at pimpri, pune...pune-411037 tender document for supply and installation of lt panel & shifting...

60
STATE BANK OF INDIA PREMISES SECTION, ZONAL OFFICE, ZONE-I, SHARADA CHAMBER, 386/2, SHANKARSHET ROAD, PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18/ 82 DATED:18.05.2017

Upload: others

Post on 10-Jul-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

STATE BANK OF INDIA

PREMISES SECTION, ZONAL OFFICE,

ZONE-I, SHARADA CHAMBER, 386/2, SHANKARSHET ROAD,

PUNE-411037

TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF

LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION

AT

PIMPRI, PUNE

1

TENDER NO. : DGM(B & O ) / PREM/ 2017-18/ 82 DATED:18.05.2017

Page 2: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

TENDER NOTICE

1 Name of the work and place SUPPLY AND INSATALLATION OF LT PANEL &

SHIFTING OF 22KV/0.433KV SUBSTATION AT

PIMPRI, PUNE

2 Name of the Architect with contact details

NA

3 Estimated cost Rs. 35,00,000/-

4 Date of uploading Tender Documents on Bank’s website

From: 22.05.2017 To: 07.06..2107

5 Tender book cost NA

6 EMD details Rs 35,000/-

7 SECURITY DEPOSIT CUM PERFORMANCE BANK GUARANTEE

Security Deposit cum Performance Bank Guarantee of 10% of the total contract value.

8 Warranty / Defect Liability Period

One year from the date of virtual completion.

9 Liquidated Damages 0.5% (half percent) per week of delay or part there of the contract value subject to ceiling of 5% of the accepted contract sum.

10 Down load of tender documents

From: 22.05.2017 To: 07.06..2107

11 Eligibility for submission of tender

The electrical contractors who are meeting the pre qualification criteria mentioned else where in the tender document.

Last date of Technical bid submission

07.06.2017

12 Date and time of tender opening

07.06.2017 @ 15.00hrs in the chambers of Chief Manager (GB) ,State BanK of India , Zonal Office, Sharada Chambers, 3rd floor,Shankarshet

2

Page 3: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

Road,Pune.

13 Period of Honoring

Certificate

Advance against materials will not be paid. 70 % of the Running bills (Actual execution) will be paid. RA bills shall be minimum of Rs 15.0 lakhs. The balance payment shall be made after completion of the works and commissioning of the unit, including provision of all test reports, submission of ‘As built’ drawings, operation manuals etc.

Retention Amount of 8%, exclusive of EMD ( maximum 5% of tender value) shall be deducted from all RA Bills.

14 Period of completion 2 months from the date of issue of purchase order

15 Period of final Measurement One month from the date of virtual completion.

16 Execution of Agreement 15 days from the date of issue of purchase order.

17 Commencement of work as per Agreement

18 Agency for arranging online

bidding ( e-reverse auction)

e- procurement technologies Limited, Ahmedabad

Nilay Thakkar

[email protected]

Ph.no 079-40230808/807/803

19 Date of e-Reverse auction on

web site -

https://sbi.abcprocure.com ( for

technically qualified bidders

only and only to the bidders

who have participated in the

RFQ(Request For

Quotation) / indicative price

bid )

Will be intimated by the service provider

M/s e- procurement technologies Limited.

20 Contact details for clarification

Chief Manager (Electrical)-9923206097

3

Page 4: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

INSTRUCTIONS FOR BIDDERS

Sealed tenders are invited from the licensed electrical contractors for HT work who full fill the qualifying criteria mentioned else where in the tender document for supply and installation of LT panel & shifting of 22KV/0.433Kv substation and at Pimpri, Pune.

1.1 Bidders are advised to physically study the condition of the work and general conditions and also acquaint themselves with nature of location at site before tendering. Any further information may be had from the office, but no consideration on this account shall be allowed after tender opening. No claim on the ground of want of extra charges subsequent on any ground on any misunderstanding or otherwise will be allowed.

1.2 This is Two part bid

a) Part -1 (Technical Bid) -shall consists of Notice Inviting Tender, EMD, Instructions for tenderers, Form of tender, Articles of agreement, General Conditions of Contract,Special conditions of Contract, Proforma of Various applications, General Specification, technical specification and unfilled price bid.

Technical Bid should be submitted as per following instructions only:

1. EMD for Rs 35,000.002. “Process compliance statement”(Annexure-I) printed on bidder’s letter head with duly

signed by appropriate authority.

3. “Pre-qualification Details” (Annexure-II) and self-attested supporting documents against pre-qualification criteria (Annexure-II) (i.e. Executed Purchase Order copies, Bank Solvency Certificate, turnover certificate, etc).

4. Catalogue if annnexure-III).

5. Blank -priced Bid (Annexure-IV).

6. Vendor data Updation form along with supporting document like VAT/CST/Excise Duty registration certificate, PAN Card, etc

1.3 Part-2 (E-Tendering reverse auction): A reverse Auction event will be carried out by our service provider. M/s. E-Procurement Technologies Pvt Ltd, Ahmedabad among the vendor's whose technical bids are accepted for providing opportunities to the bidders to bid dynamically. The modalities of the events are enclosed in the NIT. In case this clause is not agreed, the offer shall not be considered

1.2 EMD: Bidder has to submit EMD in the form of demand draft in favour of STATE BANK OF INDIA, for Rs. 35,000/- (Rupees Fifty Five thousand only). The demand draft should be payable at Sate Bank of India ,Pune. TECHNICAL BID SUBMITTED WITHOUT EMD WILL BE REJECTED.

1.3 The bidders should have a valid digital signature certificate (Class-II or Class-III) issued any of the valid Certifying Authorities to participate in the online tender.

4

Page 5: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

The last date for receipt of technical bid is 07.06.2017by 02.30 p.m. and the technical bid shall be opened on same day at 03.00 p.m. 1.4 A pre-bid meeting will be held at the site on 29.05.2017 at 03.30PM. With the representative of the firms who are related to participate in the tender for clarification and discussing issues related to the work. It is preferable that prospective tenders submit their pre-bid queries in writing to the officer (mob 9923206097 ,[email protected]).

1.5 Bid Validity: The bid should be valid for a period of 120 days from the date of opening of the tender.

1.6 Taxes & Duties: The final amount (Rate quoted) shall include excise, service tax, sales tax, all duties, transport, transit, insurance, loading, unloading, testing charges and any other taxes of the offer for each rating shall be worked out and to be quoted. Octroi shall be extra and will be paid on production of the original challan. Please note that TDS and other taxes as applicable will be deducted from your bills.

1.7 Liquidated Damages (LD): LD shall be applicable for delayed supplies and Installation & commissioning @ ½ % of total value of PO per week or part thereof subject to maximum of 5 % of total order value.

1.8 In case clarifications are required on invitation to bid the BIDDERS shall approach STATE BANK OF INDIA in writing well before the opening of the technical part of the bid, and STATE BANK OF INDIA will provide the information required in writing. However, failure to receive any addendum or clarification shall not relieve the BIDDERS of any of the obligations stipulated in the invitation to bid.

The invitation to bid with Annexure and all attachments will be considered to have been read, understood and accepted by the bidders unless otherwise specifically stated by them in writing well before the scheduled opening of the technical part of the bid.

1.9 The terms and conditions as embodied in the CONTRACT shall be final and any other terms mentioned in the supplier’s bid but not included in the CONTRACT shall be deemed as rejected by STATE BANK OF INDIA.

1.10 If for any reason whatsoever any BIDDERS withdraws his bid at any time prior to expiry of the validity period or after issue of the Letter of Intent, Purchase Order, fails or refuses to execute the order or to furnish the Security Deposit for faithful performance of the CONTRACT within the stipulated time the amount of Earnest Money is liable to be forfeited.

1.11 Earnest Money Deposit will not carry any interest. Earnest Money Deposited by the unsuccessful bidders will be refunded as soon as possible. Earnest Money Deposit of successful BIDDERS will be refunded after the successful BIDDERS furnishes the Security Deposit.

1.12 The Security Deposit for proper & timely fulfillment of the CONTRACT has to be paid by every successful BIDDER. No exemption will be made. The scale of security deposit to be furnished shall be 10% of the order value and must be submitted within

5

Page 6: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

15 days of receipt of order.

1.13 Compensation for submission of bid.Bidders shall not be entitled to claim any costs, charges, expensed or incidentals for or in connection with the preparation and submission of their bids even though Rashtriya Chemicals & Fertilizers may elect to withdraw the invitation to bid or reject all bids.

1.14 Before submitting the bids, the bidders should satisfy themselves of all existing conditions, limitations and official regulation at the site of the work and en-route and the laws governing the CONTRACT. No claim whatsoever shall be entertained on the grounds of ignorance of site conditions and/or conditions prevailing in the surrounding areas.

1.15 Before submitting the bids, the bidders should satisfy themselves of all existing conditions, limitations and official regulation at the site of the work and en-route and the laws governing the CONTRACT. No claim whatsoever shall be entertained on the grounds of ignorance of site conditions and/or conditions prevailing in the surrounding areas.

1.16 Standard & Measurements. Codes or standards equal or of higher quality than the codes or standards stipulated in the here a brand name with the phrase “or equal” have been specified in the Invitation to bid. BIDDERS may quote for alternative articles or materials, which have similar characteristics and provide equal performance and quality to that specified.

Metric system has been adopted in the preparation of all design, engineering, and drawing including piping and tubing schedules. The bidders also shall follow the metric system.

1.17 Right of Acceptance & Rejection of Bid.STATE BANK OF INDIA reserves the right to accept at their sole and unfettered discretion any bid for whole or part quantities or to reject any or all bids without assigning any reason thereof. No claim for compensation etc., whatsoever will be entertained by STATE BANK OF INDIA from unsuccessful bidders.

1.18 Right of cancellation of CONTRACT.

1.19 Upon receipt of said cancellation notice; the CONTRACTOR shall discontinue all work on the CONTRACT and matters concerned with it.

1.20 STATE BANK OF INDIA in that event will be entitled to get the job executed from any sources and recover the excess payment over the CONTRACTOR’S agreed price, if any, from the CONTRACTOR.

1.21 STATE BANK OF INDIA also reserves the right to cancel the CONTRACT due to Force Majuere sure conditions and the CONTRACTOR will have no claim of compensation whatsoever.

1.21.1 STATE BANK OF INDIA reserves the right to cancel this CONTRACT or any part thereof and shall be entitled to rescind the CONTRACT wholly or in part forthwith by a written notice to the CONTRACTOR if:

1.21.2 The CONTRACTOR does not adhere to any terms and conditions of the CONTRACT

6

Page 7: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

including General & Special, Terms & Conditions.

1.21.3 The CONTRACTOR fails to execute the job in time.

1.21.4 The quality of the supply/part supply received is poor or not in conformity with the requirement.

1.21.5 The CONTRACTOR attempts for any corrupt practices.

1.22 Termination of CONTRACT for Convenience.

For the balance work STATE BANK OF INDIA may opt:

a)- to have any portion completed at the CONTRACT terms and conditions.b)- to cancel the reminder and pay the CONTRACTOR an agreed amount for material brought

to site for execution of work

1.23 Correspondence.All correspondence in respect of this invitation to bid should be made in English quoting bid invitation reference number appearing on the front page. Correspondance should be addressed to:

Deputy General Manager (B & O ),State Bank of India,

Zonal Office -I,3rd Floor, Sharada Chambers,

Shankarshet Road, Pune-411037

1.24 STATE BANK OF INDIA may with hold payment to such extent as may be necessary to protect itself from loss on account of:

i. Defective work not remedied.ii. Failure of the CONTRACTOR to make payment properly or for materials or for labour.iii. Reasonable doubts that the CONTRACT cannot be completed with the balance

CONTRACT.iv. Damage to another CONTRACTOR or to STATE BANK OF INDIA property and

probable filing of claims.v. For other reasons mentioned else where in NIT.

1.25.1 STATE BANK OF INDIA may by written notice sent to the CONTRACTOR, terminate the CONTRACT, in whole or in part, at any time for their convenience. The Notice of termination shall specify that termination if for STATE BANK OF INDIA’s convenience, the extent to which performance of work under the CONTRACT is terminated and date upon which such termination becomes effective.

1.25.2 The work that is complete, at the time of receipt of notice of termination shall be taken over by STATE BANK OF INDIA at the CONTRACT terms and prices.

1.28 Advance payment. No advace payment will be given.

1.29 Period for the completion of the CONTRACT.Time is the essence of the CONTRACT. The CONTRACT should be completed as per

7

Page 8: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

the time schedule given in the CONTRACT. The time schedule includes but not limited to time for submission of drawings for approval,the drawing is delayed beyond 10 days from the date of receipt of STATE BANK OF INDIA Office, corresponding extension in time shall be allowed provided CONTRACTOR gives a notice in writing that the approval in drawing is delayed and requests for extension of delivery period correspondingly. The CONTRACTOR shall furnish detailed PERT Chart indicating various events and activities, in his bid. CONTRACTOR shall submit to STATE BANK OF INDIA their time schedule in respect of documentation, manufacture and supply of equipment, clearly indicating all main or key events such as material procurement, manufacturing activities, testing, documentation, delivery, transportation, erection, etc.

STATE BANK OF INDIA representative shall have the right to inspect the manufacturing activities at the CONTRACTOR’s premises with a view to evaluate the actual progress of work on the basis of CONTRACTOR’s time schedule given to STATE BANK OF INDIA.

Notwithstanding the above, in case of the progress in execution of the CONTRACT at various stages is not as per the time schedule or is not satisfactory in the opinion of the STATE BANK OF INDIA which shall be conclusive or if the CONTRACTOR neglects to execute the CONTRACT with due diligence and expedition or shall contravene the provision of the CONTRACT. STATE BANK OF INDIA may give notice of the same in writing to the CONTRACTOR calling upon him to make good the failure, neglect or contravention. Should the CONTRACTOR fail to comply with such notice within the period considered reasonable by STATE BANK OF INDIA and specified in such notice STATE BANK OF INDIA shall have the option and be at liberty to take the CONTRACT, wholly or in part, out of the CONTRACTOR and make alternative arrangements to obtain the requirements and completion of the CONTRACT at the CONTRACTOR’s risk and cost and recover from the CONTRACTOR all extra cost incurred and agreed liquidated damages by the STATE BANK OF INDIA on this account. In such an event STATE BANK OF INDIA shall not be responsible for any loss that the CONTRACTOR may incur and CONTRACTOR shall not be entitled to any gain. STATE BANK OF INDIA in addition shall have the right to forfeit Security/Performance Deposit in full or part.

1.30 Price Reduction for late deliveryIn the event that the CONTRACTOR fails to meet the time schedule agreed for submission of documents and / or supply of equipments or materials the CONTRACTOR shall pay the agreed damages. The agreed damages will be calculated on the total CONTRACT price including subsequent modifications if any, and price escalation, if contractual but exclusive of spare parts.i. In case of delay in supply of documents total price shall be reduced at the rate of 0.1% per week or part thereof subject to a maximum of 0.5% per document group.

ii. Liquidated Damages (LD) and not by way of penalty for delayed delivery (for supplies)/ delayed completion (for service/ composite contracts) shall be recovered from the vendor at the rate specified in the NIT. In case of supply contracts it shall be @ 0.5% per week or part thereof subject to a maximum of 5% of the basic contract value. For service or composite contracts it shall be @1% per week or part thereof subject to a maximum of 10% of the basic contract value. For consumables and raw materials LD may be applicable on undelivered portion or on total PO quantity.

One week’s grace period will be granted in the calculation of the delay. Date of delivery

8

Page 9: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

is the date of clean on board Bill of Lading or date of clear R/R and in case of direct delivery to our Stores the date of receipt at Stores.Notwithstanding the above in the event of protracted delay in delivery, STATE BANK OF INDIA shall reserve the right either to cancel the CONTRACT wholly or partially and make alternative arrangement at the risk and cost of the CONTRACTOR with a notice of seven days to the CONTRACTOR.

1.31 SUB CONTRACT.No sub contract shall be employed.

1.32 Disputes and ArbitrationIn the event of any question, dispute or difference arising under the CONTRACT, the same shall be referred to the sole arbitration of a person appointed to the Arbitrator by STATE BANK OF INDIA. There will be no objection that the arbitrator is in service of STATE BANK OF INDIA that he had to deal with the matters to which the CONTRACT relates or that in the course of his duties as an employee of the STATE BANK OF INDIA he had expressed views on all or any of the matter in dispute or difference. The arbitrator shall give a reasoned or speaking award. The award of arbitrator shall be final and binding on the parties to the CONTRACT. In the event of the Arbitrator dying, neglecting or refusing to act or resigning or being unable to act for any reason, it shall be lawful for the STATE BANK OF INDIA to appoint another Arbitrator in place of outgoing Arbitrator in the manner aforesaid. The venue of arbitration shall be Pune.

1.34 Transit Risk : Any lose / damage occurred in transit or otherwise is in Contractor's scope and responsibility

1.35 Jurisdiction of CourtThe CONTRACT shall be deemed to have been entered into at Mumbai , INDIA and all causes of action in relation to the CONTRACT will thus be deemed to have been arisen only within the jurisdiction of the Mumbai Courts.

1.33 SecrecyAny information derived or otherwise communicated to the CONTRACTOR in connection with the CONTRACT shall be regarded as secret and confidential and shall not without the written consent of the STATE BANK OF INDIA be published or disclosed to any third party or made used of by the CONTRACTOR except for the purpose of implementing the CONTRACT.

1.34 All bidders should submit the following documents along with the commercial part of the bid.CONTRACTOR should declare the name(s) of his or the firm’s partners/relatives if they are working in STATE BANK OF INDIA. If relative(s) of CONTRACTOR is/are working in STATE BANK OF INDIA, a certificate to this effect shall be furnished by the

1.35 Force MajeureNeither the CONTRACTOR nor the STATE BANK OF INDIA shall be considered in default in the performance of their contractual obligations under the order so long as such performance is prevented or delayed for reasons, such as Acts of God, severe earthquake, typhoon or cyclone (except monsoon) floods, lightning, landslide, fire or explosion, plague or epidemic, strikes, lockouts lasting more than 14 consecutive calendar days sabotage, blockages, war, riots, invasion, act of foreign enemies, hostilities, (whether war be declared or not), civil war, rebellion, revolution, insurrection,

9

Page 10: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

or military usurped power or confiscation or trade embargoes or destruction or requisition by order of any Government or any public authority.

CONTRACTOR shall notify STATE BANK OF INDIA about the occurrence of the force majeure events and provide STATE BANK OF INDIA with the details of the arising and ceasing of the impediment. At the end of the impediment CONTRACTOR shall provide justificatory documentation countersigned by the Local Chamber of Commerce. Should one or both the parties be prevented from fulfillment of the contractual obligations by a state of force majeure lasting continuously for a period of six weeks the two parties shall consult each other regarding the future implementation of the CONTRACT. The mere shortage of labour, materials or utilities shall not constitute force majeure unless caused by circumstances, which are themselves, force majeure.

CONTRACTOR shall endeavor to prevent, over come or remove the causes of force majeure.

No ground for exemption can be invoked if the CONTRACTOR failed to give timely notice by a Registered Letter and subsequently sup-ported by documentary evidence.

10

Page 11: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

ANNEXURE - I

Process Compliance Form

(Tenderers are required to print this on their company’s letter head and sign, stamp )

To,M/s STATE BANK OF INDIA

Attention :

Sub: Acceptance to the Process related Terms and Conditions for the e-Tendering

Dear Sir,

This has reference to the Terms & Conditions for e-Tendering mentioned in the tender No.: …

We hereby confirm the following –

1) The undersigned is authorized representative of the company.

2) We have carefully gone through the NIT, Tender Documents and the Rules governing the e-tendering as well as this document.

3) We will honor the Bid submitted by us during the e-tendering. 4) We give undertaking that if any mistake occurs while submitting the bid from our side,

we will honor the same.

5) We are aware that if STATE BANK OF INDIA has to carry out e-tender again due to our mistake, STATE BANK OF INDIA has the right to disqualify us for this tender.

6) We confirm that STATE BANK OF INDIA shall not be liable & responsible in any manner whatsoever for my/our failure to access &submit offer on the e-tendering site due to loss of internet connectivity, electricity failure, virus attack, problems with the PC, digital signature certificate or any other unforeseen circumstances etc. .

With regards

Signature with company seal

Name –

Company / Organization –Designation within Company / Organization –E-mail Id:Tel no:.Mobile no. :

11

Page 12: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

ANNEXURE – II

NOTE: Please fill the details in front of each criteria mentioned below. Incomplete form or non-submission of documents to verify details may results into rejection of your offer, e-procurement system will not allow submission of documents after due date of tender and no communication shall be done for submission of documents)

NAME OF BIDDER

…………………………………………………………………………………………………….

Sr Pre-qualification Criteria

1 The Bidder should have experience of having successfully completed contracts for Design, Engineering, Supply,Installation, Testing and Commissioning of 22KV substation work.

2 In support bidder shall submit self-attested detailed executed purchase order / work order copy in last seven years fulfilling any one of the following criteria;

a) Single Purchase order/ Work order for minimum 28 lakhs OR

b) Two Purchase orders/ Work orders for minimum 17.5 lakhs each OR

c) Three Purchase orders/ Work orders for minimum 14.00 lakhs each

3 Average Turnover during last three financial years should be at least Rs.10.5 lakhs (Please submit Turnover Certificate issued by your CA for following

Financial years for verification OR submit P&L statements of following:

The ‘successful completion’ certificates from the Client is required. Performance certificate from the client is desirable.

1. ( Fill details as per any one criteria mentioned above i.e. a, b or c and submit PO copies in packet 3 for verification )

Sr. PO No. & Date PO Value (Rs.) Name & Contact details of Customer

1

2

3

12

Page 13: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

2. Average Turnover during last three financial years should be at least Rs. 18,33,000/-(Please submit Turnover Certificate issued by your CA for following Financial years for verification OR submit P&L statements

of following:

Sr. Financial Year Amount (Rs.)

1

2

3

Average Turnover for 3 years = (should be at least Rs.10.5 lakhs

SIGNATURE WITH STAMP

13

Page 14: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

ANNEXURE-IIITECHNICAL BID

(Note: Bidder has to confirm their acceptance in given sheet and for technical evaluation)

Name of Bidder: ………………………………………….

Sl No

Item Discription Qty UnitBidder Confirmation.(Please tick infront of

conformation)Deviation ,If any.

Items and quantities mentioned in the Price bid

Agreed

Disagreed

14

Page 15: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

Annexure – IV

GENERAL INFORMATION (TECHNICAL):

1.1. CODES, STANDARDS & REGULATIONS

The design, manufacture, erection, cable laying and testing of the equipments and material to be supplied shall comply with latest revisions of relevant Indian Standards or equivalent IEC standards. In addition, the Indian Electricity Rules, Electricity Act 2003,Statutory requirements of Central Govt., GERC and State Government of Maharashtra ( applicable codes), shall also be complied with. Any complications arising out of it will be set right by the bidder without any implication to SBI. The bidder shall submit his offer as per information given in submission of tender.

1.2. AS- BUILT DRAWINGS

On completion of installation, testing and commissioning, the bidder shall in Corporate visions/ modification if any, in the reproducible and submit ‘as built’ drawing for SBI's record in spiral bound volumes and soft copy. The drawings shall be in AutoCAD DXF format.

1.3. TEST AND INSPECTION FOR INDIVIDUAL ITEM

Routine test/ Acceptance tests shall be carried out on all equipment at manufacture’s works/ ERDA as per appropriate IS/IEC. The bidder shall make reasonable facilities, at his cost for inspection and testing of the equipment/material by SBI’s Officials. No equipment/item shall be dispatched to site without provisional certificates of acceptance issued by SBI.

Inspection and test shall be carried out at the place of manufacture as well as on receipt of the equipment at site if required. Inspection and tests do not relieve the bidder of his contractual obligations regarding performance of the equipment at site/in actual use.

As far as possible, the supplier of equipment shall give a minimum of 15 days notice of readiness of material and give the inspection call accordingly. If on arrival of inspecting officer at the works, the material is not found to be ready, the concerned supplier of equipment shall be liable for additional expenditure SBI may incur on account of retention or re-deputation of the inspecting officer.

The officer deputed for inspecting for particular lot of material according to intimation from you may also like to check Quality Control Plan and for that purpose he may demand the Test Reports of raw material being procured.

15

Page 16: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

1.4. FUNCTIONAL AND COMPOSITE TESTING

Following test shall be conducted on equipment after completion of erection in the presence of Engineer-in-charge from point of view of completeness in the presence of SBI’s Authorized Representative.

• Visual inspection of total system.

• Checking of continuity of power and LT/HT cables.

• Checking of nameplate data of complete system.

• Verification and measurement of earthing resistance.

• Checking of cable terminations and laying, dressing etc. in the equipment kiosk.

• Checking of safe accessibility of components.

• All the equipments and materials shall be passed through checks and test as per

approved Field Quality Plan.

• The insulation resistance test shall be carried out

• HV installation above 11 KV- by 2500V Megger

• Power circuit of voltage up to 1KV- by 1000 V Megger

1.5. BAR CHARTS

The Bidder shall furnish along with the bid, the bar charts in Project and project schedules indicating starting and completion dates of each activity, such as preparation & approval of drawings, manufacturing/supply/ delivery, Cable laying erection, testing, precommining and commissioning etc. so that quarter wise completion activities suffice the purpose for releasing the connections.

1.6 GENERAL

Identification labels shall be provided on all equipments as per client’s approval. All labels shall be engraved on plastic (white letters with black background) and all text shall be in English language.Any exclusion /deviation from specification shall be clearly spelt out and listed at one place only and bidder shall substantiate the same with appropriate reasons. In the absence of clearly spelt out and mutually agreed deviation, it shall be considered that the bidder has undertaken to comply with the technical specification totally, in letter and spirit. It will be responsibility of the successful bidder to obtain necessary approval of statutory

16

Page 17: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

authority as per rules of Govt. of Maharashtra before energizing/ charging the equipment/system.

However bidder shall be extended all assistance by the SBI in regard to application for the same. For installation work at site, the bidder shall be fully responsible for arranging the supply of required tools and tackles, welding sets, cable crimping tools, labours, scaffolding, ladders, etc.

The power connection will be provided by SBI at one point only at the prevailing tariff, from where the bidder has to arrange for temporary connection and further distribution of supply at his own cost. The installation of energy meter, cut out, switches etc. for construction power shall be as per prevailing norms of MSEDCL. The test report and other requirement to release the connection shall be as per prevailing rules of MSEDCL.

On completion of the installation but before energizing the system, all installation shall be physically checked and properly tested. These checks and tests shall be conducted by the bidder under the supervision of Engineer In-charge and bidder shall furnish the final status and test results shall be made good by the bidder free of cost within contract completion period.

All clamps, brackets, bolts, nuts, screws, markers, ferrules, lugs and glands and other hardware necessary for erection work, shall include in the scope of work and shall be arranged by the bidder.

1.8 APPROVED MAKES OF EQUIPMENTS /ITEMS OF SUPPLY.

List of approved makes of equipments and accessories for proposed project as per last

Notes

(i)The SBI reserves the right to make changes (add or delete names of other makes) in the list during execution of contract.

(ii) If bidder wants to propose additional vendors for any of the items, same shall be stated along with the tender or within 30 days from the date of LOI & decision thereof will be conveyed within 30 days thereafter by SBI.

2.0 INSPECTION AND TESTING OF EQUIPMENT

Manufacturing Progress reviews, inspection & testing of equipment covered under the technical specification shall be carried out by the SBI’s Authorized Representative at the manufacturer’s works/premises prior to dispatch, to ensure that their quality & workmanship are in conformity with the contract specifications and approved drawings.

17

Page 18: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

3.0 RESPONSIBILITY FOR INSPECTION

Any inspection by the SBI’s Authorized Representative does not relieve the Bidder from his responsibility of quality assurance and quality control functions.

As such, any approval which the Inspecting Engineer of the SBI may have given in respect of equipment and other particulars and the work or workmanship involved in the contract (whether with or without test carried out) shall not bind the SBI to accept the plant & equipment, should it on further tests at site be found not comply, with the requirements of the contract. If required, SBI shall also be entrusted with inspection of particular item/equipment received at site. The bidder is to meet the inspection & testing requirements for the equipment coming under the statutory regulations e.g. weights & measures, safety, IE rules, etc. and submit calibration certificates and documents from appropriate authority to the SBI Inspecting Engineer for the same, on demand.

1.0 GENERAL SITE REQUIREMENT

When installing a substation building regulation have to be followed. The instructions and proposals stated in this instruction have to be adjusted as per building regulations. The successful bidder shall give the civil works required, in detail, with drawings to the SBI for construction of panel rooms and concrete base for transformer, metering kiosk and feeder pillars. Civil work will be carried out by SBI

2.0 HT SWITCHGEAR CONNECTION

To carry out the connection between incoming cables and HT switchgear:

Roll in the cables through preformed trench and connect it to the HT switchgear terminals with suitable cables terminations and proper glanding at the bottom plate.

Protective screen of the cables is to be earth to HT switchgear and earthing.

3.0 LT switchgear connection

To carry out the connection between incoming cables and LT switchgear:

Roll in the cables through preformed trench and connect it to the LT switchgear terminals with suitable cables lugs and proper glanding at the bottom plate.

Protective screen of the cables is to be earth to LT switchgear and earthing.

18

Page 19: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

4.0 Earthing (Strictly as per IS)

The earthing conductor from earthing plates are to be connected to HT switchgear body, LT switchgear body, Transformer body and transformer Neutral respectively in line with earthing connection diagram. Galvanised iron earthing conductors of size 50X6 mm are provided. Inter connection between HT switchgear and transformer uses single core cable.

The cable screen is to be earthed only on the HT switchgear side.

PART A&B: TECHNICAL SPECIFICATION FOR OUTDOOR 22

KV RING MAIN UNIT SWITCHGEAR (SF6 GAS INSULATED

VCB)

1.1 GENERAL:

1.1.1 All equipment and material shall be designed manufactured and tested in accordance with the latest applicable IEC standard.

1.1.2 Equipment and material conforming to any other standard, which ensures equal or better quality, may be accepted. In such case copies of English version of the standard adopted shall be submitted.

1.1.3 The electrical installation shall meet the requirement of Indian Electricity Rules-1956 as amended up to date; relevant IS code of practice and Indian Electricity Act-1910. In addition other rules and regulations applicable to the work shall be followed. In case any discrepancy, the most stringent and restrictive one shall be binding

1.1.4 The high-tension switchgear offered shall in general comply with the latest issues including amendments of the following standards but not restricted to them.

1.4 STANDARDS:

19

Page 20: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

Unless otherwise specified elsewhere in this Specification, the RMU, Switchboard (Switchgear), Load break isolators, Instrument Transformers and other associated accessories shall conform to the latest revisions and amendments thereof to the following standards.

1. IEC 60 298/IEC 62 271-200/IS 12729:1988 - General requirement for Metal Enclosed Switchgear

2. IEC60129/IEC62271-102/IS 9921 - Alternating current disconnector’s (Load break isolators) and earthing switch

3. IEC 62 271-100 & 200/IEC 60 056/IS 13118:1991 - Specification for alternating current circuit breaker

4. IEC 62 271-1/IEC 60694 - Panel design, SF6/Vacuum Circuit Breakers

5. IEC 60044-1/IEC 60185/IS 2705:1992 - Current Transformer

6. IEC 60265/IS 9920:1981- High voltage switches.

7. IEC 376 - Filling of SF6 gas in RMU.

8. IEC 60273/IS: 2099 - Dimension of Indoor & Outdoor post insulators i. with voltage > 1000 Volts.

9. IEC 60529/IS 13947(Part-1) - Degree of protection provided by i. enclosures for low voltage switchgear and

ii. Control gear.

10. Indian Electricity Rules/IS Code

Equipment meeting with the requirements of any other authoritative standards, which ensures equal or better quality than the standard mentioned above shall also be acceptable. If the equipments, offered by the Bidder conform to other standards, salient points of difference between the standards adopted and the specific standards shall be clearly brought out in relevant schedule. In case of any difference between provisions of these standards and provisions of this specification, the provisions contained in this specification shall prevail. One copy of such standards with authentic English Translations shall be furnished along with the offer. (Hard copy)

20

Page 21: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

Table 1:Applicable Standards

Standard

IS 3427 AC metal enclosed switchgear and control gear for rated voltages above 1 kV and up to and including 52 kV

IS 12063 Classification of degrees of protection provided by enclosures of electrical

equipment

IS 9920

(parts 1 to 4)

High Voltage Switches

IS 9921

(Parts 1 to 5)

Specification for AC disconnectors and earthing switches for voltages

above 1000 VHV AC Circuit Breakers

IS 13118 HV AC circuit breakers

IS 10601 Dimensions of terminals of HV Switchgear and Control gear

IS 12729 General requirements of switchgear and control gear for voltages

exceeding 1000 V

IS 1330 High voltage/Low voltage prefabricated substations

IEC 60694 Common clauses for MV switch gear

IEC 6081 Monitoring and control

IS 2705 Current Transformers

IS 3156 Voltage transformers

IS 8686 Specification for static Protective RElays

IEC 62271-200 Standards for high voltage metal clad switchgear up to 52 KV.

INDIAN ELECTRICITY

This is to be as per Central Electricity Authority (Safety Requirement for

21

Page 22: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

REGULATION 2011

Construction, Operation & Maintenance of Electrical Plants and Electric

Lines) Regulations, 2011

1.5 THE STANDARDS MENTIONED ABOVE ARE AVAILABLE FROM:

IEC - (INTERNATIONAL ELECTRO-TECHNICAL COMMISSION, BUREAU CENTRAL DE LA COMMISSION, ELECTRO TECHNIQUE INTERNATIONAL, 1, RUE DE VEREMBE, GENEVA, SWITZERLAND.)

ISO - INTERNATIONAL STANDARD ORGANISATION

1.9 ISOLATORS (LOAD BREAK TYPE)

The load break isolators for Incoming and Outgoing supply must be provided. These should be fully insulated by SF6 gas. The load break isolators shall consist of 800 Amp fault making/load breaking spring assisted ring switches, each with integral fault making earth switches. The switch shall be naturally interlocked to prevent the main and earth switch being switched “ON at the ‟same time. The selection of the main and earth switch is made by a lever on the facia, which is allowed to move only if the main or earth switch is in the off position. The load break isolators should have the facility for remote operation. Each load break switch shall be of the triple pole, simultaneously operated, automatic type with quick break contacts and with integral earthing arrangement. The isolating distance between the OFF and the ON position in

the isolator should be sufficient to withstand dielectric test as per IS/IEC, so as to have enough isolating distance for ensuring safety during DC injection for Cable testing.

LOAD BREAK SWITCH SHOULD HAVE THE FOLLOWING

Motor operated 24 KV, 800A Load Break switch and manually operated Earthing Switch with making capacity. “Live Cable” LED Indicators thru Capacitor Voltage Dividers mounted on the bushings. Mechanical ON/OFF/EARTH Indication Anti-reflex operating handle Cable Testing facility without disconnecting the cable terminations, cable joints and terminal protectors on the bushings. Cable terminations Cable boxes suitable for 1 X 3C x 300 sq mm XLPE Cable with right angle Cable Termination Protectors.

1.10 EARTHING OF ISOLATORS AND BREAKERS (EARTH SWITCH)

Necessary arrangements are provided at Load break isolators Breaker for selecting Earth position. Mechanical interlocking systems shall prevent the RMU function from being operated from the “ON” to “Earth On” position without going through the “OFF” position.

1.11 DISTRIBUTION TRANSFORMER/FEEDER BREAKER (VACUUM)

22

Page 23: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

The VCB breaker for the controlling of DT/Feeder Breaker must be provided inside welded stainless steel SF6 gas tank with the outdoor metal clad enclosure. The VCB circuit breaker must be a spring assisted three positions with integral fault making earth switch. The selection of the main/earth switch lever on the facia, which is allowed to move only if the main or earth switches is in the off position.

The manual operation of the circuit breaker shall not have an effect on the trip spring. This should only be discharged under a fault (electrical) trip; the following manual reset operation should recharge the trip spring and reset the circuit breaker mechanism in the main off position.

The circuit breaker shall be fitted with a mechanical flag, which shall operate in the event of a fault (electrical) trip occurring. The “tripped” flag should be an unambiguous colour differing from any other flag or mimic. Both the circuit breaker and ring switches are operated by the same unidirectional handle. The protection on the circuit breaker shall comprise of the following components:-

-

-

-

3 class X protection CT s, ‟

a low burden trip coil and

a self powered (No external DC or AC source required) IDMT protection relays (Numeric/Micro processor based) 3 x over current and earth fault element shall be Definite Time type relay . The protection system should be suitable for protecting transformers of rated power from 250 KVA on wards. The relay should be housed within a pilot cable box accessible.

Circuit Breaker should have the following: Motor operated 200 A - 400 A – 600 A / 630A SF6 insulated Vacuum circuit breaker and Ear thing Switch with making capacity. - Mechanical tripped on fault indicator - Auxiliary contacts 4NO and 4NC - Anti-reflex operating handle - “Live Cable” LED Indicators thru Capacitor Voltage Dividers mounted on the bushings. - O/C + E/F self powered relay - Shunt Trip circuit for external trip signal - Mechanical ON/OFF/EARTH Indication - Cable boxes suitable for 1 X 3C x 300 sq mm XLPE Cable with right angle Cable Termination / protectors / boots.

1,12 BUSHINGS :

The units are fitted with the standardized bushings that comply with IEC standards. All the bushings are the same height from the ground and are protected by a cable cover.

1.13 CABLE BOXES

All the cable boxes shall be air insulated suitable for dry type cable terminations and should have front access. The cable boxes at each of the two ring switches should be suitable for accepting HV cables of sizes 3c x

23

Page 24: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

300 sq.mm and circuit breaker cable suitable up to 3cx300 sq.mm. The cable boxes for an isolator in its standard design should have sufficient space for connecting two cables per phase of 3c x 150 sq.mm. Necessary Right angle Boot should be supplied to the cable terminations .The type of the Right angle Boot should be cold applied insulating Boot.

1.14 CABLE TESTING FACILITY

It shall be possible to test the cable after opening the cable boxes. The cable boxes should open only after operation of the earth switch. Thus ensuring the earthing of the cables prior to performing the cable testing with DC injection.

1.16 NON EXTENSIBLE

Each combination of RMU shall have the provision for extension by load break isolators / breakers in future, with suitable accessories and necessary Bus Bar. The equipment shall be well designed to provide any kind of extension / trunking chamber for connecting and housing extensible Busbars. Extensible isolators and circuit breakers shall be individually housed in separate SF6 gas enclosures. Multiple devices inside single gas tank / enclosure will not be acceptable. In case of extensible circuit breakers, the Breaker should be capable of necessary short circuit operations as per IEC at 16 KA, and the Breaker should have a rated current carrying capacity of 200 A-400A-630 A.

1.17 WIRING & TERMINALS:

The wiring should be of high standard and should be able to withstand the tropical weather conditions. All the wiring and terminals (including take off terminals for future automation, DC, Control wiring), Spare terminals shall be provided by the contractor. The wiring cable must be standard single-core non-sheathed, Core marking (ferrules), stripped with non-notching tools and fitted with end sleeves, marked in accordance with the circuit diagram with printed adhesive marking strips.

The wiring should be of high standard and should be able to withstand the tropical weather conditions. All wiring shall be provided with single core multi-strand copper conductor wires with P.V.C insulation.

The wiring shall be carried out using multi-strand copper conductor super flexible PVC insulated wires of 650/1100V Grade for AC Power, DC Control and CT circuits. Suitable colored wires shall be used for phase identification and interlocking type ferrules shall be provided at both ends of the wires for wire identification. Terminal should be suitably protected to eliminate sulphating. Connections and terminal should be able to withstand vibrations. The terminal blocks should be stud type for controls Company’s Round Seal and disconnecting link type terminals for CT leads with suitable spring washer and lock nuts.

Flexible wires shall be used for wiring of devices on moving parts such as swinging Panels (Switch Gear) or panel doors. Panel wiring shall be securely supported, neatly arranged readily accessible and connected to equipment terminals, terminal blocks and wiring gutters. The cables shall be uniformly bunched and tied by means of PVC belts and carried in a PVC carrying trough.

24

Page 25: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

The position of PVC carrying trough and wires should not give any hindrance for fixing or removing relay casing, switches etc., Wire termination shall be made with solder less crimping type of tinned copper lugs. Core identification plastic ferrules marked to correspond with panel wiring diagram shall be fitted with both ends of each wire. Ferrules shall fit tightly on the wire when disconnected. The wire number shown on the wiring shall be in accordance with the IS.375.

All wires directly connected to trip circuits of breaker or devices shall be distinguished by addition of a red color unlettered ferrule.

Inter-connections to adjacent Panels (Switch Gear) shall be brought out to a separate set of Terminal blocks located near the slots or holes to be provided at the top portion of the panel. Arrangements shall be made for easy connections to adjacent Panels (Switch Gear) at site and wires for this purpose shall be provided and bunched inside the panel. The bus wire shall run at the top of the panel.

Terminal block with isolating links should be provided for bus wire. Ateast 10% of total terminals shall be provided as spare for further connections. Wiring shall be done for all the contacts available in the relay and other equipment and brought out to the terminal blocks for spare contacts. Color code for wiring is preferable in the following colours.

Voltage supply :

CT circuits

DC circuits

250V AC circuits

Earthing

Red, Yellow, Blue for phase and Black for Neutral

similar to the above

Grey for both positive and negative

Black for both phase and neutral

Green

The wiring shall be in accordance to the wiring diagram for proper functioning of the connected equipment. Terminal blocks shall not be less than 650V grade and shall be piece-molded type with insulation barriers.

The terminal shall hold the wires in the tight position by bolts and nuts with lock washers. The terminal blocks shall be arranged in vertical formation at an inclined angle with sufficient space between terminal blocks for easy wiring.

The terminals are to be marked with the terminal number in accordance with

the circuit diagram and terminal diagram. The terminals should not have any

function designation and are of the tension spring and plug-in type.

25

Page 26: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

1.18 EARTHING

The RMU outdoor metal clad, Switch Gear, Load break isolators, Vacuum circuit breakers shall be equipped with an earth bus securely fixed along the base of the RMU.

The size of the earth bus shall be made of IEC/IS standards with tinned copper flat for RMU and M.S. Flat for Distribution Transformer, earth spike and neutral earthing. Necessary terminal clamps and connectors shall be included in the scope of supply.

All metal parts of the switchgear which do not belong to main circuit and which can collect electric charges causing dangerous effect shall be connected to the earthing conductor made of copper having CS area of minimum 75 mm. Each end of conductor shall be terminated by M 12/equivalent quality and type of terminal for connection to earth system installation. Earth conductor location shall not obstruct access to cable terminations.

The following items are to be connected to the main earth conductor by rigid or copper conductors having a minimum cross section of 75 mm (a) earthing switches (b) Cable sheath or screen (c) capacitors used in voltage control devices, if any.

The metallic cases of the relays, instruments and other panel mounted Equipments shall be connected to the earth bus by independent copper wires of size shall be made of IEC/IS standards. The colour code of earthing wire shall be green. Earthing wires shall be connected on the terminals with suitable clamp connectors and soldering shall not be permitted.

1.19 ACCESSORIES & SPARES:

The following spares and accessories shall be supplied along with the main equipments

at free of costs. This shall not be included in the price schedule.

1. Charging lever for operating load break isolators & circuit breaker of each RMU.

2. The pressure gauges indications - 1 numbers

Provision shall be made for padlocking the load break switches/ Circuit breaker, and the earthing switches in either open or closed position with lock & master key.

1.20 TESTING OF EQUIPMENT & ACCESSORIES:

Provision for testing CTs, PTs, Relays, Breakers and Cables shall be made available. Procedure and schedule for Periodical & Annual testing of equipments, relays, etc. shall be provided by the supplier.

26

Page 27: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

1.20.1 TYPE TEST

The tenderers should, along with the tender documents, submit copies of all Type test certificate of their make in full shape as confirming to relevant ISS/IEC of latest issue

obtained from a International/National Govt. Lab/Recognized laboratory.

The above type test certificates should accompany the drawings for the materials duly signed by the institution who has type test certificate. The details of type test certificate as per Schedule F.

1.20.2 ACCEPTANCE AND ROUTINE TESTS

All acceptance and routine tests as stipulated in the latest IEC- shall be carried out by the supplier in the presence of SBI’s representative. The supplier shall give at least 7 days advance intimation to the Board to enable them to depute their representative for witnessing the tests. The partial discharge shall be carried out as routine test on each and every completely assembled RMU gas tank and not on a sample basis. As this test checks and guarantees for the high insulation level and thus the complete life of switchgear.

1.20.3 ADDITIONAL TESTS

The Board reserves the right for carrying out any other tests of a reasonable

nature at the works of the supplier/laboratory or at any other recognized

laboratory/research institute in addition to the above mentioned type, acceptance and routine tests at the cost of the Board to satisfy that the material complies with the intent of this specification.

1.20.4 PRE-COMMISSIONING TESTS

All the pre-commissioning tests will be carried out in the presence of the Board testing engineer and necessary drawing manual and periodical test tools shall be arranged to be supplied.

During the above tests the contractor representative should be present till the RMUs are put in to service.

Number of mechanical/ remote operations for circuit breakers 60298

1.33 EARTHING SWITCH FOR 22 KV LINE SIDE ISOLATION AND DT

Rated peak withstand current :50/52.5 KA Interlocking facility:

27

Page 28: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

1) Between 22 KV Line side isolator “ON”&Earthing.

2) Between 22 KV DT side breaker on close condition & earthing

CT Description : The CTs of breaker shall be Suitable for sensing the minimum primary

variable current in the order of 10-200 A and the secondary current for the CT is 1 A.

The CT shall be housed in outside SF6 chamber for testing and Maintenance

Accuracy Class: class X/5P10 protection

Rated burden: Suitable for self powered relay and metering.

PART A&B: TECHNICAL SPECIFICATION FOR FIXING OF END TERMINATION AND

STRAIGHT THROUGH JOINTS FOR OUTDOOR 11/22 KV RING MAIN UNIT SWITCHGEAR

(In bidder’s scope)

SUPPLY &FIXING OF END TERMINATION & STRAIGHT THROUGH JOINTS (IN BIDDER’S

SCOPE).

1.0 (i) Contractor should clarify the make of cable end termination. The heat &

shrink type end termination shall be utilized for the job.

(ii) After completing work of cable laying end termination, following test shall be carried out jointly by engineer in charge of SBI and contractor.

(iii) Insulation resistance test before & after with 5 KV insulation tester. (A) Hypo test

(iv) Contractor has to furnish Guaranteed Technical Parameters (GTP) type

28

Page 29: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

test certificate of various tests conducted at any Govt./ NABL approved laboratory for the End Termination Kit they intend to supply for this job. The test certificate should not be prior to 5 years from the date of tender. The contractor shall have to submit the same with technical bid and failure in which technical bid will be disqualified & the price bid of that party will not be opened.

(v) One competent skilled supervisor shall have to co-ordinate the site authority and he has to do all communication with engineer in charge of SBI.

(vi) It is essential to have suppliers certificate of training for cable jointing of cable jointer.

(vii) Jointer has to ensure safety while making joints so that other nearby cables will not damaged.

(viii) The material of End termination kit will be inspected at manufacturer’s works by the inspector of SBI. The bidder has to give inspection call 15 days in advance to S.E. (O&M) for the works to be carried out in their jurisdiction.

2.0 The Bidder shall have to supply cable end Terminal kit as per IS 13573-

1992 with latest amendment No. 2, 1998 IEEE 48-1990 and shall be Class

-1, ESI-09-13 performance specification for high voltage cable accessories.

3.0 The work of laying of cable along the road / road crossing to be carried

out by Horizontal Drilling Machine / Auger boring machine enclosed in HDPE Pipe only.

CLASS OF TERMINATION:

The XLPE 11/22 KV Link Line shall be class 1 termination as per appropriate ISI code nos. i.e. IEEE-48-1990.

APPLICABLE STANDARDS:

IS 13573-1992 with latest amendment – Latest amendment No. 2, 1998. IEEE 48-1990.

The termination shall be Class 1. ESI-09-13 performance specification for high voltage cable accessories. The cable accessories being supplied in the form of kit which has different components to be assembled at site.

29

Page 30: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

MATERIALS:

The term 22 kV XLPE Cable refers to extruded or Molded Polymeric. Polymeric material which are cross linked by gamma radiation to develop elastic memory and supplied in an expanded or otherwise deformed size and shape. Bidders should submit the proof that the tubes are cross linked by gamma radiations. However chemically cross linked, crotch seal and lug seals are permitted. For end termination kit, the insulation over the ferrules should be reinsulated by dual wall tubing. This should have an inner insulating layer vulcanized to an outer semi-conducting layer. This is required to ensure reconnection of cable insulation screen of the core from one end of the joint to the other. The dual wall tubing ensures that there is no entrapment of air pockets between the insulating and semi-conducting layers.

FOR JOINTS:

22 kV XLPE underground flexible polymeric tubing, preferably black colored pre coated with adhesive shall be provided for sealing the exposed metallic sheaths and sheath/earth connections.

PROVISION OF ADDITIONAL CREEPAGE INDOOR / OUTDOOR

TERMINATIONS:

Single piece, 22 KV XLPE underground cable, weather sheds having non-tracking, erosion and weather resistant properties shall be supplied with the kits for application over non-tracking tubing. The quantity of sheds to be supplied shall depend on voltage grade and indoor/outdoor application and shall be indicated along with offer. Each shed shall give an additional creepage length of at least 100mm.

INSULATION AND SCREEN REINSTATEMENT FOR END TERMINAL KITS:

The reinstatement of insulation shall be by means of heat shrinkable, flexible,

polymeric tubing made from a discharge resistant polymer, preferably colored red. The tubing after complete recovery shall have a minimum wall thickness to ensure provisions of adequate insulation in step.

EARTH & SCREEN CONTINUITY FOR TERMINATION:

Screen continuity by using tinned copper mesh and earth continuity by using tinned copper braids of appropriate size shall be provided for transfer of screen/earth. In termination, tinned copper braids of appropriate size or equivalent current carrying capacity of cable conductor along with copper lugs of appropriate size shall be provided for continuity of screen to armour to the earth.

30

Page 31: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

LUGS & FERRULES:

The requisite number and type of aluminum/ copper lugs/ferrules shall be provided for termination/joints. The Lugs and ferrules for XLPE cables shall be crimping type suitable for compacted circular conductor having two nos. of holes.

FASTENERS:

All bolts, studs, screw threads, pipe threads, bolt heads and nuts shall comply with the appropriate Indian Standards for metric threads, or the technical equivalent.

Bolts or studs shall not be less than 6 mm in diameter except when used for small wiring terminals.

All nuts and pins shall be adequately locked. Wherever possible bolts shall be fitted in such a manner that in the event of failure of locking resulting in the nuts working loose and falling off, the bolt will remain in position.

All ferrous bolts, nuts and washers placed in outdoor positions shall be treated to prevent corrosion, by hot dip galvanising, except high tensile steel bolts and spring washers which shall be electro-galvanised/ plated. Appropriate precautions shall be taken to prevent electrolytic action between dissimilar metals.

Each bolt or stud shall project at least one thread but not more than three threads through the nut, except when otherwise approved for terminal board studs or relay stems. If bolts nuts are placed so that they are inaccessible by means of ordinary spanners, special spanners shall be provided.

The length of the screwed portion of the bolts shall be such that no screw thread may form part of a shear plane between members.

Taper washers shall be provided where necessary.

Protective washers of suitable material shall be provided front and back or the securing screws.

MOUNTING ARRANGEMENT:

For numbers of plain bi-directional rollers with cross channels for platform mounting.

31

Page 32: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

TESTS:

a) All the equipment offered shall be fully type tested by the bidder or his collaborator as per the relevant standards including the additional type tests mentioned at clause 6.2. The type test must have been conducted on a transformer of same design. The Bidder shall furnish four sets of type test reports along with the offer. Offers without type test reports will be treated as Non-responsive.

b) Special tests other than type and routine tests, as agreed between purchaser and Bidder shall also be carried out as per the relevant standards.

c) The requirements of site tests are also given in this clause.

d) The test certificates for all routine and type tests for the transformers and also for the bushings and transformer oil shall be submitted with the bid. absolute (250 mm of Hg) for one hour. The permanent deflection of flat plates after the vacuum has been released shall not exceed the values specified below:

Transformer Oil:

The transformer oil to be filled shall be I.S.I. marked confirming to

REC Specification 39/1985 (R-1993) and I.S. 335/1993 with latest

amendments.

The successful Bidder shall within 30 days of placement of order, submit

following information to the purchaser.

i) List of raw materials as well as bought out accessories and the names

of sub-suppliers selected from those furnished along with offer.

ii) Type test certificates of the raw materials and bought out accessories.

. All deviations from the specifications shall be brought out in the schedules of deviation (Schedules ‘B’,’D’ & ‘E’). The discrepancies between the specification

and the catalogues, literatures and indicative drawings which are subject to change, submitted as part of the offer, shall not be considered and representation in this regard will not be entertained. If it is observed that there are deviations in the offer in G.T.P. of elsewhere other than those specified in the deviation schedule ‘B’ then such deviations shall be treated as deviations.

32

Page 33: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

For any deviation from the specification, which is not specifically brought out in

the schedule of deviations, the offer may be liable for rejection. The deviation brought out in the schedule shall be supported by authentic documents, standards and clarifications; otherwise the offer may be liable for rejection.

The tenderer shall submit the list of orders for similar type of equipments,

1.3 LT PANEL SPECIFICATIONS

1.0 SCOPE

This specification covers the technical requirements of design, test, supply of 415+-10% Voltage L.T. Panels complete with all accessories for efficient and trouble free operation. All the panels shall be manufactured as per the following specification.

2.0 Standards:

AS PER SCHEDULE OF INDIAN STANDARD; ATTACHED WITH THE DOCUMENT.

The LT PANEL shall comply with the latest edition of relevant Indian standards and

Indian Electricity rules and regulations. The following Indian Standards shall be complied with:

IS : 4237 : General requirements for switch gear and control gear for voltage not

exceeding 1000 V.

IS : 375 : Switchgear bus-bars, main connection and auxiliary wiring,marking and

arrangement.

IS : 2147 : Degree of protection provided by enclosures for low voltage switch gear and control gear.

IS : 8197 : Terminal marking for electrical measuring instrument and their accessories.

IS : 2557 : Danger notice plates.

IS : 2516 : Specification for AC circuit breaker.

IS : 1818 : Specification for AC isolator and earthing switch.

IS : 3072 : Code of practice for installation and maintenance of switchgear.

33

Page 34: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

IS : 8623 : Specification for factory built as symbolize of switch gear and control gear for voltage up to and including 1000v. A.C.& 1200 v.D.C.

IS : 8828 : Miniature Circuit Breaker.

IS : 4064 : Fuse switch and switch fuse unit.

IS : 9224 : HRC fuse unit.

IS : 2705 : Current transformer.

IS : 3155 : Voltage transformer.

IS : 3231 : Electrical relay for protection.

IS : 1248 : indicating instrument.

IS : 722 : Integrating instrument.

IS : 6875 : Control switches & push buttons.

IS : 2959 : Auxiliary contactor.

IS : 1822 : AC motor starters of voltage not exceeding 1000V.

IEC-439-1, 1992Low voltage Switch gear and Control gear assemblies Part-I, type tested and partially type tested assemblies.

IEC-947-1, 1998 Low voltage Switch gear and Control gear Part-I general rules.

IEC-1180-1, 1992 High voltage test techniques for low voltage equipment Part–I definition test and Procedure requirement

IEC-529, 1989 Degree of protection provided by enclosures (IP code).

3.0 Indian Electricity Acts & Rules:-

All codes & standards means the latest, wherever not specified. The manufacturing shall generally follow the Indian Standard codes of practice or the relevant British Standard Codes of Practice in the absence of corresponding Indian Standard.

4.0 L.T SWITCH GEAR PANEL.

The 415+-10% Volt switchgears shall be in a cubicle made 12 SWG gauge sheets, treated against corrosion protected with phosphate coating and powder coated for long life. The cubicle shall be of dust and vermin proof construction. The design and arrangement of the equipment shall be such that an adequate space and access is provided in cubicle for inspection and maintenance of MCCBs and breakers etc.

5.0 STRUCTURE:

34

Page 35: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

5.1 The LT Panel, shall be metal clad enclosed and be fabricated out of high Quality 12SWG CRCA sheet, suitable for outdoor installation having dead front operated and base frame mounting type

5.2 The LT Panel shall be totally enclosed, completely dust and vermin proof and degree of protection being not less than IP -54 for outdoor panels . Gaskets between all adjacent units and beneath all covers shall be provided to render the joints dust proof.

All doors and covers shall be fully gasket with foam rubber and / or rubber strips and shall be lockable.

5.3 All panels and covers shall be properly fitted and screwed with the frame, and holes in the panel correctly positioned. Fixing screw shall enter into holes taped into an adequate thickness of metal or provided with bolts and nuts

5.4 A base channel of 75 mm x 75 mm x 5 mm thick shall be provided at the bottom.

5.5 The LT Panel shall be of adequate size with a provision of 20 percent spare space to accommodate possible future additional switch gear. The size of the LT Panel shall be designed in such a way that the internal space is sufficient for hot air movement, and the electrical component dose not attains temperature more than 50 degree Celsius. If necessary openings shall provided for natural ventilation, but the said openings shall be screened with fine weld mesh.

5.6 Alternatively the LT Panel shall provide with removable sheet plates at bottom to drill holes for cable / conduit entry at site.

5.7 The LT Panel shall be designed to facilitate easy inspection, maintenance and repair.

5.8 The LT Panel shall be sufficiently rugged in design and shall support the equipment without distortion under normal and short circuit condition, they shall be suitable braced for short circuit duty.

5.9 The complete structure shall rigid, self supporting and free from vibrations, twists and bends.

5.10 Cleaning & Painting :

a) All steel surfaces shall be thoroughly cleaned by sand blasting or chemical agents, as required to produce a smooth surface free of scales, grease and rust.

35

Page 36: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

b) All the internal-external Surfaces, after cleaning, shall be given two coats of high quality epoxy based rust resisting primer as per IS:2074 followed by filler coats.

c) Both sides shall be given Powder coating by ‘Electrostatic Spraying Process’. Powder coating shall be of ‘Grade A: Glossy Finish’ as per IS:13871 in Battleship Grey epoxy based enamel paint as per IS:2932. The thickness of Powder coating shall be 50 – 60 micron.

d) The paints shall be carefully selected to withstand tropical heat rain, effect of proximity to the sea etc. The paint shall not scale off or crinkle or be removed by abrasion due to normal handling.

e) Special care shall be taken by the manufacturer to ensure against rusting of nuts, bolts and fittings during operation. All bushings and current carrying parts shall be cleaned properly after final painting.

Enameled caution boards shall be supplied by the purchaser and shall be fitted on front side of the cubicle by the supplier

6.0 PROTECTION CLASS:

All the outdoor LT Panel shall have protection class as per IS.

7.0 CIRCUIT COMPARTMENT:

7.1 Each circuit breaker and MCCB units shall be housed in separate compartments and shall be enclosed an all sides

7.2 The door shall not form as integral part of the draw out position of the circuit breaker. All instruments and indicating lamp shall be mounted on the compartment door.

8.0 INSTRUMENT COMPARTMENT

Separate and adequate compartment shall provided for accommodating instruments, indicating lamp, control contactors, relays and control fuses etc. These components shall be accessible for testing and maintenance without any danger of accidental contact with live parts of the circuit breaker, MCCB units, busbars and connections.

9.0 BUS BARS

Three Phase and neutral bus bars shall be provided in the cubicle .All the main/ branch bus bars shall be made out of high conductivity aluminum (E91E) supported on insulators made of non-hygroscopic, non-inflammable material with tracking index equal to or more than that defined in BIS. The Aluminum bus bars of rating as per Incomming breaker amp capacity shall be supported on insulators for incomer/mains/ neutral.

36

Page 37: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

For sub-mains for outgoing ckts. The Aluminum Bus bar for sub-mains /outgoing circuits should be of appropriate size according to the capacity of MCCB.Earth bus bar should also be of appropriate, size as per applicable standards.

The current rating of the neutral shall be half that of the phase busbars. Removable neutral links shall be provided on feeders to permit isolation of the neutral bus bar. Only zinc passivated or cadmium plated high tensile strength steel bolts, nuts and washers shall be used for all bus bar, joints and supports.

The hot spot temperature of bus bars including joints at design ambient temperature shall not exceed 95 ᄚC for normal operating conditions.

The current rating of the bus bars shall be as per table for design ambient temperature at site conditions and for being inside the cubicle at fully loaded condition. The vendor shall suitably de-rate the nominal rating to suit the above condition.

The minimum clearance between phase to phase, phase to neutral & electrical clearance in between bus bars and cubicle shall be in accordance to applicable IS specifications All the bus bars in the panel shall be duly insulated with PVC /heat shrinkable sleeves of superior quality with Colour coding of RYB for phase indicators as well as Black for neutral in uniformity.

The busbar shall be housed in a separate compartment. The busbar shall be isolated with 3 mm thick bakelite sheet to avoid any accidental contact. The busbar shall be arranged such that minimum clearances between the busbar are maintained as per IS.

10.0 INTERNAL WIRING :-

10.1 Panel shall be supplied with all internal wiring comprising of PVC insulated 1.1 KV grade, multistrand flexible copper conductor of 2.5 Sq.mm cross section.

10.2Control wiring shall have MCB (“C” Curve) with appropriate amp ratings

10.3 Wiring associated with a particular phase shall be the colour of that phase viz. Red /Yellow, or Blue. Wiring associated with earthing shall be with green colour insulation and for neutral it shall be with black colour insulation.

10.4 Wiring shall be neatly laid and run on insulated cleats of limited compression type insulated straps.

10.5 All cables shall have crimped terminations and shall be identified by means of glossy plastic ferrules at both ends, showing the wire number as indicated in the schematic diagrams. The ferrules shall be indelibly marked.

37

Page 38: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

10.6 Final wiring diagram of the LT PANEL power and control circuit with ferrules number shall be submitted along with the LT PANEL as one of the documents.

11.0 Labels:

11.1 02 nos. 440 Volts Danger boards should be fixed and displayed prominently on the front of the LT panel.

11.2 Labels shall be provided to describe the duty of or otherwise identify every Instrument, or other item of equipment mounted internally and externally. Switch positions shall be fully identified. Wording shall be clear, concise and unambiguous.

11.3 Each label shall be permanently secured to the panel surface below the item to

which it refers.

12.0 Earthing:

12.1 Panel shall be provided with Alluminium earth bus bars (both ends) as per IS: 8623.

12.2 Earth Bus bar shall be supported at suitable intervals.

12.3 The panel shall be provided with two brass earthing stud terminals, with suitable nuts, washers etc. for connection to ground bus.

13.0 Air circuit breaker (ACB)

These shall be fixed type with manually operated mechanism. The short

circuit mechanism and breaking capacity as shall be supported by test certificate.

The circuit breaker shall be fitted with CT operated microprocessor base overload and short circuit releases devices for current rating AMP as per table.

a) Overload releases should be settable from 50% to 100% of the rated current In.

b) Ambient temperature compensated type and there should not be de-rating of ACB current carrying capacity at 40 ᄚC. The testing of ACB for the temperature rise shall be carried out by the manufacturer as per the prevailing, IS / IEC or any other international standards.

1) 3 pole arrangement.

2) Rated current thermal current

3) Service voltage

38

Page 39: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

4) No. of break / pole

5) Frequency

6) Rated insulation voltage

as per table

415 volts

- one

- 50 c / s

- 1000 volts

7) Rated short circuit breaking capacity

Rated services S/C breaking capacity Ics (rms) – 50kA

Rated ultimate S/C breaking capacity Icu (rms) – 50kA

8) Suitable for outdoor installation.

9) It shall conform to IS 13947 / pt.2 / 1993 with latest amendment, if any.

10) Performance category : Utilization category – C.

11) The status of open and close shall be clearly visible.

12)The trip indication separated for overload and individual phase wise trip indication for short circuit to be provided.

12) The ACB shall have the provision to lock the operating mechanism in off position.

13) The operating mechanism should be form front and the compartment should have the degree of protection IP – 54.

14) Separator shall be provided between all phases inside. ACB enclosed to prevent travel of arc during short circuit.

15) The CTs mounted for microprocessor base overload release shall have secondary winding inaccessible including tripping mechanism of O/L and magnetic releases to avoid tampering CTs should also have provision of separators.

16) Two nos. earthing bolts for propose of earthing of ACB may also be provided & suitable for G.I stay wire of size 7 / 10 SWG.

17) The bus bar size shall be confirming to relevant IS and the neutral bus bar shall be of same wire of size as phase bus bar and should be suitable for connecting neutral.

18) The ACB shall be tested in accordance with the provision of IS 13947 – Part I or relevant IEC

13.1 Construction

39

Page 40: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

The breakers shall be designed, manufactured as per IS:13947. The circuit breaker shall be fully draw out type. Suitable guides shall be provided to facilitate easy withdrawal of the trolley.

13.2 Operating Mechanism

13.2.1 The breaker mechanism shall be 230V AC motor charged spring operated type. Tripping shall be effected by mean of shunt trip coil.

13.2.2 The operating mechanism shall be trip-free. Failure of spring, vibrations or shocks shall not cause unintended operation of breaker or prevent intended tripping operation. Closing of breakers shall be prevented unless the spring is fully charged.

13.3 Interlocks

The breaker shall be provided with all necessary interlocks to prevent inadvertent

operations and to ensure safety of operating personnel and also the equipment.

14.0 Moulded case circuit breaker (MCCB) 3 pole

MCCB conforming to relevant IS specifications with adjustable over load

thermal magnetic releases and having short ckt. Breaking capacity 50 KA at 415

Volt, 50HZ with Rotary Handle.

Connection between transformer LT terminal to ACB and MCCB shall be through

aluminum bus bars, outgoing from MCCB shall be suitable as per table.

15.0 INDICATING LAMPS :-

Indicating Lamps shall be cluster LED type suitable to operate on 240 V AC.

16.0 AC Ammeter & Voltmeter.

Analog type AC Ammeter & Voltmeter (Flush in type) with selector switches to be installed on Incommer. As per breaker full load amp.

17.0 Panel Indication Lamps

40

Page 41: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

On Each Incomer

o Red Indication Lamp for ACB “ ON” position.

o Green Indication lamp for ACB”OFF” position.

o Red, Blue, Yellow indicator lamps for indicating “ Healthy Phases”

18.0 Auxiliary supply

3phase with neutral, 440V AC supply shall be tapped from main bus bar after the ACB for supply to lighting of the substation. Necessary protection in incomer and outgoing shall be provided.

19.0 PUSH BUTTONS

Push buttons shall be generally shrouded. Each push button shall be provided with 1 N/O and 1 N/C aux. contacts. "Stop" push button shall have, 'stay-put' feature. Colour code shall be as per IS-6875.

20.0 Testing:

Prior to dispatch, the panel will be subject to:

The tests shall be carried out in accordance with IEC 62271-202 include but not

necessarily limited to the following:

ii. Test on auxiliary and control circuits.

iii. Functional tests.

iv. Verification of correct wiring.

v. Test after assembly on site.

ii. Insulation test at 2.5 KV for 1 Minute.

iii. Megger-Test by 1000 V Megger.

TEST WITNESS

All tests shall be performed in presence of owner's representatives, if so desired by

the Owner. The Contractor shall give at least fifteen (10) days advance notice of

the date when tests are to be carried out.

TEST CERTIFICATES

Certified reports of all the tests carried out at the works shall be furnished in SIX (6)

41

Page 42: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

copies for approval of the Owner.

The equipment shall be dispatched from works only after receipt of Owner's written

approval of the test reports.

21.0 MANUAL

The bidder has to provide the complete manual for the operation of the breaker and

MCCB.

3.0 LT Cable, Cable Accessories

1. GENERAL CONSTRUCTION

1.1. Bidder has to procure the specified cable from the approved vendor list of suppliers. The cables shall be suitable for laying in trenches, ducts, and conduits and for underground buried installation with uncontrolled backfill and possibility of flooding by water and chemicals.

1.2. Outer sheath of all PVC and XLPE cables shall be YELLOW in colour and designed to afford high degree if mechanical protection & shall also be heat, oil, chemical & weather resistant. The cable sheath also suitable to protect against rodent and termite attack.

1.3. Sequential marking of length of the cable in meters shall be provided on the outer sheath at every one meter. The embossing/engraving shall be legible and indelible.

1.4. The overall diameter of the cables shall be strictly as the values declared in the technical information furnished along with bids subject to a maximum tolerance of +2&-2mm upto overall diameter of 60mm & +/-3mm for overall diameter beyond 60 mm.

1.5. PVC / Rubber end caps shall be supplied free of cost for each drum with a minimum of eight per thousand meter length. In addition, ends if the cables shall be properly sealed with caps to avoid ingress of water during transportation and storage.

1.2. PVC Cables

1.2.1. All power / control cables for use on medium voltage systems shall be heavy duty type , 1,100V grade with aluminum / copper conductor,

42

Page 43: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

PVC insulted, inner-sheathed, armoured and overall PVC sheathed as detailed below:

1.2.2. The conductors shall be “stranded” for both aluminium and copper cables. Conductors of nominal area less than 25 sq. mm shall be circular only. Conductors of nominal area 25 sq.mm and above may be circular of shaped. Cables with reduced neutral conductor shall have sizes as per Table 1 of IS 1554(Part-1). If specified in the data sheet, the copper Cables shall be tinned.

1.2.3. The core insulation shall be with PVC compound applied over the conductor by extrusion and shall conform to the requirement of type “A” compound as per IS : 5831. The thickness of insulation and the tolerance on thickness of insulation shall be as per Table 2 of IS : 1554 part-1. Control cables having 6 cores and above shall be identified with prominent and indelible Arabis numerals on the outer surface of the insulation. Colour of the numbers shall contrast with the colour of insulation with a spacing of maximum 50 mm between two consecutive numbers. Colour coding for cable up to 4 cores shall be as per applicable Indian standard.

1.2.4. The inner sheath shall be applied over the laid-up cores by extrusion and shall be PVC compound conforming to the requirements of type ST1 PVC compound as per IS: 5831. The minimum thickness of inner sheath shall be as per Table 4 of IS: 1554-Part-1.

1.2.5. The outer sheath for the cables shall be applied by extrusion and shall be of PVC compound conforming to the requirements of type ST-1 Compound as per IS: 5831. The thickness of outer sheath shall be as per relevant table of applicable latest IS: 1554(part-1).

1.3. XLPE CABLES:

1.3.1. Power cables for 1.1KV shall be aluminum conductor, XLPE insulated screened, sheathed, armoured and overall PVC sheathed as detailed below:

1.3.2. The conductors shall be stranded and compacted circular for 1.1 KV cables & should meet the requirement

1.3.3. 1.1KV cables shall be provided with both conductor screening and insulating screening. The conductor shall be provided with non-metallic extruded semi conducting shielding. The conductor screen screen shall be extruded in the same operation as insulation.

1.3.4. The core insulation shall be with cross linked polyethylene insulating compound applied by extrusion & should be manufactured with Dry/Gas curing process. It shall be free from voids and shall withstand all mechanical and thermal stresses under steady state and transient operating condition. It shall conform to the properties given in Table-1 of IS: 7098(Part-2).

43

Page 44: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

1.3.5. The insulation shielding shall be provided over the insulation & shall consist of non-metallic extruded semi-conducting compound in combination with a non-magnetic metallic screening of copper tape/wires. The copper screen of all cores combined shall be capable of carrying the Single line to ground fault current for the duration specified in the data Sheet, otherwise 300 Amps for screen of each core for duration of one Second. Vendor shall furnish calculation in support of selection of the size of copper screen along with bids.

1.3.6 The conductor screen, XLPE insulation and insulation screen shall be extruded in one operation by “Triple Extrusion Dry. Cured” process to ensure perfect bonding between the layers. The core identifications shall be colored strips or by printed numerals.

1.3.7. The inner sheath shall be applied over the laid up cores by extrusion and shall conform to the requirements of type ST2 compound of IS: 5831. The extruded inner sheath shall be of having uniform thickness.

1.3.8. For multi core cables, the armouring shall be by galvanized steel strips. The dimensions of strips shall be as per latest edition of IS: 3975. If armouring is specified/required for single core cables in that case, the same shall be with H4 grade hard drawn aluminum round wire.

1.3.9. The outer sheath of the cables shall be of PVC compound conforming to the armouring and shall be of PVC compound conforming to the requirements of Type ST2 compound of IS:5831 with suitable additives shall be provided (To prevent attack by rodent & termite). The thickness of outer sheath shall be as per amendment No. 1 to Table 5 of IS: 798- part-2.

1.3.10. The dimensions of the insulation, inner sheath and armour materials shall be governed by values given in latest IS: 7098(pt.2)1958.

1.4. CABLE ACCESSORIES:

1.4.1. The straight through jointing kits for use on the systems shall be suitable for the type of cables offered as per this specification.

1.4.2. The accessories shall be supplied in kit form. Each component of

the kit shall carry the manufacturer’s mark of origin.

1.4.3. The kit shall include all stress grading insulating and sealing materials apart from conductor fittings and consumable items. An installation instruction sheet shall also be included in each kit.

1.4.4. The contents of the accessories kit including all consumables shall be suitable for storage without deterioration at a temperature of 45 deg C, with shelf life extending to more than 5 years.

44

Page 45: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

1.4.5. Makes of kit other than those specified in data sheet may be considered for acceptance if type certificates along with CPRI approved drawings accompany the offer. The details of type tests shall be as per cl. 4.2 of this specification.

1.4.6. Terminating kits: The straight through jointing kits shall be suitable for installation on ductsand for underground burial with uncontrolled backfill and possibility of flooding by water and chemical. These shall have protection against any mechanical damage and suitably designed to be protected against rodent and termite attack. The jointing Kits shall be one of the makes/ types mentioned in the data sheet.

2. TESTING AND INSPECTION:

The cables shall be tested and examined at the manufacturer’s works. All the materials employed in the manufacture of the cable shall be subjected, both before and after manufacture, to examination, testing and approval by SBIManufacture shall furnish all necessary information concerning the supply to SBIManufacture shall furnish all necessary information concerning the supply to SBI. The inspectors shall have free access to the manufacturer’s work for the purpose of inspecting the process of manufacture in all its stage and he will have the power to reject any material which appears to him to be of unsuitable description or of unsatisfactory quality.

2.1. PVC & XLPE CABLES:

2.1.1. After completion of manufacture of cables and prior to dispatch, the cables shall be subjected to type, routine, acceptance and special tests as applicable. SBI reserves the right to witness all tests with sufficient advance notice from vendor. The test reports for all cables shall be got approved from the engineer before dispatch of the cables.

2.1.2 All routine tests, acceptance tests, type tests and additional type tests for improved fire performance shall be carried out on cables as listed in IS: 1554 Part-1, and IS: 7098 Par-2.

2.1.3. The material of fillers & inner sheath shall be compatible with the temperature ratings of the cable & shall have no detorious effect on any other component ratings of the cable. The outer sheath of XLPE cables shall be subjected to all the tests applicable for PVC cables. The test requirement for insulation and sheath of PVC cables shall be as per latest revision of IS: 5831.

2.2. CABLE ACCESSORIES:

45

Page 46: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

Type tests should have been carried out to prove the general qualities and design of a given type of termination / jointing system. The type tests shall include the following tests conforming to VDE 0278/IS specification. The type tests certificates shall be submitted along with the offer for such makes of accessories not mentioned in the data sheet.

2.2.1. Rated withstand A.C. Voltage test

2.2.2. Partial discharge test

2.2.3. Rated withstand surge voltage test

2.2.4. Continuous A.C. Voltage test with cycle current load (Number of heating Cycles-3).

2.2.5. Partial discharge test

2.2.6. Continuous A.C. voltage test with cyclic current load (Number of heating Cycles-63).

2.2.7. Thermal short circuit test

2.2.8. Continuous A.C. Voltage test with cyclic current load (Number of heating Cycles-63).

2.2.9. Rated withstand surge voltage test

2.2.10. D.C Voltage test

2.2.1.1. Test under the influence of moisture

2.2.12. Dynamic short circuit test.

PACKING AND MAKING

Cables shall be dispatched in wooden drums of suitable barrel diameter. Securely battened, with the take-off end fully protected against mechanical damage. The wood used for construction of the drum shall be properly seasoned, sound and free from defects. Wood preservatives shall be applied to the entire drum. Ferrous parts used shall be treated with a suitable rust preventive finish or coating to avoid rusting during transit or storage.

On the flange of the drum, necessary information such as project title, manufacturer’s name, type, size, voltage grade of cable, length of cable in meters drum no, cable code, BIS certification mark, gross weight etc. shall be printed. An arrow shall be printed on the drum with suitable instructions to Show the direction of the drum.

3. ERECTION SPECIFICATION FOR CABLING

46

Page 47: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

Scope

This is defining the requirements for supply, wherever applicable the installation, testing and commissioning of the cabling system.

Standards:

The work shall be carried out in the best workmen like manner in conformity with this specification, the relevant specification and codes of practice of Indian standards institution, approved drawing and instruction of Engineer-in- charge or his authorized representative issued from time to time. In case of any conflict between the standards, the instructions of Engineer- in-charge shall be binding.

Power cable specification:

Power cables for use on 415 V systems shall be of 1100 Volts grade, aluminum standard conductor, PVC insulated, and PVC sheathed single wire armoured and overall PVC sheathed. Power cables for 1.1kv systems shall be aluminum conductor, XLPE insulated, screened, PVC bedded galvanized steel flat armoured and PVC sheathed cable. All L.T. cables conform to Indian standard specification and relevant sections of IS: 1554 Part-I and II.T. Cables shall conform to IS: 7038 (Part 2).

CABLE LAYING:

3..1 Cables as far as possible shall be laid in complete, uncut lengths from one termination to the other.

3.2 Cables shall be neatly arranged in the trenches in such a manner so that criss-crossing is avoided and final takes off to the switchgear is facilitated. Arrangement of cables within the trenches shall be responsibility of the contractor. Cable routing between lined cable trench and equipment shall be taken through appropriate support arrangement.

3.3 All temporary ends of cables must be protected against dust and

moisture to prevent damage to the insulation. For this purpose, ends of

all PVC insulated cables shall be taped with an approved PVC or rubber

insulation tape. Use of friction type or other fabric type tape is not

permitted. Lead sheathed cables shall be plumbed with lead alloy.

3.4. Cables shall be handled carefully during installation to prevent mechanical injury to the cables. Ends of cables leaving trenches shall be coiled and provided with a protective pipe or cover, until such times the final termination to the equipments is completed.

3.5. Directly buried cables, if required shall be laid underground in excavated cable trenches where specified. Trenches shall be of sufficient depth and width for accommodating of all cables correctly spaced and arranged with a view of heat dissipation and economy of design. Minimum depth of buried cable trench shall be 750mm for low voltage cables, the

47

Page 48: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

depth and the width of the trench shall vary depending upon the number of layers of cables as per Indian standard.

3.6. As each row of cables is laid in place and before covering every cable shall be given an insulation test in the presence of Engineer-in-charge / SBI Any cable, which proves defective, shall be replaced before the next groups of cables are laid. All wall openings / pipe sleeves shall be effectively sealed after Installation of cables to avoid seepage of water inside building / lines trench.

3.7 Where cables rise from trenches to D.P. / S.S., MSP etc. they shall be taken in G.I. pipes / HDPE PVC pipe for mechanical protection up to a minimum permissible height. Cables ends shall be carefully pulled through the conduit, to prevent damaged to the cable. Where required, approved cable lubricant shall be used for this purpose. Where cable enters conduit the cable should be bent in large radius. Radius shall not be less than the recommended bending radius of the cables specified by the manufacture not less than 15D of cable outer diametre.

Following guide of the pipe fill shall be used for sizing the pipe Size:

1 cable in pipe - 53% full

2 cable in pipe - 31% full

3 or more cables - 43% full

4 Multiple cables - 40% full

After the cables are installed and all testing is complete, conduit Ends above grade shall be plugged with a suitable weatherproof Plastic compound / “PUTTI” for sealing purpose.

Alternatively G.I. Lids or PVC bushes shall be deemed to have been included in the Cost for the same shall be deemed to have been included in the Installation of G.I. pipe and no separate payment shall be allowed.

3.8. Where cables pass through foundation walls or other underground structure, the necessary ducts or opening will be provided in advance for the same. However, should it become necessary to cut holes in existing foundations or structures. The electrical contractor shall determine their location and obtain approval of the Engineer-in-charge before cutting is done.

3.9. At road crossing / railway crossing and other places where cables enter pipe sleeves adequate bed of sand shall be given so that the cables do not slack and damaged by pipe ends.

3.10. Drum number of each cable from which it is taken shall be recorded against the cable number in cable schedule. Cables shall be so

48

Page 49: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

routed that they will not be subjected to heat from adjacent hot piping or vessels.

3.11. Cables installed above grade shall be run in trays, exposed on walls, ceilings or structures and shall be parallel or at right angles to beams, walls or columns.

3.12. In case of individual cables or small groups which run along structure / walls etc. will be clamped by means of 16 SWG GI saddles on 25*6 mm saddle bars. The cost of the saddle and saddle bars shall be deemed to have been included in the installation of cables and no separate payment shall be made on this account. Alternative small group of cables can be taken through 100 mm slotted channel / ISMC 100 / angle support. They shall be rightly supported on structural steel and massonary individual or in groups as required, if drilling of Steel must be resorted to, approval must be secured and steel must be drilled where the minimum weakening of the structure will result. Cables shall be supported so as to prevent unsightly sagging.

3.13. If required, Cable laid on supporting angle in cable trenches, structures, columns and vertical run of cable trays shall be suitably clamped by means of G.I. Saddle / clamps, whereas cable in horizontal run of cable trays shall be tied by mean of nylon cords.

3.14 The identification marker shall be placed on each cable at every 2 Mtrs intervals and at every cable joint locations, of adequate size fabricated from 3 mm thick, 25 mm wide aluminum strip. The marker shall be tied by nylon string with cable. The marker shall be embossed by letter as stated below as applicable.

4.0 LIST OF APPROVED MAKES OF EQUIPMENTS

Sl No Equipment Approved make

1 XLPE CABLES TORRENT CABLES,HINDUSTAN VIDYUT DIAMOND CABLES,

APAR INDUSTRIES, HAVELLS, KEI IDUSTRIES , RPG

2 LT CABLES TORRENT CABLES, HINDUSTAN VIDYUT DIAMONDS CABLES,

APAR INDUSTRIES, HAVELLS, KEI INDUSTRIES ,RPG

3 END TERMINAL KITS UNCIL, RAYCHAM, BENSONS, DENSONS, M-SEAL

4 HRC FUSES HAVELLS

49

Page 50: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

5 CABLE GLANDS HME/EEW

6 LUGS DOWELLS

7 GI PIPES TISCO /SAIL/ DAMODAR / ZENITH & SHIVDURG

8 ACB L & T / SIEMENS / C & S/ SCHNEIDER

9 FUSE SWITCH L & T / SIEMENS / C & S/ SCHNIEDER

10 HRC FUSES L & T / SIEMENS / C & S/ SCHNIEDER

11 CONTACTORS L & T / SIEMENS / C & S/ SCHNEIDER

12 THERMAL O/L RELAYS L & T / SIEMENS / C & S/ SCHNEIDER

13 CONTROL SWITCHS RECOM /KAYCEE /C & S

14 PUSH BUTTONS TEKNIC / VAISHNO

15 INDICATING LAMPS TEKNIC / VAISHNO

16 TIMERS EAPL / L& T / PLA / BCH

17 INDICATING METERS IMP /AE /RISHBH / TOSHA

18 TERMINALS CONNECTWELL / ELMEX / TOSHA

19 MCBs L & T/ MDS /SCHNEIDER / HAGER /SIEMENS / C & S

20 MCCB L & T/ HAGER /SIEMENS / C & S / SCHNEIDER

21 METERING KIOSK HUPEN AND ANY OTHER MAKE APPROVED BY MSEDCL

22 22KV LOAD BREAKER SWITCH C & S/ SCHNEIER / ABB AND ANY OTHER MAKE APPROVED BY

MSEDCL

23 22KV FEEDER PILLAR SHREE ENGINEERING , SUSSES ENGINEERING/ SHREENATH ENGINEERING ANY OTHER MAKE APPROVED BY MSEDCL

50

Page 51: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

ANNEXURE - DFORMAT FOR BANK GUARANTEE TOWARDS SECURITY DEPOSIT AND

PERFORMANCE GUARANTEE(To be submitted on Rs. 200/- non judicial stamp paper)

Bank Guarantee No. __________ dated ________M/s State Bank of India,………………….,

Dear Sirs,

In consideration of M/s STATE BANK OF INDIA ,[hereinafter referred to as 'SBI' which expression unless repugnant to the context and meaning thereof shall include its successors and assigns], having agreed to exempt, M/s.____________________having its registered/principal office at_____________________________________ [hereinafter referred to as ‘Supplier / Contractor’ which expression unless repugnant to the context and meaning thereof shall include its successors and assigns], from depositing with SBI a sum of Rs.___________ towards security / performance guarantee in lieu of the said Supplier / Contractor having agreed to furnish an irrevocable bank guarantee for the said sum of Rs._________ as required under the terms and conditions of Contract / Work Order / Purchase Order no.______________________ dated __________ [hereinafter referred as the ‘Order’] placed by SBI on the said supplier / contractor, we, ______________________________ [hereinafter referred to as ‘the Bank’ which expression shall include its successors and assigns] do hereby undertake to pay SBI an amount not exceeding Rs. __________ [Rupees _________ ] on demand made by SBI on us due to a breach committed by the said Supplier / Contractor of the terms and conditions of the Order.

1. We ____________ the Bank hereby undertake to pay the amount under the guarantee without any demur merely on a demand received in writing from SBI stating that the Supplier / Contractor has committed breach of the term(s) and/or condition(s) contained in the Order and/or failed to comply with the terms and conditions as stipulated in the Order or amendment(s) thereto. The demand made on the Bank by SBI shall be conclusive as to the breach of the term(s) and/or condition(s) of the Order and the amount due and payable by the Bank under this guarantee, notwithstanding any dispute or disputes raised by the said Supplier / Contractor regarding the validity of such breach and we agree to pay the amount so demanded by SBI forthwith and without any demur. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. ______________ [Rupees _________________ ].2. We, ______________ the Bank further agree that this irrevocable guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Order and that it shall continue to be enforceable till all the dues of SBI under or by virtue of the said Order have been fully paid and its claim satisfied or discharged or till SBI certifies that the terms and conditions of the Order have been fully and properly carried out by the Supplier / Contractor and accordingly discharge the guarantee. 3. We ________________ the Bank, undertake to pay to SBI any money so demanded notwithstanding any dispute or disputes raised by the said Supplier / Contractor in any suitor

51

Page 52: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

proceedings pending before any court or tribunal relating thereto as our liability under this present being absolute and unequivocal. The payment so made by us under this Guarantee shall be valid discharge of our liability for payment there under and the said Supplier / Contractor shall have no claim against us for making such payment. 4. We ________________ the Bank further agree that SBI shall have full liberty, without our consent and without affecting in any manner our obligation hereunder to vary any of the terms and conditions of the Order or to extend time of performance by the said Supplier / Contractor from time to time or to postpone, for any time or from time to time, any of the powers exercisable by the SBI against the said Supplier / Contractor and to forbear or enforce any of the terms and conditions relating to the Order and shall not be relieved from our liability by reason of any such variation or extension being granted to the said Supplier / Contractor or for any forbearance, act or omission on the part of SBI or any indulgence by SBI to the Supplier / Contractor or by any such matter or thing whatsoever which under the law relating to sureties would but for this provisions have effect of so relieving us. In order to give full effect to this guarantee, STATE BANK OF INDIA will be entitled to act asif the BANK were the principal debtor and the BANK hereby waives all rights of surety ship.

5. Our liability under this bank guarantee is restricted to Rs. ______ [Rupees _____________] and shall remain in force up to _________ and thereafter till the expiry of the extended period, if any, (hereinafter Validity period). Unless a demand is made under this guarantee on us in writing at any time from the date of issue of the guarantee till the expiry of the Validity period, we shall be discharged from all liabilities under this guarantee thereafter.

6. The claim, if any, under this guarantee, shall be lodged at (address of BANK & Branch) _________________.

7. This guarantee will not be discharged due to change in the constitution in the Bank or the said Supplier / Contractor or the provision of the contract between Supplier / Contractor and SBI

8. The BANK hereby agrees that the Courts in Mumbai shall have exclusive jurisdiction in any matter of dispute between SBI and the Bank and the Bank hereby agrees to address all the future correspondence in regard to this bank guarantee to The Deputy General Manager (B & O ), State Bank of India, Zonal Office I, Sharada Chamber, Shankarshet Road, 386/2, Shankarshet Road, Pune-411037.

9. We have the power to issue this Guarantee in your favour under the Charter of our Bank and the undersigned has full power to execute this Guarantee under the Power of Attorney granted to him by the Bank.

10. We, _________ the Bank lastly undertake not to revoke this guarantee during its currency except with the previous consent of the SBI in writing. 11.

SIGNED AND DELIVERED ON THIS _______________ DAY OF ________

Yours faithfully,

For and on behalf of _____________________. (bank) Signature of Authorised Official of bank

Name of the Official: Designation of the Official: Name of

52

Page 53: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

Bank:Branch:Address of Branch: Telephone / Mobile No: Fax Email Id:

ANNEXURE-E(FORMAT FOR SOLVENCY CERTIFICATE)

(On Bank’s Letter Head) ______________________________________________________________________ REF NO:………………… DATE:

To Whomsoever Concerned

This is to certify that to the best of our knowledge and information, M/s

___________________________ (Bidders name with complete address), a customer of

our Bank, is respectable, and is capable of executing orders to the extent of

Rs_________

(Rupees________________________). M/s _________________ have been our customer since ______

to date and has been granted the following limits, at present, against various facilities

granted by the Bank:

……………………… ……………..

……………………… ……………...

This certificate is issued without any guarantee, risk or responsibility on behalf of the

Bank or any of its officials.

This certificate is issued at the specific request of the customer.

Yours faithfully,(Bank Official’s signature & stamp)

53

Page 54: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

ANNEXURE- V

MODALITIES FOR PROCUREMENT THROUGH REVERSE AUCTION

The following steps noted below shall be the general methodology for carrying out the process of procurement through the route of Reverse auction. Please note that some of the steps enumerated may vary or be replaced / deleted in order to accommodate for certain systemic or procedural compliance.

1. The offers shall be called in 2 Bid System. The bidders shall be required to submit their offers in 2 separate envelope parts- (a) ‘Technical & Un-priced Commercial Bid’ and (b) ‘Price Bid’. The Technical & Un-priced Commercial Bid shall contain along with the duly filled-in requisite Annexures, the “Format A - Process Compliance Form” (as per attached format) on bidder’s letterhead, confirming acceptance of all the terms for participating in the Reverse Auction. Non-acceptance / Non-submission of the “Process Compliance Form” shall be a basis for rejection of the offer.

2. The first part of the offer, Technical & Un-priced Commercial Bid, shall be opened on the due date and time as per the NIT, in the presence of the representatives of those bidders who choose to remain present.

3. The Technical & Un-priced Commercial bids opened shall be scrutinized for technical and commercial acceptability including the pre-qualification criteria (the existing pre-qualified suppliers shall be exempt from this criteria). The offers not fulfilling the technical criteria

4. as per the NIT shall be rejected outright.

5. The offers will be evaluated as per the evaluation procedure mentioned in the NIT. The offer which meets the NIT requirements, technically (including pre-qualification criteria) and commercially, shall be eligible for further consideration. Before opening of the Price Bids, offers of all techno-commercially acceptable tenderers shall be at par. The tenderers whose offers qualify shall be intimated regarding the due date and time of opening of price bid. The bidders have the option of attending the opening of the Price Bids at the due date and time.

6. After opening the price bids and arriving at evaluated cost to STATE BANK OF INDIA, the tenderers whose price bids have been opened shall be required to participate in the Reverse Auction event conducted by the STATE BANK OF INDIA’s Service Provider i.e. e- Procurement Technologies Limited, Ahmedabad

54

Page 55: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

7. It shall be STATE BANK OF INDIA’s discretion to use the Lowest Evaluated Cost (Unit Rate) obtained amongst the Price Bids opened or any other price as decided by STATE BANK OF INDIA as the Opening Bid Price for the Reverse Auction.

BUSINESS RULES FOR REVERSE AUCTION

A. GENERAL TERMS AND CONDITIONS OF REVERSE AUCTION (ON-LINE BIDDING ON INTERNET)

1. For the reverse auction, technically and commercially acceptable tenderers only shall be eligible to participate.

2. STATE BANK OF INDIA through authorized service provider will provide all necessary training and assistance before commencement of on line bidding on Internet.

3. STATE BANK OF INDIA will inform the tenderer in writing the details of service provider including contact details to enable them to contact and get trained.

4. Business rules like event date, time, start price, bid decrement, extensions, etc. also will be communicated through service provider for compliance.

5. Tenderers have to enclose the duly signed & filled-in compliance form in the prescribed Format A – Process Compliance Form along with the un-priced commercial bid. Without this said form, the tenderer will not be eligible to participate in the tender. valid Certifying Authority approved by Government of India for participation in the Reverse Auction event at the time of submission of offer. The cost of digital signature will be borne by respective tenderer.

7. STATE BANK OF INDIA will provide the evaluation sheet (e.g.: EXCEL sheet) to each tenderer, if any, the start of reverse auction which will help to arrive at “Evaluated Cost to STATE BANK OF INDIA” as detailed in NIT.

8. Reverse auction will be conducted on schedule date & time. 9. At the end of reverse auction event, the evaluated lowest tenderer cost will be

displayed on the auction website.

10. The lowest tenderer has to fax / e-mail the duly signed filled-in prescribed Format B – Price Confirmation as provided to STATE BANK OF INDIA immediately after closing of reverse auction event .

11. The reverse auction will be treated as closed only when the bidding process gets closed in all respects for the item listed in the Reverse Auction (RA) event.

B. Business Rule for finalization of the procurementPlease go through the guidelines carefully given below and submit your acceptance to the same in the attached prescribed Format A – Process Compliance Form along with the un-priced commercial bid.

1. Reverse Auction ON-LINE BIDDING ON INTERNET) shall be conducted by STATE BANK OF INDIA, on pre-specified time & date, the tenderers shall be quoting from their own offices/ place of their choice. Internet connectivity and other paraphernalia requirements shall have to be ensured by tenderers themselves.. In order to ward-off such contingent situation like internet connectivity failure, power failure etc., tenderers are requested to make all the necessary arrangements / alternatives whatever required so that they are able to circumvent such situation and still be

55

Page 56: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

able to participate in the reverse auction successfully. However, the tenderers are requested to not to wait till the last moment to quote their bids to avoid any such complex situations. It is to be noted that either STATE BANK OF INDIA or STATE BANK OF INDIA’S SERVICE PROVIDER shall not be responsible for these unforeseen circumstances

2. STATE BANK OF INDIA’S SERVICE PROVIDER shall arrange to train the nominated person(s) of the tenderer, without any cost. Service provider shall also explain all the Rules related to the Reverse Auction mentioned in the Business Rules Document to be adopted, as per NIT.

3. OPENING PRICE / BID DECREMENT: The opening bid price of the Reverse Auction and the bid decrement value shall be available to the tenderers on their respective bidding screen.

4. BID PRICE: The Tenderer has to quote the Evaluated Cost to STATE BANK OF INDIA for the items specified. Any techno-commercial loading, to arrive at the Evaluated Cost to STATE BANK OF INDIA, shall be intimated to tenderers prior to Reverse Auction event in the form of Evaluation sheet. Detailed evaluation procedure of bids is mentioned in the NIT as annexure ….

5. Procedure for Reverse Auctioning

a. Reverse Auction: STATE BANK OF INDIA will declare its Opening Price (OP), which shall be displayed to all tenderers during the start of the Reverse Auction. The tenderer will be required to start bidding after announcement of Opening Price and decrement amount. Opening Price displayed on screen is evaluated price to STATE BANK OF INDIA. The first online bid and the subsequent bids, received in the system during the event shall be less than the Auction's opening bid price by one decrement or multiples of decrement.

b. Reverse Auction shall be for a period of 60 minutes or as per STATE BANK OF INDIA’s requirement. If a tenderer places a bid in the last 5 minutes of closing of the Reverse Auction and if that bid gets accepted, then the auction’s duration shall get extended automatically for another 5 minutes, for the entire auction (i.e. for all the items in the auction), from the time that bid comes in. The auto-extension will take place only if a bid is received & accepted in those last 5 minutes. If the bid does not get accepted, the auto-extension will not take place. In case, there is no bid in the last 5 minutes of closing of Reverse Auction, the auction shall get closed automatically without any extension. However, tenderers are advised not to wait till the last minute or last few seconds to enter their bid during the auto- problems, system crash down, power failure, etc.

c. After the completion of Reverse Auction, the Closing / Final Price (CP) shall be available on auction screen.

d. At the end of the reverse auction, L1 tenderer (i.e. tenderer who has quoted lowest final closing price) has to provide price confirmation giving a detail break up through email or fax on tenderer’s letter-head immediately as per attached prescribed FORMAT B – Price Confirmation.

6. During Reverse Auction, if no bid is received within the specified time, STATE

56

Page 57: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

BANK OF INDIA, at its sole discretion, may decide to reschedule / scrap the Reverse Auction process / proceed with conventional mode of tendering / or finalize the tender based on Prices Bid submitted in the envelope

7. Placement of order on the conclusion of Reverse Auction shall be at the discretion of STATE BANK OF INDIA. Bids once made by tenderer, cannot be cancelled or withdrawn.

8. It shall be the prerogative of STATE BANK OF INDIA to offer the Final / Closing Price of Reverse Auction to the other bidders for matching in case STATE BANK OF INDIA decides to have more than one supplier. The bidders shall be offered to confirm FINAL / Closing Price in Reverse Auction in sequence of their ranking in Final Price offered during Reverse Auction event.

9. The tenderer shall be assigned a Unique User Name & Password by STATE BANK OF INDIA’S SERVICE PROVIDER. The tenderer are advised to change the Password and edit the information in the Registration Page after the receipt of initial Password from STATE BANK OF INDIA’S SERVICE PROVIDER to ensure confidentiality. All bids made from the Login ID given to tenderer will be deemed to have been made by them.

10. The tenderer will be able to view the following on screen along with the necessary fields in the Reverse Auction:

l Leading Bid in the Auction (Current Lowest Rate) l Bid placed during the event l Opening Price & Decrement Value.

11. STATE BANK OF INDIA’s decision for award of Contract shall be final and binding on all the Tenderers.

12. STATE BANK OF INDIA shall not have any liability to tenderers for any interruption or delay in access to the site irrespective of the cause.

13. The tenderer will be required to submit their acceptance to the terms / conditions / modality given above before participating in the reverse auction.

C. Other terms & conditions The Tenderer shall not indulge either by himself or through any of his representatives

in Price manipulation of any kind ether directly or indirectly and shall not divulge, in any manner, the details of rates and other information connected with the tender to other suppliers / tenderers.

The Tenderer shall not divulge particulars of his Bids or any other exclusive details of STATE BANK OF INDIA to any other party.

STATE BANK OF INDIA and/or STATE BANK OF INDIA’S SERVICE PROVIDER shall not have any liability to Tenderers for any interruption or delay in access to the site irrespective of the cause.

STATE BANK OF INDIA and/or STATE BANK OF INDIA’S SERVICE PROVIDER is not responsible for any damages, including damages that result from, but are not limited to negligence.

57

Page 58: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

STATE BANK OF INDIA and/or STATE BANK OF INDIA’S SERVICE PROVIDER will not be held responsible for consequential damages, including but not limited to systems problems, inability to use the system, loss of electronic information etc.

Process Compliance Form

(Tenderers are required to print this on their company’s letter head and sign, stamp before putting it into un-priced commercial bid)

To

M/s. State Bank of India ,Zonal Office-I, Pune

Sub: Acceptance to the Process related Terms and Conditions for the Reverse Auction

Dear Sir,

This has reference to the Terms & Conditions for the Reverse Auction mentioned in the NIT-AN-44178

We hereby confirm the following -

1. The undersigned is authorized representative of the company.

2. We have carefully gone through the NIT, Tender Documents and the Business Rules governing the Reverse Auction as well as this document.

3. We also confirm that we will undergo the training by STATE BANK OF INDIA’s SERVICE PROVIDER on the auction tool and the functionality of the same..

4. We confirm that STATE BANK OF INDIA and STATE BANK OF INDIA’S SERVICE PROVIDER shall not be liable & responsible in any manner whatsoever for my/our failure to access & bid on the e-auction platform due to loss of internet connectivity, electricity failure, virus attack, problems with the PC, any other unforeseen circumstances etc. before or during the auction event.

5. We also confirm that we have a valid digital certificate issued by a valid Certifying Authority and self attested copy enclosed

6. We also confirm that we will fax / e-mail the price confirmation & price break up of our quoted price as per FORMAT B – Price Confirmation after the closing of reverse auction event

We, hereby confirm that we will honour the Bids placed by us during the auction process.

With regards

Signature with company sealName –Company / Organization –Designation within Company / Organization –Address of Company / Organization –E-mail Id:Tel no:.

58

Page 59: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

Mobile no. :

FORMAT – B

as our final lump sum prices during the Reverse Auction conducted on _________ (date) (Price Breakup attached as per STATE BANK OF INDIA evaluation sheet (excel) format)

With regards

Signature with company sealName –Company / Organization –Designation within Company / Organization –Address of Company / Organization –E-mail IdTel no.:Mobile no:.

CONTACT INFORMATION

M/s e-Procurement Technologies Ltd for conducting e-Reverse Auction)

State Bank of India,Zonal Office, Pune

Mr. Nilay Thakkar(Ph:No- 07940230808/803/807)

Email: [email protected]

Shri S.KrishnanChief Manager (Electrical)

Mob:9923206097PH- 020-26404357

[email protected]

Mr. Puja Jain (Mob: +91 9879996111)

Email: [email protected]

--**--**

59

Page 60: AT PIMPRI, PUNE...PUNE-411037 TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF LT PANEL & SHIFTING OF 22KV/0.433KV SUBSTATION AT PIMPRI, PUNE 1 TENDER NO. : DGM(B & O ) / PREM/ 2017-18

60