witnessing the tests.
1.40.3 The tenderer shall furnish full details of tests offered to be conducted on the equipments
offered in the presence of purchaser’s representative in his tender without which his tender is
liable to be rejected. The purchaser may at his discretion request additional test certificates for
other items as reasonably required to substantiate the quality of the same.
1.40.4 The purchaser reserves the right to ask the tenderer to give the demonstration of the
equipment offered at the purchaser’s place.
1.41 INSPECTION :
The inspection may be carried out by the purchaser at any stage of manufacture. The successful
bidder shall grant free access to the purchaser’s representative at a reasonable time when the
work is in progress. Inspection and acceptance of any equipment under this specification by the
purchaser shall not relieve the supplier of his obligation of furnishing equipment in accordance
with the specification and shall not prevent subsequent rejection, if the equipment is found to be
defective. The supplier shall keep the purchaser informed in advance, about the manufacturing
program so that arrangement can be made for inspection.

1.42 QUALITY ASSURANCE PLAN


1.42.1 The bidder shall invariably furnish along with his offer the quality assurance plan adopted by
him/his sub-suppliers in the process of manufacturing of all components.
1.42.2 Precautions taken to ensure use of quality raw material and sub components shall be indicated
in the quality Assurance plan.
1.43 PERFORMANCE GUARANTEE :
The bidder should give details in the offer about the after sales service provided by the bidder
within guarantee period and after guarantee period.
The bidder shall be required to give a performance guarantee of at least 18 months from the
date of delivery.
1.44 Documentation
The bidder is required to furnish set of test certificates, drawing, literatures and manuals with
each unit. Any other information as may be required by the purchaser shall also have to be
furnished by the bidder.
1.45 Packing
1.45.1 The equipments shall be suitably packed in order to avoid damage or disturbance during
transit or handling. Each meter may be suitably packed in the first instance to prevent ingress
of moisture, dust and then placed in a cushioned carton of a suitable material to prevent
damage due to shocks during transit. The lid of the carton may be suitably secured an
suitable number of sealed cartons may be packed in a case of adequate strength with extra
cushioning, if considered necessary. The cases may then be properly sealed against accidental
22

opening in transit. The packing cases may be marked to indicate the fragile nature of the
contents.
1.45.2 The following information shall be furnished with the consignment
- Name of the consignee.
- Details of consignment.
- Destination.
- Total weight of consignment.
- Sign showing upper/lower side of the create.
- Sign showing fragility of the material.
- Handling and unpacking instructions.
- Bill of materials indicating contents of tender and spare materials.
1.46 Material for Commissioning / demonstration at site :
All material required for commissioning / demonstration at site shall be supplied by the
tenderer / contractor.
1.47 SCHEDULES
1.47.1 The bidder shall fill in the schedules provided in the specification which form part of the
tender specification and offer. In schedule of technical particulars, specific values shall be
furnished and only quoting of IS reference is not sufficient. If the schedules are not submitted
duly filled in with the offer, the offer shall be liable for rejection.
1.47.2 All deviations from the specification shall be brought our in the schedules of deviation. The
discrepancies between the specification and the catalogue/literatures and indicative drawings
which are subject to change, submitted as part of the offer shall not be considered and
representation in this regard shall not be entertained. If its is observed that there are deviations
in the offer, in GTP or elsewhere other than those specified in the deviation schedule, then
such deviations shall be treated as deviations.
1.47.3 The bidder shall submit the list of orders so similar type of equipment executed or under
execution during the last three years, with full details in the schedule of bidder’s experience
(schedule ‘C’) to enable the purchaser to evaluate the tender and performance certificate from
the end users should also be furnished.
1.48 RIGHT OF CHIEF ENGINEER
1.48.1 The Chief Engineer reserves the right to accept or reject part or whole of any or all of the
tender, without assigning any reason.
1.48.2 The Chief Engineer reserves the right to cancel whole or part of the awarded contract without
assigning any reason of those firms which are found defaulter of delayed work.

1.49 FINANCIAL RESOURCE AND EXPERIENCE :

The tenderers shall submit along with their tenders a statement of facts as to their previous experience
in executing similar orders of comparable work/ supply as well as their business and technical
organization and financial resources available and to be used in executing the contract. The financial
turnover of the firm during any one year of the last five years should be equal or more than 100%
value of the material / equipment now quoted.

Bidder shall submit audited financial reports for at least five years preceding the date of bid
submission. In case of bid by authorized representative in addition to himself, the above shall apply to
his manufacturers also

1.50 AWARD OF CONTRACT:


23

The acceptance of a tender and awards of contract to one or more than one tenderer, if considered
necessary, rests with the purchaser. It shall not be obligatory on the part of the purchaser to accept the
lowest or otherwise, in whole or in part and to reject any or all the tenders received, without
assigning any reason, and no explanation can be demanded of him by any tenderer in respect thereto.
24

SECTION – II

GENERAL TECHNICAL REQUIREMENTS

33 KV VACCUM CIRCUIT BREAKER


25

SECTION – II

GENERAL TECHNICAL REQUIREMENTS


2.1 SCOPE
2.1.1 This section covers the design, manufacture testing at manufacturer’s works, supply and
delivery, F.O.R. destination of circuit breakers complete with structure and all accessories
required for their satisfactory operation at the various grid sub-stations.
2.1.2 The circuit breakers shall be complete with terminal connectors, operating mechanism,
control cabinets, piping, interpole cable, cable accessories like glands, terminal blocks,
marking ferrules, lugs, pressure lugs, density monitor, galvanised support structures for
circuit breakers, their foundation bolts and all other accessories for carrying out all the
functions that the circuit breakers is required to performs, whether specifically called for
herein or not.
2.2 STANDARD :
2.2.1 The circuit breakers covered under this specification shall comply with the requirement of
latest edition of I.E.C. publication no. 62271-100 or IS 2516 Part- I /Section 3 (as amended)
up to date, except where specified otherwise in this specification.
2.2.2 Equipment meeting any other authoritative standard, which ensures equal or better quality
than the standard mentioned above shall also be acceptable. Where the equipment conforms
to any other standards than those mentioned above, salient points of difference between the
standard adopted and the specified standards, shall be clearly brought out in the tender and
given in the schedules, section IV.
2.3 DRAWINGS :
2.3.1 Drawings in quadruplicate incorporating the following particular shall be submitted with the
tender for the purpose of preliminary study.
(a) Drawing showing the general outlines dimensions of circuit breakers.
(b) Drawing showing control cabinets, and circuit diagrams for operating mechanism.
(c) Drawing showing controls for single phase and three-phase autoreclosing, if provided.
(d) Drawings showing the details of supporting structure.
(e) Type test reports and oscillo-gram of similar breakers.
(f) Drawing showing the complete operation cycle of the circuit breaker with description.
2.3.2 Within thirty days of the receipt of order, the tenderer shall furnish to the purchaser
following drawings, for the approval of the purchaser.
(a) Outline dimension drawing showing transport weight etc.
(b) Outline drawings of bushings and terminals.
(c) Assembly and sub-assembly details with numbered parts.
(d) Sectional views showing the general constructional features, operating mechanism, ARC
(extinguishing chambers, etc.)
(e) Dimension and assembly for important auxiliaries.
(f) Detailed drawings of operating mechanism.
(g) Wiring and control diagrams.
(h) Detailed drawings of supporting structure.
(i) Foundation plan.
(j) Test certificate and oscillograms.
(k) Loading diagram for mounting structure.
(l) Drawings for terminal connector.
2.3.3 The tenderer may submit any other drawing found necessary in addition to the drawings
stated above.
26

2.4 GENERAL DESIGN :


2.4.1 The circuit breakers shall be SF6 type as specified in this specification. The breakers shall
be furnished as a complete unit with all equipment in place and all internal wiring installed
and terminated in the mechanism housing and the equipment shall be complete in all
respects.
2.4.2 The circuit breakers shall be capable of rapid and smooth interruption of currents under all
conditions completely suppressing all undesirable phenomena even under the most severe
and persistent short-circuit conditions or when interrupting small currents or leading or
lagging reactive current. The circuit breakers shall be restrike free under all operating
conditions. The details of any device incorporated to limit or control the rate of rise of
restriking voltage across the circuit breaker contacts shall be stated. The over voltages
caused by circuit shall be stated. The over voltages caused by circuit breaker while
switching inductive and/ or capacitive loads shall not exceed 2.5 times the highest phase to
neutral voltage. The actual make and break times for the circuit breakers throughout the
ranges of their operating duties shall be stated in the tender and guaranteed.
2.4.3 Quenching chambers shall be provided with means suitable to ensure uniform distribution of
voltage across the interrupters.
2.5 SHUNT CAPACITOR / SHUNT REACTOR SWITCHING CAPACITY .
2.5.1 The maximum rating of single bank of shunt capacitors / reactor which can be switched by
the circuit breakers without restrike shall be stated in the tender along with the value of over
voltage during such switching.
2.6 BREAKING CAPACITY FOR KILOMETRIC FAULT :
2.6.1 The breaker shall be capable of clearing short time (kilometric) faults with source
impedance behind the bus equipment to symmetrical current fault.
2.6.2 The interrupting capacity of the breakers fault (short line faults) shall be equal to its
interrupting capacity as specified in section III of this specification and shall be stated in the
tender. The details of tests conducted for proving the capability of the breakers under
kilometric fault conditions shall be given in the tender.
2.7 LINE CHARGING CURRENT BREAKING CAPACITY :
2.7.1 The circuit breakers shall be designed so as to be capable of interrupting line charging
currents without undue rise in the voltage on supply side and without any restrike and
without showing signs of undue strain. The guaranteed over voltage which shall not be
exceeded while interrupting the line charging currents as specified in section – III (3.3) of
this specification shall be stated in the tender.
2.7.2 The result of tests conducted along with copies of the oscillograms to prove ability of the
circuit breakers to interrupt these and lower line charging currents shall be furnished with
the tender.
2.8 TRANSFORMER CHARGING CURRENT BREAKING CAPACITY :
2.8.1 The circuit breakers shall be capable of interrupting small inductive currents such as those
occurring while switching off unloaded transformers, without giving rise to undue over-
voltages and without restrikes. The maximum over-voltage value, which will not be
exceeded under such conditions, shall be stated in the tender.
2.9 The breakers shall be capable of interrupting the rated power when the restriking voltage has
a frequency of not less than 400 Hz. and with a restriking voltage having a frequency of
2000 Hz. The circuit breakers shall be capable of interrupting at least 50% of nominal
breakings capacity. The complete data for the frequency, amplitude factor, etc. the rate of
rise of restriking voltages shall be furnished in the tender.
2.9.1 The measures adopted for ensuring proper operation at high rate of rise of restriking voltage
and for limiting the actual voltage value across the breaks shall be described in the tender.
The type, characteristics and rating of the resistor used, if any to shunt the breakers contacts
and of the auxiliary switching devices used for interrupting the resistor shall be clearly
stated.
2.10 RECOVERY VOLTAGE AND POWER FACTOR :
2.10.1 The circuit breaker shall be capable of interrupting the rated power with recovery voltage
equal to the rated maximum line to line service voltage at rated frequency and at a power
factor not exceeding 0.15.
27

2.10.2 The breaker shall be capable of satisfactory operation even under conditions of phase
opposition that may arise due to faulty synchronizing. The maximum power which the
breakers can satisfactorily interrupt under phase opposition shall be stated in the tender.

2.11 TEMPERATURE RISE :


2.11.1 The temperature rise and the maximum temperature on any part of the equipment when in
service at site under continuous full load conditions and exposed continuously to the direct
rays of the sun shall not exceed the permissible limits as per Table –5 of IS – 2516 (Part –I
Sec –I) as amended up to date. When the standard specifies the limits of temperature rise,
this shall not be exceeded when corrected for the difference between the ambient
temperature at site and the ambient temperature specified in the relevant specification. The
correction proposed shall be stated in the tender and shall be subject to the approval of the
purchaser.
2.12 TRIP FREE OPERATION :
2.12. The circuit breakers shall be trip free, electrically as well as mechanically.
2.13. BLANK
2.14 TYPE AND CONSTRUCTION :
2.14.1 The circuit breakers offered shall be suitable for outdoor operation under climatic conditions
specified in clause 3.2.1 of this specification.

2.15 INSULATION OF THE CIRCUIT BREAKERS :


2.15.1 The insulation to ground, the insulation between open contracts and the insulation between
phases of the completely assembled circuit breaker shall be capable of withstanding
satisfactorily dielectric test voltages corresponding to basic insulation level specified in
clause 3.3 of this specification.
2.15.2 The minimum clearance in open air shall be as follows, unless the apparatus is impulse
tested after complete assembly.
3 System Voltage 33KV
4 Minm. Clearance between phases (mm) -- 420
5 Minm. Clearance between live parts and
6 Grounded objects (mm) -- 400
7 Live part & ground level (mm) -- 3291
2.16 BUSHINGS AND INSULATORS :
2.16.1The basic insulation level of the bushing and insulating porcelain shall be as specified and shall be
suitable for installation in climatic conditions specified in section – III of this specification. The
bushings shall conform to the latest edition of IS 2099-1973/IS5621-1980 or IEC Publication no. 137.
The porcelain used shall be homogeneous and free from cavities and other flaws. They shall be
designed to have ample insulation, mechanical strength and rigidity for satisfactory operation. All
bushings of identical ratings shall be interchangeable. The puncture strength of the bushing shall be
greater than their flashover values. The bushings shall be entirely free from radio disturbances when
operating at a voltage upto the maximum system voltage and shall also free from external and internal
corona.
2.17 CONTACTS :
2.17.1 The main contacts shall have adequate area and contact pressure and shall be capable of
carrying the rated currents and the short time rated breaking currents of the circuit breakers
so that there is no excessive temperature rise. The contacts shall be adjustable to allow for
wear shall be easily replaceable and shall have a minimum of movable parts and
adjustments. The main contacts shall be first to open and last to close, so that there is
negligible contact burning and wear.

2.17.2 Arcing contacts, if provided, shall be the first to close and last to open to take care of the
arcing. The arcing contracts shall be easily accessible for inspection and replacement. The
arcing and main contacts shall be silver-plated or have tungsten alloy tips.
28

2.17.3 The gap between the open contacts shall be such that it can withstand at least the rated phase
to ground voltage for 8 hours at Zero gange pressure of SF6 gas due to the leakage. the
breaker should be able to withstand all dielectric stresses imposed on it in open condition at
lockout pressure continuously.
2.17.4 If multi break interrupters are used, these shall be so designed & augmented that a uniform
voltage distribution is developed across them.
2.18 OPERATING MECHANISM :
2.18.1 The circuit breakers shall be gang operated and shall be designed for remote control from the
control room and in addition there shall be provision for manual operation of circuit
breakers during maintenance and for local tripping and closing by mechanical means.
2.18.2 The circuit breakers shall have a Mechanical open-closed indicator in addition to facilities
for remote electrical indication. The indicator shall be located in a position where it will be
visible to a man standing on the ground level with the mechanism housing closed.
2.18.3 The operating mechanism shall be of spring charging type. The mechanism will trip free
both electrically and mechanically. The mechanism shall perform satisfactorily for the duty
cycles specified in clause 3.3. All three poles will be operated simultaneously.
2.18.4 All the working parts in the mechanism shall be of corrosion resistant materials and all
bearings which require greasing shall be equipped with pressure type grease fittings.
Bearing pin, bolts, nuts and other parts shall be adequately pinned or locked to prevent
loosening or changing adjustment with repeated operation of the breaker. The mechanism
shall be strong quick in action and shall be removable without disturbing other parts of the
circuit breakers. The mechanism and the breaker shall be such that the failure of any spring
will not prevent tripping and will not cause tripping or closing operation of the Power
operating devices.
2.18.5 After failure of power supply to the motor, one close open operation shall be possible with
the energy contained in the operating mechanism. Provision shall be made to prevent a
closing operation of the breaker when the spring is in the partial charged condition.
Mechanical interlocks shall be provided in the operating mechanism to prevent discharging
of closing spring when the breaker is already in the closed position.
2.18.6 Facility for manual charging of the closing spring shall also be provided. the motor rating
shall be such that it required not more than 30 Seconds for full charging of the closing
spring.
2.18.7 The operating mechanism along with accessories shall be housed in a weatherproof and dust
proof cabinet with hinged door located near the breakers. The local control switch and
breaker position indicator shall be provided in this cabinet. The control circuit shall be
designed to operate on 250Volt D.C. The closing and opening coils and associated circuits
shall be designed to operate satisfactorily at any control voltage whose variation range in
terms of percent of normal voltage shall be as per relevant ISS/IEC. A thermostatically
controlled heater shall be provided to prevent moisture condensation.
2.18.8 Necessary cable glands for the cable of the operating mechanism shall be provided.
2.19 AUXILIARY SWITCHES :
2.19.1 At least ten (10) numbers each of auxiliary switch contacts both of the normally open and
normally closed type (i.e. total of twenty nos.) of auxiliary contacts shall be provided on
each circuit breaker for use in remote indication, spring charge indication and control
scheme of the circuit breakers and for providing safety interlocking. Special contacts for use
with trip coils and auto-reclosing operation shall also be provided. Provision shall exist for
adding more auxiliary switches at a later date, if required. All auxiliary switches shall be
placed in a weather proof galvanized casing and current rating of the switches shall be
mentioned in the bid. Arrangement proposed for connecting control cable to auxiliary
switches shall be clearly stated.
2.20 INTERLOCKS :
2.20.1 Provision of necessary interlocks shall be made to enable electrical interlocking of the
isolators associated with the circuit breakers to prevent incorrect isolator operations when
breaker is closed.
29

2.21. TERMINAL CONNECTORS AND EARTH CONNECTION :


2.21.1 Terminal connectors suitable for twin ACSR Moose conductor should be supplied. The
terminal connector shall be suitable for both vertical and horizontal connection of the
transmission line conductors or stations bus bar. The clamps shall be plated with hot –
flowed electro tin so as to make them suitable being connected to ACSR conductor. Suitable
terminal earth connector for earthing connections shall also be supplied.
2.22. TROPICALISATION :
2.22.1 All control wiring, electric meters and accessories shall by means of spray or dip coating, be
protected against fungus growth and other harmful effects due to tropical environments.
2.23 GALVANISING :
2.23.1 All ferrous parts of breakers including control cabinet support structures, bolts, nuts etc.
shall be hot dip galvanized as per IS 2629 – 1966/IEC-56.
2.24 TESTS :
2.24.1 Each circuit breaker shall comply with the type tests and shall be submitted to the routine
tests prescribed in IEC publication No. 62271-100.
2.24.2 Report of all type tests as stipulated in publication No. 62271-100 and the line charging
current and transformer charging current-interrupting tests shall be furnished along with the
tender.
2.24.3 Routine tests as per IEC publication No. 56 shall be carried out on each circuit breaker (in
the presence of purchaser’s representative if so desired by the purchaser).
2.24.4 All test reports shall be submitted and get approved from the purchaser before dispatching
the equipment.
2.25 SPARE PARTS :
2.25.1 The tenderer should quote for the spare parts listed in the schedule of requirements. The
value of the spares listed in the schedule of requirements will be taken into consideration for
the purpose of bid evaluation. Price for any other item of spares recommended by the
tenderer for the safe operation of the breaker for 5 years may also be quoted separately in
schedule-G, section – IV of the specification. The purchaser will decide the actual quantities
of spare parts to be ordered on the basis of the lowest and the item wised prices of the spare
parts given in section IV, Schedule – C of the specification.
2.26 ERECTION AND MAINTENANCE TOOLS :
2.26.1 The tenderer shall separately list out in the tender sets of tools required for initial erection
and subsequent maintenance of the circuit breakers. Item wise unit price for tools shall be
given in section IV, schedule F, of this specification. This will, however, not be taken into
consideration for the bid evaluation.
2.27 TECHNICAL AND GUARANTEE PARTICULARS :
2.27.1 The tenderer shall furnish all guaranteed technical particulars as called for in schedule A.
Section IV of this specification. Particulars which are subject to guarantee shall be clearly
marked. Tenders lacking information in this respect will not be considered.
2.27.2 The circuit breaker shall generally conform to the specific technical particulars as indicated
in the specification. Care shall be taken for indicating specific values as far as possible.
Notes like "refer I.S. ........, items proprietory in nature, hence can not be indicated" , shall
be avoided.
2.28 INSTRUCTION MANUALS ;
2.28.1 Twelve (12) copies of operation maintenance and erection manuals in English, language, shall
be supplied one month prior to the despatch of the circuit breakers. The manuals shall be
bound volumes and shall contain all the drawings and information required for erection
operation and maintenance of the circuit breakers. The manual shall include amongst others,
the following particulars.

(a) Marked erection prints identifying the component parts of the circuit breakers as
dispatched with the assembly drawings.
(b) Detailed dimension, assembly and description of all the components and catalogues for
operation of the breaker and accessories.
(c) List of spare parts.
30

2.28.2 Besides above, with every breaker one set of manuals shall be securely taped in side the
mechanism box.
2.29 DEVIATION FROM THE SPECIFICATION :
2.29.1 All deviations from this specification shall be separately listed in schedules of Section – IV
of this specification, in the absence of which, it will be presumed that the provision of the
specification are complied with by the supplier.
31

SECTION – III
SPECIFIC TECHNICAL REQUIREMENTS AND QUANTITIES
32

SECTION - III
SPECIFIC TECHNICAL REQUIREMENT AND QUANTITIES
3.1 SCOPE :
3.1.1 This section covers the specific technical particulars, climatic and Isoceraunic conditions
and system particulars suiting which the circuit breakers shall be offered as per the
Guaranteed Technical Requirements given in section – II of this specification and the
schedule of requirements specified herein for use in various sub – stations.
3.2 CLIMATIC AND ISOCERAUNIC CONDITIONS :
3.2.1 The climatic conditions at site under which the equipment shall operate satisfactorily are as
follows:
(a) Maximum ambient temperature of air in shade (oC) 50
(b) Minimum ambient temperature of the air in shade (oC) 4
(c) Maximum daily average ambient temperature (oC) 35
(d) Maximum yearly average ambient temperature (oC) 30
(e) Maximum relative humidity (%) 100
(f) Average number of thunderstorm days per annum 80
(g) Average annual rainfall (cm) 125
(h) Maximum wind pressure (Kg/M 2 ) 150
(i) Earthquake acceleration (g) 0.05x2 g
(j) Height above sea (m) Not exceeding 1000
3.2.2 The equipment offered shall be suitable for continuous operation at the full rated capacity
under the above conditions.
3.2.3 Since the substation is in an industrial area, the equipment offered shall be suitable for
heavily polluted atmosphere.
3.3 TYPE AND RATING :
The circuit breaker shall comply with the following technical requirement:

Sl. Type and Rating 33KV


No.

1. Normal System Voltage (KV) 33 KV, 3 Phase solidly grounded


neutral

2 Highest System Voltage. 36KV

3 Rated Frequency (Hz) 50 Hz

4 Number of Poles 3

5 BASIC Insulation level:

(i) 1.2x50 Microsecond Impulse with stand 170 KVp


voltage(KVP)

(ii) 1 Minute power frequency with stand voltage 70 KV rms


(KV RMS)

6 Rated Normal Current in Amperes 1600 A

7 Rated short Circuit Breaking current in KA. 26.3 KA for 3Sec

8 Total break time for any current upto the rated Not more than 3 cycles
33

breaking current (cycles).

9 Breaking capacity 26.3 KA

10 Making Capacity 66 KA peak

11 Maximum Temperature rise over ambient Within limits as per EC 62271-100

12 Dry-1 minute power frequency withstand

A). Between line terminal and grounded 70 KV rms


objects

B). Between terminals with breaker contacts


open 70 KV rms

13 1.2/50 micro second full wave impulse

A) between line terminal and grounded objects 170 KV Peak

B) Between terminal with breaker Contacts


Open
170 KV Peak

14 The rating of the circuit breaker for capacitor 400 A


Switching

15 Opening Time 45(+15/-10) ms

16 Closing Time 65 (+-15) ms

17 Total creep age distance 900mm

18 Number of poles of Circuit breaker 3

19 Number of breaks per phase 1

20 Number of spare auxiliary contacts provided

A) Those closed when breaker is closed 4

B) Those open when breaker is closed 4

21 Type of Operating mechanism Spring operated mechanism

22 Control Circuit Voltage 250 V DC

A) Operating voltage of tripping coil 70% to 110% of the Control Voltage

B) Operating voltage of Closing Coil 85% to 110% of the Control Voltage

23 Voltage of Spring Charging motor 230 V AC/ 220 V DC Universe motor.

24 Time required for motor to charge the Spring 15 Sec.(Max.)


fully.

25 Overall dimension Please refer GA drawing

26 Mounting Details Please refer GA drawing


34

3.4 EARTHQUAKE AND WIND DESIGN LOADS

Each circuit breaker including its supporting structure shall be designed to withstand repeated earth quake
acceleration of 0.05x2g and wind loads of 150 kg/meter square on the projected area (non simultaneous)
without damage to component parts and without impairment of operation.
3.5 AUXILIARY POWER SUPPLY :
3.5.1 The tenderers should quote in their tender estimated requirements of A.C & D.C. power for
the equipment covered by this specification.
3.5.2 Power supply for auxiliaries will be available at 240 volts single phase and 433 volts, 3
phase AC 50 Hz. The frequency can vary between 90% and 105% of normal frequency of 50
Hz and voltage would vary form 110% to 85% of the normal value.
3.5.3 D.C. supply at 250 volts D.C. two wire will be available from the station battery through
control panels. D.C. supply is subject to variation of +/- 10%.

3.6 SCHEDULE OF REQUIREMENT AND DESIRED DELIVERY


3.6.1 REQUIREMENT :
Sl. Description Qty. (In Nos)
No.

1. 33KV, 1600A, 26.3 KA for 3 sec., 3 phase 55Nos)(Quantity may


vacuum circuit breaker complete in all respect increase at the time of LOA).
and as per technical requirement of this
specification along with supporting structure,
and 6 nos. of bimetallic terminal connectors
suitable for ACSR Moose.

3.6.2 DESIRED DELIVERY :


To be completed within 03 (three) months from the date of L.O.I
35

SECTION - IV

BIDDING SCHEDULES
36

SECTION - IV

(TO BE FILLED IN AND SIGNED BY THE TENDERER)


SCHEDULE - A
THE GUARANTEED TECHNICAL PARTICULARS FOR CIRCUIT BREAKERS (145 KV SF-6)
1 Name of the manufacturer
2 Manufacturer’s type and designation
3 Governing Standard (for main equipment, other component and
accessories etc.)
4 Rated voltage (kV)
5 Maximum continuous rated service voltage
6 Frequency (Hz)
7 Class (outdoor)
8 Normal Current rating (amps)
a) Under standard conditions
b) Under site conditions
c) Derating factor, if any, for site conditions
9 Short time current rating (kA)
a) For 1 second
b) For 3 seconds
10 Maximum temperature rise over ambient50C due to rated current in
main contacts, measured after breaking test
11 Rated short circuit breaking current
a) Rated short circuit current (A.C. component)-kA (Rms)- at kV
b) Percentage D.C. component
c) Asymmetrical breaking current (including D.C. component) - at KV
12 Making capacity ( kA peak)
13 Total break time (milli second)
a) For interruption of 10% of the rated capacity
b) For interruption of 30% of the rated capacity
c) For interruption of 60% of the rated capacity
d) For interruption of the full rated capacity
14 Arcing time (milli seconds)
15 Making time (milli seconds)
16 Minimum reclosing time at rated interrupting capacity from the
instant of trip coil energisation (milli seconds)
17 Minimum dead time
a) 3 phase reclosing (milli seconds)
b) 1 phase reclosing ( - do - )
37

c) Limit of adjustment of dead time for 3 phase reclosing


d) Limit of adjustment of dead time for 1 phase reclosing

18 Data on restriking voltage for 100%, 50%, 30% rated capacity


a) Amplitude factor
b) Phase factor
c) Natural frequency
d) Rate of rise of restriking voltage (kV/-sec)
19 Maximum interrupting capacity under phase opposition condition
( MVA) - indicate value as per test report.
20 Maximum line charging current breaking capacity without over-
voltage exeeding 2.5 times the rated phase to neutral voltage (Amps )
indicate value as per test report
21 Maximum line charging current breaking capacity and
corresponding over voltage recorded in test.
a) On supply side
b) On line side
22 Maximum cable charging current breaking capacity and
corresponding over-voltage recorded in test
a) On supply side
b) On line side

23 Maximum shunt capacitor/Reactor bank switching capacity


( Single bank MVA)
24 Maximum breaking capacity on Kilometric faults (MVA)
25 Maximum over-voltage on switching transformer on no load and the
charging current
26 Dry 1 minute power frequency test withstand voltage, for
complete Circuit Breaker
a) Between line terminal and grounded parts( kV rms)
b) Between terminals with breaker contact open( kV rms)
27 Wet 1 minute power frequency test withstand voltage for
complete Circuit Breaker
a) Between line terminals and grounded parts ( kV rms)
b) Between terminals with breaker contact open (KV rms)
28 1.2/50 microseconds wave impulse withstand test voltage for
complete Circuit Breaker
a) Between terminals with circuit breaker contacts open
( kV peak)
b) Between the terminals and the ground ( kV peak)
SUPPORT INSULATORS
29 Make and type with governing standard
38

30 Weight
31 Transport Dimension
32 Insulation class
33 Visible Corona discharge voltage
34 Dry 1 minute power frequency flashover voltage
35 Wet 1 minute power frequency flashover voltage
36 1.2/50 microsecond impulse flashover voltage
37 Creep age distance to ground for heavily polluted atmosphere
a) Total
b) Protected
38 Minimum clearance in air
a) Between phases
b) Live parts and earth
c) Live parts to ground (mm)
CONSTRUCTIONAL FEATURES
39 No. of poles per Circuit Breaker
40 No. of breaks per pole
41 Total length of break per phase (mm)
42 Type of main contacts
43 Material of main contacts
44 Whether main contacts are silver plated ( Yes/No)
45 Thickness of silver coatings on main contacts
46 Contact pressure on main contacts (kg/sq. meter)
47 Type of arcing contacts
48 Contact pressure on arcing contacts (kg/sq. meter)
49 Type of auxiliary switches
50 Material of switch contacts
51 Whether contacts are silver plated (Yes/No)
52 No. of auxiliary switch contacts operating with all three poles or
single pole of a breaker
a) Which are closed when breaker is closed
b) Which are open when breaker is closed
c) Those adjustable with respect to the position of main contacts
53 No. of auxiliary switch contacts operating with individual pole of
a breaker
a) Which are closed when breaker is closed
b) Which are open when breaker is closed
c) Those adjustable with respect to the position of main contacts

54 No. of spare auxiliary switch contacts operating with all 3 poles


or single pole of breaker
a) Which are closed when breaker is closed
b) Which are open when breaker is closed
39

c) Those adjustable with respect to the position of main contacts

55 No. of spare auxiliary switch contacts operating with individual


pole of a breaker
a) Which are closed when breaker is closed
b) Which are open when breaker is closed
c) Those adjustable with respect to the position of main contacts
56 No. of operation possible without maintenance
a) at full rated interrupting capacity
b) at 50% of rated interrupting capacity
c) at 100% of rated current
d) at 50% of rated current
57 Mounting flange details
58 Details of various selector switches
59 Details of push button switches
60 Contingencies for which alarm provided
61 Design data for supporting structure
62 Weight of supporting steel structure per breaker
63 Descriptive leaflets enclosed
OPERATING MECHANISM
64 Type of operating mechanism for
a) Opening
b) Closing
65 Manufacturer’s type designation
66 Normal power consumption (W) at rated voltage of
i) Trip coil
ii) Closing coil
67 Number of close open operation possible after failure of AC supply to
motor
68 Time required for motor to charge the closing spring (min)
CONTROL CABINETS :
69 Whether indication of spring charged condition provided in central
control.
70 Details of running h our meter
71 Details of start counters
72 Details of various selectors Switches
73 Dimension of the control cabinet
74 Weight of Control cabinet

Weight and space requirement


75 Weight of 3 phase breaker complete with operating mechanism
insulating supports, frame work etc.
76 Impact loading for foundation design to include dead load plus
impact value on opening at maximum interrupting ratings in terms of
equivalent static load.
77 Weight of heaviest Package
78 Space requirement.
40

Date
Signature
Place
Name
Status
Whether authorised attorney of the tenderingcompany.
Note: - In case this perform duly filled up is not submitted along with the tender, the tender will not be
considered.
41

(TO BE FILLED IN AND SIGNED BY THE TENDERER)

SCHEDULE – B
SCHEDULE OF GENERAL PARTICULARS
1. Name of Bidder / Manufacturer

2. Address of Bidder / Manufacturer

3. Telegraphic address of Bidder / Manufacturer

4. Name & Designation of the officer of the


Bidder/Manufacturer to whom all reference shall be
made for expeditious technical co-operation.

5. Place of Manufacturer

6. Service of facilities available

7. Availability of spare parts

8. Bidder proposal no & Date

9. Offer is valid up-to Give date up-to which valid.

10. i)Earnest money deposited or not State Yes / No

ii)If deposited indicate amount & details

iii)If not, state DGS&D registration no. and tech. Date up-to which it is valid.
Details of validity of registration

iv)For S.S.I units of Bihar state, details of registration State Yes / No


number of S.S.I registration enclosed or not

v)Whether Govt. of India or State Govt. Undertaking. State Yes / No


If yes give details to authenticate the claim

vi)Enclose Photostate copy of the letter of registration State Yes / No


with DGS&D, S.S.I for S.S.I unit of Bihar with the
bid.

11. i) Security deposit as per clause 1.11 of this State willing to deposit / not
specification has to be deposited. willing

ii)This deposit has to be kept with the Company for the State willing to deposit / not
entire guarantee period. willing

12. Whether delivery schedule indicated in the State Yes / No


specification is acceptable.

13. Whether penalty for delay in delivery as indicated in State Yes / No


the specification is acceptable.

14. Whether latest copy of income tax clearance certificate State Yes / No
and sales tax certificate enclosed with the bid or not.

15. Whether terms of payment indicated in the State Yes / No


specification is acceptable.
42

16. Whether guarantee clause indicated in the specification State Yes / No


is acceptable.

17. Whether 5% bank guarantee as stipulated under State Yes / No


performance guarantee clause will be submitted.

18. Whether Company’s terms of insurance as per State Yes / No


specification is acceptable

19. Whether agreeable to enter into a contract in event of State Yes / No


order.

20. Are prices quoted in the price bid FIRM. Only FIRM State Yes / No
price shall be quoted.

21. Whether unit F.O.R. destination prices have been State whether freight is included
quoted in the price bid. or extra to the price quoted.

22. Whether prices quoted are also applicable on reduced Indicate amount
quantity or not? Rebate on account of quantity
increase, if any, applicable may be mentioned.

23. Whether a statement showing deviations from general State Yes / No


conditions enclosed.

24. Whether a statement showing deviations from State Yes / No


technical specification enclosed.

25. Whether the bidder is agreeable to manufacture & State Yes / No


supply the equipment in case deviations stipulated by
him is not acceptable to Company.

26. Whether excise duty is leviable. If so, say extra or included in the
price quoted.

27. Whether sales tax is chargeable. -do-

28. Whether certificate/certificates of past performance State Yes / No


enclosed or not.

29. Annual production units for past 5 years

30. Whether unit F.O.R. destination price of all individual State Yes / No
items quoted in the price bid or not?

Signature :
Name :

Date:- Designation:
Place:- Name of the company.
43

SCHEDULE OF PRICE “C”


Sl. Description Qty. Unit Ex- Unit Unit Unit Unit Total
Factory
No. Price Freight Excise Sales landed landed
charges Duty Tax price price
leviable leviable including including
at Present at sales tax, sales tax,
present excise excise duty
duty and and freight
(In nos) (InRs.) (In Rs.) freight
(In Rs.) (In Rs.)
(In Rs.) (In Rs.)

1 33KV, 1600 A, 26.3 55


KA for 3 sec., 3 phase
vacuum circuit
breaker complete in
all respect and as per
technical requirement
of this specification
along with supporting
structure, and 6 nos.
of bimetallic terminal
connectors suitable
for ACSR Moose.

Note :- I) Prices should be indicated both in figures as well as words.


ii) Freight charge should be indicated inclusive of service Tax, Cess etc.
Signature :
Name :

Date:- Designation:
Place:- Name of the company.
44

SCHEDULE “C” (CONTINUED)


2. (i) Indicate whether sales tax will be extra or is included State: -Extra/ included
in the price quoted.

(ii) If extra over the price quoted, indicate percentage of State: percent.
quoted price.

3. (i) Indicate whether excise duty will be extra or is State: -Extra/ included
included in the price quoted.

(ii) If extra to the price quoted indicate percentage of State: - percent


quoted price.

4. Indicate whether price quoted is FIRM. State:-Yes/No.

5. Indicate the rebate quoted, if any Give full details and conditions.

NOTE: - Any vagueness in the answers to the questionnaire will disqualify the tender.

Signature:
Name:

Date:- Designation:
Place:- Name of the company.
45

(TO BE FILLED IN AND SIGNED BY THE TENDERER)


SCHEDULE - ‘D’
SCHEDULE OF DEVIATIONS FOR SUPPLY AND DELIVERY
TECHNICAL SPECIFICATION
We / I have carefully gone through the Technical specification and We/I have satisfied our selves / myself and
hereby confirm that our / my offer strictly conforms to the requirements of the technical specification except
for the deviation which are given below. The amount by which the tendered price will increase or decrease has
been indicated in the schedule ‘K’ of the specification.
Sl.No. Description Stipulations in Deviation Remark
specification offered
(Clause / page)

Signature :
Name :

Date:- Designation:
Place:- Name of the company.
46

(TO BE FILLED IN AND SIGNED BY THE TENDERER)

SCHEDULE – ‘E’
SCHEDULE OF DEVIATIONS FOR SUPPLY AND DELIVERY

GENERAL CONDITIONS
We/I have carefully gone through the general conditions of contract and We/I have satisfied
ourselves / myself and hereby confirm that our / my offer strictly conforms to the requirements of
the general conditions of contract except for the deviations which are given below. The amount by
which the tendered price will increase or decrease has been indicated in the schedule ‘K’ of this
specification.

Sl. Description Stipulations in Deviation Remarks


No. specification offered
(Clause / page)

Signature :
Name :

Date:- Designation:
Place:- Name of the company.
47

(TO BE FILLED IN AND SIGNED BY THE TENDERER)

SCHEDULE – ‘F’

SCHEDULE OF ERECTION & MAINTENANCE TOOLS


The tenderer shall furnish below a list of special tools, accessories and equipments required for installation,
testing and maintenance and their prices.
Item Description Number Units Prices Purpose
No. recommended of use
F.O.R F.O.R Total
Works Site

Signature :
Name :

Date:- Designation:
Place:- Name of the company.
48

(TO BE FILLED IN AND SIGNED BY THE TENDERER)


SCHEDULE – ‘G’

SCHEDULE OF SPARE PARTS

The tenderer shall furnish below a list of spare parts, which the recommends for five year’s
operation other than those mentioned in specification.

Item Description Number Unit Price Purpose


No. Recommended of Use
F.O.R F.O.R Total
Work Site

Signature :
Name :

Date:- Designation:
Place:- Name of the company.
49

(TO BE FILLED IN AND SIGNED BY THE TENDERER)

SCHEDULE – ‘H’

The tenderer shall furnish below the list of drawings, which shall be furnished by them.

Sl. Name of the drawing When to be submitted (to be given in days) after
No. issue of letter of intent.

Signature :
Name :

Date:- Designation:
Place:- Name of the company.
50

(TO BE FILLED IN AND SIGNED BY THE TENDERER)

SCHEDULE – ‘I’

SCHEDULE OF PAST EXPERIENCE

Sl. No. Name No. & Date Qty Qty Performance


Purchaser report enclosed or
P.O ordered supplied not.

Signature :
Name :

Date:- Designation:
Place:- Name of the company.
51

(TO BE FILLED IN AND SIGNED BY THE TENDERER)

SCHEDULE – ‘J’

SCHEDULE OF DELIVERY

Guaranteed delivery/completion period counted from the date of issue of Purchase Order/work order.
Sl. No. Name of the Commencement period in month Total completion period
equipment in month

Signature :
Name :

Date:- Designation:
Place:- Name of the company.
52

(TO BE FILLED IN AND SIGNED BY THE TENDERER)


SCHEDULE – ‘K’
SCHEDULE OF REVISION OF PRICES
Against each and every deviation from the specification condition as enumerated in the Technical
deviation schedule ‘D’ and Deviation in the General condition schedule ‘E’ enclosed, the AMOUNT by
which the tendered price will hereby be increased or decreased be indicated clause by clause in this
schedule. In case the amount is not mentioned in this schedule against any of the deviations mentioned
in deviation sheet (schedule ‘E’ and ‘D’) it will be taken for granted that the some does not involve any
change in the tendered price.
Clause No. Deviation if any Amount by which the tendered price will change

Increase Decrease

Signature :
Name :

Date:- Designation:
Place:- Name of the company.
53

SCHEDULE -L-
SCHEDULE TYPE TESTS :-
(To be filled in and signed by the tenders).

Sl. Name of type test as Date of Testing Name of laboratory where


No. per relevant ISS/ IEC tested.

Place ....................................... Yours Faithfully,

Date ................................. Name


Signature
Full Address of Supplier.

(TO BE FILLED IN AND SIGNED BY THE TENDERER )


P-I

CONTRACT FORM FOR AGREEMENT

This contract made this ……………..only of ………………. of Two thousand ……………………… between Bihar State Power
Transmission Co. Ltd., constituted under The Bihar State Electricity Reforms Transfer Scheme 2012, vide notification no.
17 dated 30.10.2012 of the Department of Energy , Govt. of Bihar (herein after referred to as "BSPTCL") on the one part
54

and Sri ……………………… in his own behalf and on behalf of other member of the Joint family /proprietor of the firm
……………………S/O. Sri ……………………… by religion …………………..P.O. ………………P.S. …………………. District …………... in the
State of……………………….at present residing at village/Town……………………… P.O…………………….. P.S. …………….. District
…………………………or ………………………………………………. ……………… as partnership firm/Joint stock company duly registered
under the Indian Partnership Act. 1932/Indian company Act. 1913/1956 bearing registration No. …….19 with the
Registrar of Firms/Registrar of Joint Stock Companies at …………………in the state of ………………… and having its registered
office at ………………… acting through its . ………………….. namely Sri ……………………….. …….S/O ……………………………………….
Permanent resident of village /Town …………………….P.O……………………. P.S. ………………… District …………... in the State
of……………………….at present residing at village/Town……………………… P.O…………………….. P.S. …………….. District
…………………………...… (hereinafter referred to as the "contractor/Supplier", which expression, shall unless excluded by or
repugnant to the context including his/heirs, legal representative, successors, executors, administrators and permitted
assigns) on the other part.

Whereas Bihar State Power Transmission Co. Ltd agrees to award the complete work of ………………………
……………………………. and the supplier/Contractor has agreed to execute the said work in accordance with Bihar State
Power Transmission Co. Ltd ‘s notice inviting Tender No. ………………….. general conditions of tender and the bill of
quantity and Contractor/Supplier proposal No …………………………………. dated …………………………. and ……………………. on the
following terms and conditions.

i) The contractor/supplier agrees to execute the above work and deliver the above said materials
inconformity with the provisions of the general conditions of NIT and other documents referred to above
which forms a part of this contract within ……………………. months from execution of this contract/ from the
date of work order.
ii) Bihar State Power Transmission Co. Ltd hereby agrees to pay to the Contractor/Supplier on due
performance of the contract, price of Rs …………… from Bihar State Power Transmission Co. Ltd 's fund in the
manner and in accordance with the terms specified in the NIT as also in the P.O./W.O. No. …………………
dated …………../ to be issued.
iii) Other conditions, if any, to be mentioned
In withness whereof the said Parties hereto have hereunto set and subscribed their respective hand and
seal the day and year first above written.

I signed by/or on behalf of the contractor/supplier ……………….Authorised by the Contractor/supplier under deed of
……………… dated …………… (Strike off the words not needed. Where the signature is made under authorization made by a
deed resolution, the consumer should furnish an attested copy of such deed/ resolution).

Signature on behalf of BSPTCL

Signature on the behalf of the Supplier/Contractor

(Seal of the Contractor/Supplier)

1. Witness 1. Witness

2. Witness 2. Witness

(TO BE FILLED IN AND SIGNED BY THE TENDERER )


P-II

FOR "SECURITY DEPOSIT"/ "PERFORMANCE GUARANTEE"/ CONTRACT GUARANTEE


55

FORM OF GUARANTEE BOND

(TO BE USED BY APPROVED SCHEDULED BANK)

THIS DEED OF GUARANTEE IS MADE THIS ...............................................................

day of ...................................20........, Between.....................................................................

(Name of the Bank and its constitution with

................................................................................................................................................

detailed address including its head office)

(hereinafter called "the bank" which expression shall, where the context so
admits includes its successor and permitted assign) of the one part and the
BIHAR STATE POWER TRANSMISSION CO. LTD. (BSPTCL) ,a
successor company of erstwhile BIHAR STATE POWER TRANSMISSION
COMPANY LTD, PATNAconstituted under the Bihar State Electricity
Reforms Transfer Scheme 2012, vide notification no. 17 dated 30.10.2012
of the Department of Energy , Govt. of Bihar (herein after referred to as
"BSPTCL")having its head office at Bailey Road, Patna .

1. WHEREAS, .....................................................(name of the contractor or supplier if a Co.) being a


company registered under the Indian Companies Act having its registered office
at ..............................................................................................(name of the contractor or supplier if a
partnership firm) bearing registration no .................. of the year ............ with the registrar of firms
at ................... and having its registered office
at ........................................................................................................................................................................
(name of the contractor or supplier if individual) father's name ................... resident
of .......................................................... P.S. ........................District..................... and having its principal place
of business at ............................... (Hereinafter called " The said contractor(s)/ the said supplier") entered into
an Agreement No. .......................... dated ................... with BSPTCL .................................. (Hereinafter called
"The said agreement") has been placed an Order No. ......................... dated ....................... for the supply
of .............................. to BSPTCL (hereinafter called "The said Purchase Order").

2. WHEREAS in accordance with clause number ............................. of the said agreement/ the said
purchase order, the said contractor(s)/ the said supplier(s) is required to deposit with BSPTCL
Rs. .................................. only as cash security for the due performance of the terms & conditions of the said
agreement/ the said purchase order.
AND WHEREAS in accordance with clause number ........................... of the said agreement/ the said
purchase order, the Bank has at the request of the said contractor(s)/ the said supplier(s) agreed to give
their guarantee and the BSPTCL has agreed to accept the said bank guarantee for the aforesaid sum.

NOW THESE PRESENT WITNESSETH AS FOLLOWS:


56

In consideration of BSPTCL having agreed to exempt the said


contractor(s)/ the said supplier(s) from the demand under terms and
conditions of the said contractor/ the said purchase order of security deposit
for the due fulfillment by the said contractor(s)/ the said supplier(s) of the
terms and conditions in the said agreement/ the said purchase order on
production of a bank guarantee for Rs. ....................................
(Rupees ................
........................................................................ only),
We, .....................................................
..................(name of the Bank) do hereby undertake to pay to BSPTCL an
amount not exceeding Rs. .................................. against any loss or damage
on non-payment caused to or suffered or would be caused to or suffered by
BSPTCL by reason of any breach by the said contractor(s)/ the said
supplier(s) of any of the terms and conditions contained in the said
agreement/ the said purchase order.

3. We, .............................................. (Name of the Bank) do hereby


undertake to pay the amounts due and payable under this guarantee without
any demur, merely on a demand from BSPTCL stating that amount claimed
is due by way of loss or damage caused to or would be caused to or suffered
by BSPTCL by reason of any breach of the said contractor(s)/ the said
supplier(s) of any of the terms and conditions contained in the said
agreement/ the said purchase order or by reason of the said contractor/ the
said supplier(s) failure to perform the said agreement/ the said purchase
order. Any such demand on the Bank shall be conclusive as regard the
amount due and payable by the Bank under this guarantee. However, our
liability under this guarantee shall be restricted to an amount not exceeding
Rs. ........................................
4. We, .............................................. (Name of the Bank) further agree
that the guarantee herein contained remain in full force and effect during the
period that would be taken for the performance of the said agreement/ the
said purchase order and that it shall continue to be enforceable till all the
dues of BSPTCL under or by virtue of the said agreement/ the said purchase
order has been fully paid and its claims satisfied or discharged or till
BSPTCL certifies that the terms and conditions of the said agreement/ the
said purchase order fully and properly carried out by the said contractor(s)/
the said supplier(s) and accordingly discharges the guarantee. Unless a
demand or claim under this guarantee is made on us in writing on or
57

before ................................ , We shall be discharged from all liability under


this guarantee thereafter.

5. We, .............................................. (Name of the Bank) further agree


with BSPTCL that BSPTCL shall have the fullest liberty without our
consent and without affecting in any manner our obligations hereunder to
vary any of the terms and conditions of the said agreement/ the said
purchase order or to extend time of performance by the said contractor(s)/
the said supplier(s) from time to time or to postpone for any time or from
time to time any of the powers exercisable by BSPTCL against the said
contractor(s)/ the said supplier(s) and to forbear or enforce any of the terms
and conditions relating to the said agreement/ the said purchase order and
we shall not be relieved from our liability by reason of any such variation or
extension being granted to the said contractor(s)/ the said supplier(s) or for
any forbearance, act or omission on the part of BSPTCL or any indulgence
by BSPTCL to the said contractor(s)/ the said supplier(s) or by any such
matter or thing whatsoever which under the law relating to sureties would
but for this provision have effect of so relieving us.

6. We, .............................................. (Name of the Bank) Bank lastly


undertake not to revoke this guarantee during its currency except with the
previous consent of BSPTCL in writing.

Date The _____________________ day of


_______________________20_________
For _____________________________Bank.

PROFROMA OF LETTER OF UNDERTAKINGS

(To be submitted by the Bidder alongwith his Bid)

P-III

(To be executed on no-judicial paper of requisite value)

Ref. .................................. Date ...........................


58

To

Chief Engineer (Transmission)

Bihar State Power Transmission Co. ltd.

Vidyut Bhavan, J.L. Nehru Marg.

Patna- 800021,

Dear Sir,

I/We have read and examined the following bid documents relating to the …………………… (Full scope of work)
a) Notice Inviting Tender.
b) Conditions of Contract
c) All the terms and conditions stipulated in the tender documents.
d) Technical Specification.
I/We hereby submit our Bid and undertake to keep our Bid Valid for a period of six (8) months from the date of bid i.e. upto
……………….. I/We hereby further undertake that during said period I/We shall not vary/alter or revoke my/our
Bid.
This undertaking is in consideration of BSPTCL. agreeing to open my Bid and consider and evaluate the same for the purpose
of award of work in terms of provision of tender specifications.
Should this Bid be accepted, I/We also agree to abide by and fulfill all the terms conditions of provision of the above
mentioned bid documents.
Signature alongwith Seal of Co.……………………………………………..

(Duly authorised to sign the Tender on behalf of the Contractor)

Name ………………………………………

Designation ………………………………...

Name of Co. ……………………………...

(in Block Letters.)

WITNESS

Signature …………………….. Date & Postal Address

Date …………………………. …………………………………………….

Name & Address ……………. …………………………………………….

………………………………. Telegraphic Address

……………………………. ………………………………………………

………………………………………………

Telephone No……………………………….

Telex No. …………………………………...

On Non-Judicial Stamp Paper of Rs.200/- Only.

For "ADVANCE PAYMENT BG"

P-IV

FORM OF GUARANTEE BOND


59

(TO BE USED BY APPROVED SCHEDULED BANK)


THIS DEED OF GUARANTEE IS MADE THIS ...............................................................
day of ...................................20........,
Between.....................................................................
(Name of the Bank and its constitution with
..........................................................................................................................................
......
detailed address including its head office)
(hereinafter called "the bank" which expression shall, where the context so admits
includes its successor and permitted assign) of the one part and BIHAR STATE
POWER TRANSMISSION CO. LTD. (BSPTCL) ,a successor company of erstwhile
BIHAR STATE POWER TRANSMISSION COMPANY LTD, PATNAconstituted
under The Bihar State Electricity Reforms Transfer Scheme 2012, vide notification no.
17 dated 30.10.2012 of the Department of Energy , Govt. of Bihar (herein after referred
to as "BSPTCL") having its head office at Bailey Road, Patna (hereinafter called "the
Purchaser / owner" which expression shall, where the context so admits include its
successor and permitted assign) of the other part,

1. WHEREAS, .....................................................(name of the contractor or supplier


if a Co.) being a company registered under the Indian Companies Act having its
registered office at ..............................................................................................(name
of the contractor or supplier if a partnership firm) bearing registration no ..................
of the year ............ with the registrar of firms at ................... and having its registered
office
at ......................................................................................................................................
..................................(name of the contractor or supplier if individual) father's
name ................... resident of ..........................................................
P.S. ........................District..................... and having its principal place of business
at ............................... (Hereinafter called " The said contractor(s)/ the said supplier")
entered into an Agreement No. .......................... dated ................... with the purchaser
for .................................. (Hereinafter called "The said agreement") has been placed
an Order No. ......................... dated ....................... for the supply
of .............................. to the purchaser (hereinafter called "The said Purchase Order").

1. WHEREAS in accordance with clause number ............................. of the said


agreement/ the said purchase order, the purchaser has agreed to make a
60

payment/ advance payment to the said contractor(s)/ the said supplier(s) of


Rs. .............................. being equivalent to ................................. percent of the
value of contract under the said agreement/ the said purchase order and
bearing interest at ............................ percent per annum, on presentation by
the said contractor(s)/ the said supplier(s) of the bank guarantee duly approved
by the BSPTCL for the said amount.
AND WHEREAS in accordance with clause number ........................... of the said
agreement/ the said purchase order, the Bank has at the request of the said
contractor(s)/ the said supplier(s) agreed to give their guarantee and the purchaser
has agreed to accept the said bank guarantee for the aforesaid sum.
NOW THESE PRESENT WITNESSETH AS FOLLOWS:
In consideration of the purchaser having agreed to make an advance payment to
the said contractor(s)/ the said supplier(s) of Rs. .................................... as per terms
and conditions mentioned in the said agreement/ the said purchase order on production
of a bank guarantee for Rs. ....................................
(Rupees ...............................................only)
We, .......................................................................(name of the Bank) do hereby
undertake to pay to the purchaser an amount not exceeding Rs. ..................................
against any loss or damage on non-payment caused to or suffered or would be caused
to or suffered by the purchaser by reason of any breach by the said contractor(s)/ the
said supplier(s) of any of the terms and conditions contained in the said agreement/ the
said purchase order.

3. We, .............................................. (Name of the Bank) do hereby undertake to


pay the amounts due and payable under this guarantee without any demur, merely on a
demand from the purchaser stating that amount claimed is due by way of loss or
damage caused to or would be caused to or suffered by the purchaser by reason of any
breach of the said contractor(s)/ the said supplier(s) of any of the terms and conditions
contained in the said agreement/ the said purchase order or by reason of the said
contractor/ the said supplier(s) failure to perform the said agreement/ the said purchase
order. Any such demand on the Bank shall be conclusive as regard the amount due and
payable by the Bank under this guarantee. However, our liability under this guarantee
shall be restricted to an amount not exceeding Rs. ........................................
4. We, .............................................. (Name of the Bank) further agree that the
guarantee herein contained remain in full force and effect during the period that would
be taken for the performance of the said agreement/ the said purchase order and that it
shall continue to be enforceable till all the dues of the purchaser under or by virtue of
the said agreement/ the said purchase order has been fully paid and its claims satisfied
or discharged or till the purchaser certifies that the terms and conditions of the said
agreement/ the said purchase order fully and properly carried out by the said
contractor(s)/ the said supplier(s) and accordingly discharges the guarantee. Unless a
demand or claim under this guarantee is made on us in writing on or
61

before ................................ , We shall be discharged from all liability under this


guarantee thereafter.

5. We, .............................................. (Name of the Bank) further agree with the


purchaser that the purchaser shall have the fullest liberty without our consent and
without affecting in any manner our obligations hereunder to vary any of the terms and
conditions of the said agreement/ the said purchase order or to extend time of
performance by the said contractor(s)/ the said supplier(s) from time to time or to
postpone for any time or from time to time any of the powers exercisable by the
purchaser against the said contractor(s)/ the said supplier(s) and to forbear or enforce
any of the terms and conditions relating to the said agreement/ the said purchase order
and we shall not be relieved from our liability by reason of any such variation or
extension being granted to the said contractor(s)/ the said supplier(s) or for any
forbearance, act or omission on the part of the purchaser or any indulgence by the
purchaser to the said contractor(s)/ the said supplier(s) or by any such matter or thing
whatsoever which under the law relating to sureties would but for this provision have
effect of so relieving us.

6. We, .............................................. (Name of the Bank) Bank lastly undertake not


to revoke this guarantee during its currency except with the previous consent of the
purchaser in writing.

Date The _____________________ day of _______________________20_________


For _____________________________Bank.

PROFROMA OF INDEMNITY BOND TO BE EXECUTED BY THE CONTRACTOR FOR THE EQUIPMENT HANDED
OVER BY BIHAR STATE POWER TRANSMISSION CO. LTD. TO THE CONTRACTOR FOR PERFORMANCE OF ITS
CONTRACT

P-V

(Entire Equipment consignment in one lot)


62

(On non-judicial stamp paper of appropriate value)

INDEMNITY BOND

THIS INDEMNITY BOND is made this ………………. day of ………20 …… by ………………………. a Company registered
under the Companies Act, 1956/ Partnership firm/proprietary concern having its Registered Office at
…………………… (hereinafter called as 'Contractor' or "Obligor" which expression shall include its successors and
permitted assigns) in favour of Bihar State Power Transmission Co. Ltd , a successor company of erstwhile
Bihar State Power Transmission Company Ltd, Patnaconstituted underBihar State Power Transmission Co. Ltd.,
constituted under The Bihar State Electricity Reforms Transfer Scheme 2012, vide notification no. 17 dated
30.10.2012 of the Department of Energy , Govt. of Bihar (herein after referred to as "BSPTCL") referred to as
"BSPTCL") having its Office at its project at ………………….. (hereinafter called " BSPTCL " which expression shall
include its successors and assigns):

WHEREAS BSPTCL has awarded to the Contractor a Contract for ……………… vide its Letter of Intent /Letter of
Award/Contract No. …………………. dated …………………… and its Amendment No. …………….. and Amendment No.
……………… (Applicable when amendments have been issued) (hereinafter called the Contract") in terms of
which BSPTCL is required to hand over various Equipment to the Contractor for execution of the Contract.

And WHEREAS by virtue of clause No. ………………. of the said Contract, the Contractor is required to execute
and Indemnity Bond in favour of BSPTCL for the Equipment handed over to it by BSPTCL for the purpose of
performance of the Contract/Erection portion of the contract (hereinafter called the "Equipment").

NOW THERFORE, This Indemnity Bond witnesseth as follow :

1. That in consideration of various Equipment as mentioned in the Contract, valued at Rs.


…………………. (Rupees …………………) handed over to the Contractor for the purpose of performance
of the Contract, the Contractor hereby undertakes to indemnify and shall keep BSPTCL
ingemnified for the full value of equipment. the Contractor hereby acknowledges receipt of the
Equipment as per dispatch title documents handed over to the Contractor duly endorsed in their
favour and detailed in the Schedule appended hereto. It is expressly understood by the
Contractor that handing over of the despatch title documents in respect of the said Equipments
duly endorsed by BSPTCL in favour of the Contractor shall be construed as handing over of the
Equipment purported to be covered by such title documents and the Contractor shall hold such
Equipment in trust as a Trustee for and on behalf of BSPTCL.
2. That the Contractor is obliged and shall remain absolutely responsible for the safe
transit/protection and custody of the Equipment at BSPTCL project site against all risks
whatsoever till the Equipment are duly used/erected in accordance with the terms of the
Contract and the Plant/Package duly erected and commissioned in accordance with the terms of
the Contract, is taken over BSPTCL. The Contractor undertakes to keep BSPTCL harmless against
any loss or damage that may be caused to the Equipment.
3. The Contractor undertakes that the Equipment shall be used exclusively for the performance/
execution of the Contract strictly in accordance with its terms and conditions and no part of the
equipment shall be utilized for any other work or purpose whatsoever. It is clearly understood by
the Contractor the non-observance of the obligations under this Indemnity Bond by the
Contractor shall inter-alia constitute a criminal breach of trust on the part of the Contractor for all
intents and purpose including legal/penal consequences.
4. That BSPTCL is and shall remain the exclusive Owner of the Equipment free from all
encumbrances, charges or liens of any kind, whatsoever. The equipments shall at all times be
open to inspection and checking by Engineer-in-Charge/Engineer or other employees/agents
authorized by him in this regard. Further BSPTCL shall always be free at all times to take
possession of the Equipments in whatever form the Equipments may be, if in its opinion, the
Equipment are likely to be endangered, misutilised or converted to uses other than those
specified in the Contract, by any acts of omission or commission on the part of the Contractor or
63

any other persons or on account of any reason whatsoever and the Contractor binds himself and
undertakes to comply with the directions of demand of BSPTCL to return the equipment without
any demur or reservation.
5. That this indemnity Bond is irrevocable. If at any time any loss or damage occurs to the
Equipment or the same or any part thereof is mis-utilised in any manner whatsoever, then the
Contractor hereby agrees that the decision of the Engineer-in Charge/ Engineer of the BSPTCL as
to assessment of loss or damage to the Equipment shall be final and binding on the Contractor.
The Contractor binds itself and undertakes to replace the lost and/or damaged equipment at its
own cost and/or shall pay the amount of loss of the BSPTCL without any demur, reservation or
protest. This is without prejudice to any other right or remedy that may be available to BSPTCL
against the Contractor under the contract and under this Indemnity Bond.
6. NOW THE CONDITION of this Bond is that if the Contractor shall duly and punctually comply with
the terms and conditions of this Bond to the satisfaction of BSPTCL, then, the above Bond shall be
void, but otherwise, it shall remain in full force and virtue.
IN WITNESS WHEREOF, the Contractor has hereunto set its hand through its authorized representative under
the common seal of the Company, the day, month and year first above mentioned.

SCHEDULE

Particulars of Quantity Particulars of Value of the Signature of


the Equipment Despatch Equipments Attorney in
handed over Documents token of
receipt.
_________

For and on behalf of

M/s …………………………………………

WITNESS

1. 1. Signature ..............................Signature .........................................

2. Name .............................. Name .........................................

3. Address .............................. Designation........................................

Authorised representative

2. 1. Signature

2. Name .............................. (Common Seal)

(In case of Company)

3. Address ..............................
64

_________________________________________________________________

*Indemnity Bond are to be executed by the authorized person and (i) in case of contracting Company under
common seal of the company or (ii) having the power of attorney issued under common seal of the company
with authority to execute Indemnity Bonds, (iii) In case of (ii), the original Power of Attorney if it is specifically
for this Contract or a Photostat copy of the Power of attorney if it is General Power of Attorney and such
documents should be attached with the Indemnity Bond.
65

PROFORMA FOR POWER OF ATTORNEY IN RESPECT OF TENDERER SIGNATURE

P-VI

(To be stamped in accordance with the Stamp Act)

(To be executed on non-judicial stamp of requisite value)

KNOW ALL MEN BY THESE PRESENTS, THAT WE, …………….. (Name of Company) ……………………… hereby
appoint and authorize.

…………………………………...

……………………………………

……………………………………

as our true and lawful attorney or attorneys, for us and in our name, Place and stead, to do the following acts
and things, jointly and each of them severally, in respect of the Tender for ------------------------ invited by Bihar
State Power Transmission Co. Ltd., Patna vide Specification No.

(1) To sign, execute and deliver the tender documents and other documents related thereto,
(2) To negotiate and determine the terms and conditions of the contract, and
(3) To sign, execute and deliver the contract and related documents.
This power of Attorney shall remain in full force and effect for the above stated project.

IN WITNESS WHEREOF, we have caused the signature of our Representative …………………………………………….. to


be affixed hereunto on this ……………… (Date)…………………..

WITNESS

……………………………….. ………………………………..

(Signature) (Signature)

……………………………….. ………………………………..

(Name) (Name)

……………………………….. ………………………………..

(Official Address) (Designation with Official Stamp)

………………………………….

(Address)
66

P-VII

PROFORMA FOR POWER OF ATTORNEY IN RESPECT OF JOINT VENTURES

(On Non-Judicial Stamp paper of appropriate value)

TO WHOM SOEVER IT MAY CONCERN

---------------------------------

N.I.T. No. ----------------------

With reference to the captioned tender invited by Bihar State Power Transmission Co. Ltd (hereinafter
referred to as the Employer), we, …………(Name of company)……………………….. a company incorporated under
the law of …………….., having its principal business office at ……………………………. , are participating in the
captioned tender as a joint venture partner and hereby authorize:

………………………………………………………………………………………

………………………………………………………………………………………

…………………………………………………………………………………………

as the lead partner to prepare and submit tender, replay to any questions on the submitted tender, negotiate
and conclude the Contract with the Employer and to act and work as our representative and on our behalf in
the execution of the Contract.

We hereby confirm that we agree to extend the guarantee to the Employer for the turnkey execution of the
above stated tender.

This POWER OF ATTORNEY is effective from ………… (Date)………… and remains in full force and effect for the
above stated project.

WITNESS

……………………………….. ……..………………………………..

(Signature) (Signature of authorized

representative of main bidder)

……………………………….. ………………………………..

(Name and Address) (Name)

……………………………….

(Common seal of the Company)


67

P-VIII

PROFORMA FOR QUALIFICATION

1. We have noted that to be qualified for award, tenderers shall provide evidence satisfactory to
Bihar State Power Transmission Co. Ltd of their capability and adequacy of resources to carry out
the contract effectively. The following information/ documents are furnished/submitted
alongwith our bid :
a) Copies of original documents defining the constitution of legal status, place of registration
and principal place of business; written power of attorney of the signatory of the bid to
commit the bidder.
b) The audited balance sheets for the last five years.
2. Other details in support of Qualifying Requirement have been filled in formats given at the
subsequent pages of this Schedule. All individual firms and each Partner of a Joint Venture
bidding for the package are requested to complete the information in the form. The requisite
information to be provided for all firms (individual sole bidders as well as partner of Joint Venture
bidder).
a) Joint Venture Summary: If bidder is a joint Venture of two or more Partners.
Name of all Partners of joint Venture

1. Partner

2. Partner

3. Partner

The Joint Venture Agreement as per specified format is enclosed at ________________


_____________________M/s ________________________is nominated as lead Partner and Power of
Attorney authorising M/s ________________as lead Partner, signed by legally authorised signatories of
all Partners is enclosed at _____________________.
68

INSURANCE PROFORMA
P-IX

The Chief Manager (Movement)


Bihar State Power Holding Company Limited,
Bailey Road, Patna.

Dear Sir,
As per terms of the following Purchase Order we have to advise you to please arrange insurance of
the following consignment under BSPTCL's Open Marine Policy.

1. Purchase Order No. ................................ dated...................................


2. Full description of goods ..........................................................................................
3. Invoice value (rounded to nearest rupees)
.......................................................................( in words) Rupees

.....................................................................................................

4. Name and Address of consignee


.....................................................................................................

.....................................................................................................

5. Name and Address for consignor


.....................................................................................................

.....................................................................................................

6. Mode of transit .......... ................................................................ Sea / Rail/ Truck.


7. O/C Note / R.R. No. ...................................................dated ..................................
8. From Station .............................................. to Station ...........................................
9. Description of packing ............................................................................................
10. Endorsement on R/R by Railway or other carrier regarding condition of packing at the time of
despatch ..........................................................................................
Place ....................................... Yours faithfully,

Date ........................................ Signature

Full Address of Supplier.

1. Copy to consignee with R/R or T.R.


2. Copy to Accounts officer with the Bill.
69

P-X

4. (B) (ii). Our Annual Turnover for the last five years are as follows :

Sl. No. Financial Year Annual Turnover for Annual Turnover for
(Specify) Sub Stn. (in Rs. ) Trans. line (in Rs.
Crores Crores)

1. 2015-16

2. 2014-15

3. 2013-14

4. 2013-12

5. 2012-11

Average Annual Turnover for best three years out of last five financial years is :

Rs. ________________________ Crores.

5. We hereby confirm that the liquid assets (current assets minimum inventories) And/or evidence of
excess to or availability of credit facilities of our company, i.e.

___________________as on _______________(date) in Rs. ________ Crores


70

P-XI

6.00 In accordance with the tender documents, Certificate(s) from Banker issued on
____________ (date) as per requisite format, various fund based/non-fund based limits
sanctioned to the Bidder or each member of the Joint Venture and the extent of utilisation as
on date is/are enclosed at _________________________.

7.00 The monthly cash flow projection for execution of the Contract is as follows :

Month Anticipated Cash Source


Sl. No. Flow

8.00 Details of Bidder's Banks :

Name of Banker

Address of Banker

Telephone Contract Name and Title

Fax

9.00 Details of Litigation History

Year Award for or against Name of Client, cause of Disputed amont


Applicant litigation and matter in (current value in
dispute Indian Rupees)

10.0 Certify that the above informations


furnished by me are true and correct

to the best of my knowledge.

Signature

Place : Name

Date : Status

Whether authorised attorney of the tendering


company.

Name of the tendering company


71

P-XII

NAME OF CONTRACT :

NAME OF PACKAGE :

No. :

N.I.T.

To,

THE CHIEF ENGINEER, (TRANSMISSION)

(BIHAR STATE POWER TRANSMISSION CO. LTD.)

VIDYUT BHAWAN, J.L. NEHRU MARG,

PATNA- 800021

1. Having examined the Tender Documents including the Instructions to Tenderers, Conditions of
Contract, Specification, Employer's Tender Drawings, Technical Schedules and Schedules of Prices
for the execution of the above-named contract, we, the undersigned, hereby offer to execute,
complete and remedy defects in the whole of the works in conformity with the said documents.
2. We undertake, if our Tender is accepted, to complete and deliver the whole of the Works
comprised in the Contract within the time or times stated in the Contract, subject to the said
Conditions.
3. We agree to abide by this Tender- Technical Bid, together with the Tender- Price Bid, for the
period of 180 days from the date fixed for receiving the Technical Bid same and it shall remain
binding upon us and may be accepted at any time before the expiration of that period.
4. This Tender is submitted under our covering letter reference ……………….. dated ……………………..
and the completed tender documents and other information, required by the Instruction to
Tenderers, which are enclosed therewith all of which shall be read and construed as forming a
part hereof.
5. This Tender, together with your written acceptance thereof, shall constitute a binding Contract
between us. valid from the date of your written letter of Acceptance.
6. We understand that you are not bound to accept the lowest or any Tender you may receive.
Dated this ………………………day of ……………………..2013.

Signature …………………in the capacity of ……………………

duly authorized to sign tenders for and on behalf of …………….

Witness

Address ………………………………………………………………………………

……………………………………………………………………………
………………………………………………………………………………
Occupation…………………………………………………………………
72

.
73

P-XIII

NAME OF CONTRACT :

NAME OF PACKAGE :

N.I.T. No.

To,

THE CHIEF ENGINEER, (TRANSMISSION)

(BIHAR STATE POWER TRANSMISSION CO. LTD.)

VIDYUT BHAWAN, J.L. NEHRU MARG,

PATNA- 800021

1. Having examined the Tender Documents including the Instructions to Tenderes, Conditions of
Contract, Specification, Employer's Tender Drawings, Technical Schedules and Schedules of Prices for
the execution of the above-named contract, we, the undersigned, hereby offer to execute, complete
and remedy defects in the whole of the works in conformity with the said documents for the sum
specified hereunder for the complete package.
Fixed Price for the Eligible Goods and Services: …..No…. (…..words….)

Maximum Price for the local taxes and duties: …...No…. (..…words…)

Total Contract Price …..No….(…. words…)

2. We undertake, if our Tender is accepted, to complete and deliver the whole of the Works comprised
in the Contract within the time or times stated in the Contract, subject to the said Conditions.
3. We agree to abide by this Tender- Technical Bid, together with the Tender- Price Bid, for the period of
240 days from the date fixed for receiving the Technical Bid same and it shall remain binding upon us
and may be accepted at any time before the expiration of that period.
4. This Tender is submitted under our covering letter reference ……………….. dated …………………….. and
the completed tender documents and other information, required by the Instruction to Tenderers,
which are enclosed therewith all of which shall be read and construed as forming a part hereof.
5. This Tender, together with your written acceptance thereof, shall constitute a binding Contract
between us. valid from the date of your written letter of Acceptance.
6. We understand that you are not bound to accept the lowest or any Tender you may receive.
Dated this ………………………day of ……………………..2013.

Signature …………………in the capacity of ……………………

duly authorized to sign tenders for and on behalf of …………….

Witness

Address ………………………………………………………………………………

……………………………………………………………………………
………………………………………………………………………………
Occupation…………………………………………………………………
74

P-XIV

PROFORMA OF EXTENSION OF BANK GUARANTEE

Ref. ……………………………… Date …………………..

CHIEF ENGINEER (TRANSMISSION)

(BIHAR STATE POWER TRANSMISSION CO. LTD.)

VIDYUT BHAVAN, J.L. NEHRU MARG,

PATNA- 800021

Dear Sirs,

Sub : Extension of Bank Guarantee No………………..for Rs…………… favouring yourselves expiring on


……………………. on account of M/s……………………………. in respect of Contract No……………. dated ………………
(hereinafter called original Bank Guarantee).

At the request of M/s ………………………….., We ………………………. Bank, branch office at …………………….. and
having its Head Office at ………………. do hereby extend our liablility under the above mentioned Guarantee No.
……………………………… Dated ………………….. for a further period of ………………Years/Months from ……………….to
expire on ……….. Except as provided above, all other terms and conditions of the original Bank Guarantee No
………………………dated …………………… shall remain unaltered and binding.

Please treat this as an integral part of the original Bank Guarantee to which it would be attached.

Yours Faithfully,

For ………………………………

Manager/Agent/ Accountant

Power of Attorney No ……………

Dated ………………………………

SEAL OF BANK

NOTE : The non-judicial stamp paper of appropriate value shall be purchased in the name of the bank who
has issued the Bank Guarantee.
75

P-XV

FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT FACILITIES.

__________________________________________________________

This is to certify that M/s …………………………………………………… (Full name & address)


…………………………………. who are submitting their bid to (BIHAR STATE POWER TRANSMISSION CO. LTD.
against tender specification vide Ref . No ……………… and date……………… is our customer for the past
……………………years.

Their financial transaction with our Bank has been satisfactory. They enjoy the following fund based
and non fund based limits including for guarantees, Letter of credit and other credit facilities with us against
which the extend of utilization as on date is also indicated below :

Sl. No. Type of facility Sanctioned limit on date Utilisation as on


date.

The letter is issued at the request of M/s …………………………………

…………………………………………………………………………………….

Signature

Name of Bank ……………………………

Name of Authorised Signatory …………..

Designation ………………………………

Phone No…………………………………

Address ………………………………….
76

P-XVI

FORMAT FOR DETAIL ABOUT BOUGHT OUT ITEMS

__________________________________________________________

We hereby furnish the details of the items/equipments, which we proposed to buy for the purpose of supply
for the project with construction.

Sl. No. Item Description Source of supply

Signature

Place : Name

Date : Status

Whether authorised attorney of the tendering


company.

Name of the tendering company


77

PERFORMA OF BANK GUARANTEE

FOR EARNEST MONEY.

P-XVII

(To be submitted by the Bidder alongwith his Bid)

(To be stamped in accordance with stamp Act.)

The non-Judicial stamp paper should be in the name of issuing bank.

Ref:…………………………………… Bank Guarantee No…………………

Date.

To,

Sr. Manager, F&A

Bihar State Power Transmission Co. Ltd.

Vidyut Bhawan, J.L. Nehru Marg.

Patna - 800 021.

Dear Sir,

In accordance with invitation to Bid under your Specification against N.I.T. No………………………………
M/s…………………………………. having its Registered/Head Office at ………………….. (Hereinafter called the 'Bidder') wish to
participate in the said Bid or………………… and you, as a special favour have agreed to accept an irrevocable and unconditional bank
guarantee for an amount of …………… Valid up to……………… on behalf of Bidder in lieu of the Earnest Money required to be
made by the bidder, as a condition precedent for participation in the said Bid.

We, the …………………….. Bank at ………….. having our Head Office at ………….. (local address) guarantee and undertake to pay
immediately on demand by BIHAR STATE POWER TRANSMISSION CO. LTD. the amount of
………………………………………………………………………………………………………………………………………………
……………………………………………… (in words and figures) without any reservation, protest, demur and recourse. Any such
demand made by said 'Owner' should be conclusive and binding on us irrespective of any dispute or difference raised by the Bidder.

This Guarantee shall be irrevocable and shall remain valid up to and including ………………………… @ ……………………………
If any further extension of this guarantee is required, the same shall be extended to such required period (not exceeding one year) on
receiving instructions from M/s …………………………………………… on whose behalf this guarantee is issued.

In witness where of the Bank, through its authorized officer, has set it's hand and stamp on this ………………….. day of
……………….. 20 …………… at.

WITNESS

(Signature) (Signature)

(Name) (Name)

(Official Address (Designation with Bank Stamp)

Attorney as per power of

Attorney No.

Date.

@ This date shall be sixty (60) days after the last date.
78
79

You might also like