central electronics limited - celindia.co.in tender.pdf · tender document: c-2(b)/wc/907/ 207/2017...
TRANSCRIPT
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
1
CENTRAL ELECTRONICS LIMITED(A Public Sector Enterprise)
TENDER DOCUMENT
ForPhase 2 projects.
“S.I.T.C. of compact substation, H.T. cables, DG synchronization panel forconnection of BESS to our internal grid at CEL.”
Tender notice no. C-2(b)/WC/907/ 207/2017 Dated 14-09-2017
Assistant General Manager (Materials)Materials Management DivisionCentral Electronics Limited,4, Industrial Area, Saur Orji Marg, Sahibabad – 201 010 (UP) INDIATel. No. 0091-120-2895145 Fax No. 0091-120-2895148Email: [email protected] Website: www.celindia.co.in
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
2
CENTRAL ELECTRONICS LIMITED(A Public Sector Enterprise)
4, Industrial Area, Saur Urja Marg, Sahibabad – 201 010 (UP) INDIATel. No. 0091-120-2895145 Fax No. 0091-120-2895148
Email: [email protected] Website: www.celindia.co.in
TENDER NOTICE
Tender notice no. C-2(b)/WC/0907/ 207/2017 Dt. 14-09- 2017
Central Electronics Limited invites sealed bids (Technical & Financial) from eligible bidders which are
valid for a minimum period of 90 days from the date of opening (i.e.,05-10-2017) for the “S.I.T.C. ofcompact substation, H.T. cables, DG synchronization panel for connection of BESS to our internal gridat CEL.”
Scope of Work
Estimated cost
S.I.T.C. of compact substation, H.T. cables, DG synchronization panel forconnection of BESS to our internal grid at CEL.
Rs 1,77,56,000/-
Earnest MoneyDeposit
Rs 3, 55,120/- (Rupees Three lakhs fifty five thousand one hundred twentyonly)
Interested parties may view and download the tender document containing the detailed
terms & conditions, free of cost from the website http://eprocure.gov.in/ or
http://www.celindia.co.in / tender.asp
Please see document control Sheet at Annexure -1.
For CENTRAL ELECTRONICS LIMITED
Sd-
Assistant General Manager (Materials)
Materials Management Division
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
3
Eligiblity criteria:
1. Experience of having successfully completed works likes supplying installation andcommissioning of H T (33/11 KV and aboves ) switchgears, indoor and outdoortransformers , cabling and controling equipments etc in govt. /PSU in last seven years.
work order with work completion certificate and other documents evidences must be
enclosed with technical bid)
Three similar completed works each costing not less than Rs. 71,02,400/-or
Two similar completed works each costing not less than Rs. 1,06,53,600/-or
One similar completed works each costing not less than Rs. 1,42,04,800/-
2. Tenderer should have “A” class Electrical contractor licencese (up to 33 KV for LT/ HTworks) issued by Govt. of Delhi, U P, Haryana, or any other State Govt. should submitcopy of the same with tender Documents.
3. Contractor/Agency Should be registered in GST and have valid ESI, PF, PAN. Relateddocuments evidences must be enclosed with technical bid.
4. Tenderer should submit Balance Sheets with profit and loss account details for last 3
financial years must be enclosed with technical bid.
5. Tenderer average turnover should not be less than Rs. 53.26 lakhs in last three financial
years up to ending of March 2017.
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
4
TENDER DOCUMENT for Tender notice no. C-2(b)/WC/907/ 207/2017
Important Instructions: -
1. The following documents/Annexure are part of tender document:a. Tender noticeb. Document Control Sheet : Annexure-1c. Price bid format : Annexure-2d. Detailed Technical Specifications : Annexure-Ae. List of approved makes : Annexure-Bf. Commercial terms and conditions : Annexure-Cg. Additional terms and conditions : Annexure-Dh. Format for submission of commercial details : Annexure-Ei. Schedule of exception & Deviations : Annexure-Fj. Format for submission of Vender Data : Annexure-Gk. Tender acceptance letter : Annexure-H
2. Quotations shall be liable to be rejected if there is/are any deviation(s) from the specifications.3. Bidder who is Micro & Small Enterprise should enclose copy of valid Certificate of Registration with DIC or
KVIC or KVIB or Coir Board or NSIC or DHH or any other body specified by Ministry of Micro, Small andMedium Enterprises, Govt. of India to avail benefits under the “Public Procurement Policy for Micro & SmallEnterprises (MSEs) Order 2012”.
4. Catalogue, literature, specification details should accompany with quotation.5. Any deviation from specification & terms & conditions to be mentioned as schedule of exceptions & deviations
vide Annexure E. Any deviations whether technical or commercial stated elsewhere in the bid shall notbe taken into account and may render the bid non-responsible and liable to be rejected.
6. Vendor Data should be submitted in the Format for submission of Vendor Data as per annexure G.7. Quotation should be submitted in two bid system.8. Quotation should be submitted in sealed envelope. There will be 2 sealed covers/envelops in the quotation
and following are to be submitted in your quotation:
a) Cover – 1:i. Earnest Money Deposit demand draft or TT acknowledgement or document(s) for exemption from
submission of EMD.ii. Deviations (if any) from Specifications, Commercial Terms and Conditions on Schedule of
Exceptions & Deviation as per format at Annexure F.iii. Filled up Format for Submission of Vendor Data as per format at Annexure G.iv. Technical catalogue, literature and approval/registration certificate, if any, required as per details in
the tender.v. Balance Sheets with profit and loss account details for last 3 financial years.vi. Copy of GST registration, Excise Registration, PAN Card, Income Tax Return of last 3 financial
years,vii. Tender acceptance letter as per format at Annexure H.viii. Proof of fulfillment of eligibility criteria.
b) Cover – 2, Finance: This must contain only the Price Bid on company’s letter head as per Price Bidformat (Annexure 2).
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
5
Annexure-1
Document Control Sheet
Tender Reference No. C-2(b)/WC/907/207/2017Name of Organization Central Electronics Limited
Tender Type(Open/Limited/EOI/Auction/Single)
OPEN
Tender Category (Services/Goods/works) works
Type/Form of Contract (Work/Supply/Auction/Service/Buy/Empanelment/Sell)
works
Payment Mode (Online/Offline) Off line
Date of Issue/Publishing 14-09-2017 (18:00 Hrs)
Document Download/Sale Start Date 14-09-2017 (18:00 Hrs)
Document Download/Sale End Date 05-10-2017 (15:00 Hrs)
Bid submission Start Date 14-09-2017 (18:00 Hrs)
Pre bid meeting 25-09-2017 (14:00 Hrs)
Last Date and Time for Submission of Bid 05-10-2017 (15:00 Hrs)
Date and Time of Opening of Bid 05-10-2017 (15:30 Hrs)
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
6
Annexure-2
Price bid
Part- A
S.No
Description of Item Unit Qty Rate Amount
A1 33KV OUTDOOR VCB PANEL
Supply, installation, testing and commissioning of 33kV OutdoorVCB 1250Amp, 1500 MVA,25 KA, Motorized (220 V AC), closing& tripping coil 24V C, with required support structure and metalclad VCB fabricated out of minimum 2mm thick sheet steel,powder coated as per specifications. The panel shall be completewith cable termination arrangement suitable for 01 incoming ofsize 3Cx 185 Sqmm XLPE insulated, Al Conductor, armouredcable & 01 no outgoing suitable for size 3Cx 185 Sqmm XLPEinsulated, Al Conductor, armoured cables, Cu bus bararrangement . The panel shall comprise of the followings:(Single line diagram attached for reference.)Provision ofpotential free contact for BMS/FFS. as per specificationcomplete as required. 33 KV Outdoor VCB as above Set 1
A2CONTROL RELAY PANEL
2.1 Supplying, Installation Testing and commissioning Control relaypanel indoor type suitable for above outdoor VCB with AmpMeter and suitable relay to control the VCB remotely fromcontrol room as per specification and SLD. Set 2
A3MISC. WORKS
3.1
Supplying, Laying testing and commissioning of the cableunderground by digging the soil and provide sand and brickprotection and back fill the soil, cable shall be below at least1200 mm from the normal ground level complete as required.
3.1.1 3cx240 sq mm XLPE 33 KV(E) HT Cable RM 50
3.2Supply Laying testing and commissioning of the cable onexisting cable tray/surface complete as required.
3.2.1 3cx240 sq mm XLPE 33 KV(E) HT Cable RM 10
3.3Supply and termination of cable with heat shrinkjoint complete as required
3.3.1 Cable termination (Out door type)
3.3.2 3cx240 sq mm XLPE 33 KV(E) HT Cable Sets 6
3.4 Cable termination (Indoor type)
3.4.1 3cx240 sq mm XLPE 33 KV(E) HT Cable Sets 0
3.5Supply, laying, testing and commissioning of the cableunderground by digging the soil and provide sand and brickprotection and back fill the soil, cable shall be below at least 750
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
7
mm from the normal ground level complete as required.
3.5.1 Copper control cable 12c x 2.5 sq mm RM 250
3.5.2 Copper control cable 4c x 2.5 sq mm RM 10
3.6Supply and termination of cable with brass compression glandcomplete as required
3.6.1 Copper control cable 12c x 2.5 sq mm Set 2
3.6.2 Copper control cable 4c x 2.5 sq mm Set 2
3.7Supply and laying of Hume Pipe NP-2 Grade undergroundincluding digging of soil and back fill as per site requirement.
3.8 RCC Hume Pipe dia 300 mm RM 20
3.9 RCC Hume Pipe dia 150 mm RM 20
4
Supply and making of chamber including cost of bricks, cement,and coarse sand complete with Chamber cover with holdingfacility, plastering of inner wall of chamber complete asrequired.
4.1 1000mmx1000mmx1000mm Nos. 6
5Supply and laying of 33 KV Safety Insulation Mats as perIS:15652 Superseding IS:5424/69 wasintroduced in the year 2007 RM 0
6Supply Installation testing and commissioning of Maintenancefree earthing system.
6.1
Maintenance free chemical compound earthing system with 3meter long copper pipe in pipe dia 50 mm and wall thickness 2mm, compound 32 kg. teksai complete with chamber cover ofpoly plastic. CPRI Tested Sets 2
6.2
Maintenance free chemical compound earthing system with 3meter long copper pipe in pipe dia 50 mm and wall thickness 3mm, compound 32 kg. teksai complete with chamber cover ofpoly plastic. CPRI Tested Sets 6
7 Supply and laying of earthing strip
7.1Copper size 50x6 mm thick with heat shrink sleeve and Multistrand cable near joints RM 50
7.2 G.I. size 50x6 mm thick RM 600
8
Supply and Installation of civil work for fixing of Structure forinstallation of Circuit breaker VCB/ SF6 of 33 KV Grade in yardincluding providing of RCC foundation of grade M-20 completein all respect. Set 1
Total of Part-APART - B (Option-2)(Existing + New)
B1 MAIN SOLAR PANEL
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
8
Supply, installation, testing and commissioning of dust, dampand vermin proof cubicle free floor, indoor type factory builtsheet steel enclosed modular bolted construction extendableMain LT panel Phase-I Block, suitable for operation on 11KV±10% volts, 50 Hz AC 3 phase 3 wire supply system fabricatedout of Form 4b compartmentalized design and covered withCRCA sheet steel of 2mm thick for frame work and 1.6mm thickfor doors/ covers, 3mm thick for gland plates i/c cleaning &finishing complete with 9 tank process for powder coating inapproved shade, having extensible type TP Aluminium bus barsof high conductivity, DMC/SMC bus bar supports, with shortcircuit with stand capacity of 35kA for 1 sec., bottom basechannel of section not less than ISMC 75mm, fabrication shall bedone in transportable sections, entire panel shall have a commoncopper earth bar of suitable size with 2 nos earth studs, solidconnections from main bus bar to switch gears with requiredsize of Aluminium bus bars, including control wiring with1.5sqmm. PVC insulated FRLS copper conductor Single Corecable for voltage & 2.5sq.mm for current circuits, VCBs shouldhave numerical relay with IEC 616850 protocol so that micro-grid controller can give and take signal remotely to relay forautomatic operation of VCBCable alleys, cable gland plates in two half, danger notice plate,interconnections, necessary metering protections & indicationsand mounted with the following switch gears as per drawing andtechnical specifications etc. complete as required.Incomer-1 From 600 kva Solar generation PSS output at 11KV800 Amp. 3 Pole VCB ON/OFF Indicator and AV and Bidirectional KWh MeterIncomer-2 From Synchronized DG Supply at 11 KV
800 Amp. 3 Pole VCB ON/OFF Indicator
Incomer-3 From Electricity board Supply at 11 KV
800 Amp. 3 Pole VCB ON/OFF Indicator and AV and Bidirectional KWh MeterIncomer-4 From Solar Battery Bank Supply at 11KV(Provided by CEL)800 Amp. 3 Pole VCB ON/OFF Indicator and AV and Bidirectional KWh MeterOutgoing-1 at 11 KV (Provided by CEL)
800 Amp. 3 Pole VCB ON/OFF Indicator and AV and KWh Meter
Outgoing-2 at 11 KV (Provided by CEL)
800 Amp. 3 Pole VCB ON/OFF Indicator and AV and KWh Meter
B1 MAIN SOLAR PANEL AS ABOVE Set 1
PART - C
C1 DG SYNCHRONIZATION PANEL- (AT SUBSTATION)
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
9
Supply, installation, testing and commissioning of dust, dampand vermin proof cubicle free floor, indoor type factory builtsheet steel enclosed modular bolted construction extendable DGSynchronizing Panel, suitable for operation on 415 ±10% volts,50 Hz AC 3 phase 4 wire supply system fabricated out of Form4b compartmentalized design and covered with CRCA sheetsteel of 2mm thick for frame work and 1.6mm thick for doors/covers, 3mm thick for gland plates i/c cleaning & finishingcomplete with 9 tank process for powder coating in approvedshade, having extensible type 4P Aluminium bus bars of highconductivity, SMC bus bar supports, with short circuit with standcapacity of 50KA for 1 sec., bottom base channel of section notless than ISMC 75mm, fabrication shall be done in transportablesections, entire panel shall have a common copper earth bus barto switch gears with required size of Alum. bus bars and inter-connection with solid copper conductor wires/ aluminiumstrips, neutral links,Including control wiring with 1.5sqmm. PVC insulated FRLScopper conductor Single Core cable for voltage & 2.5sq.mm forcurrent circuits, cable alleys, cable gland plates in two half,danger notice plates, etc. necessary metering protections &indications and mounted with the following switch gears as perdrawing and technical specifications etc. complete as required.Incoming-I
800 Amp. 4 Pole ACB - 1 set (From Existing 500kVA DG Set-1)
Incoming-II
800 Amp. 4 Pole ACB -1 set (From 500kVA DG Set-2)
Incoming-3
800 Amp. 4 Pole ACB - 1 set (From 500kVA DG Set-3)
Incoming-4
800 Amp. 4 Pole ACB - 1 set (From 500kVA DG Set-3)
Outgoings
i) 3200 Amp. 4 Pole ACB - 1 set ( for 2000 KVA transformer)
ii) 1600 Amp. 4 Pole ACB - 1 set (for SPV- LT PANEL AT33KV/440 V SUB STATION)NOTE:- Breaker and PLC shall be separate
Synchronization panel should be complete in all respectincluding control wiring, communication cables, powersupplies, auxiliary relays etc. required for successful runningof the system.DG SYNCHRONISING PANEL as above and specification Each 1
C 2 Supplying, installation , testing and commissioning of 2000KVA, 415/11000V step up oil cooled Transformer with offcircuit tap changer of -5% to +5% in steps of 2.5 %Transformer as per specification. Each 1
PART-DS.No.
Description Unit Qty.
DUnitized Substation with One panel SF6 Insulated Panel, DryType Transformer and LT ACB/ MCCB for 600 KW solar plant.
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
10
Design, Manufacturing, supply installation , testing &commissioning of 11kV Outdoor type Package Sub-Stationconsisting of 0.406/11KV, DRY type, isolated transformer, HTpanel, LT panel inside GI sheet steel enclosure with allinterconnections, fully type tested as per the IEC-1330 completein all respect, civil foundation ,consisting of following items & asper detailed technical specifications:
HT PANEL
11kV, 630A, 21kA/3 sec Compact VCB panel consisting of 1 no.fixed type Vacuum Circuit Breaker as main incomer for makingand breaking of fault current. Vacuum Circuit Breakers alongwith air insulated Metering module. All the live parts, VCBmodules, isolators, earth switches must be sealed withinrobotically welded single stainless steel tank filled with SF6 gasas insulation having IP67 degree of protection. VCB module ofthe panel should have hinged arc proof cable doors with selfinterlocking mechanism to the corresponding earth switch, allcable terminations shall be from the front, ring core CTs formetering & protection purposes, self powered microprocessorbased numerical 3 O/C & 1 E/F relay for protection in VCBs.Transformer auxiliary protection relays for WTI trip & alarmwith 4 window annunciation. Arrangement for connectingincoming cable and outgoing to primary of transformer.Switchgear shall be complete with all connection, Copperbusbars, cable supports, manometer, voltage indications,mechanical indications for breaker ON/ OFF/ TRIP/ SPRINGCHARGED etc as per IS:13118, 5227, 5463. IEC:265, 129, 298,694, 529.
Multifunction Meter (A, V, kWH, kVAR, PF) in the Line PTpanel along with 1set of PT of 11kV/ 110V CL1.0, 50VA 24 VDC motorized system in VCB.
LT PANEL
433V LT Indoor panel with copper Bus bars, Fabrication using1.5/2 MM CRCA sheet steel, Ingress protection IP4X, solidlyearthed at substation complete with internal wiring, 1set of LTast resin CT's, PT's & multifunction meter Load Manager (A, V,kWH, kVA, kVAR), R Y B indication lamps, ON/ OFF/ Tripindication lamps, control MCB's and wiring etc. consisting offollowing.The panel shall include 1600Amp ACB, 4 pole, 50 kA withmicroprocessor based O/C, S/C & E/F releases. Breaker to act asIncomer cum outgoing. Ics=Icu for the breaker.
OUTDOOR ENCLOSURE :
Outdoor type enclosure having modular construction ofGalvanized Sheet Steel. The Enclosure shall have IP54 degree ofprotection for HT and LT switchgear compartment and IP23Ddegree of protection for Transformer compartment. Theenclosure exterior shall be painted with poly urethane paint.Each compartment will be provided with the door and padlocking arrangement. The Compartment illumination lamp withdoor operated switch shall be provided for each compartment.Interconnection Between HT switchgear and Transformer usingXLPE Single core cable & Interconnection between Transformerand LT switchgear using Busbars. All metallic components shall
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
11
be earthed to a common earthing point.
TRANSFORMER
1 No. 1000 kVA, 406V/11kV, DYn11, AN, Cast Resin, dry type ,isolation transformer, shielded type with off circuit tap changerof -5% to +5% in steps of 2.5 % Transformer. Losses should beas required by ECBC 2007 or less.
INTERCONNECTION & EARTHING :
Internal factory connections Between HT switchgear andTransformer shall be done using 1Cx3Rx185Sq.mm XLPE singlecore copper conductor cable and interconnection betweenTransformer and LT switchgear using tinned copper bus bars.All metallic components shall be earthed to a common earthingpoint.
D1
Unitized substation as described above, complete in allrespect with civil foundation as direction of manufacturer/ asper specifications.
Set 1
PART-E Dismantling and Buy Back
E 1
Dismantling, shifting and re-installation, testing andcommissioning of 500KVA DG sets, shifting with all accessories,including loading, unloading shifting with in max distance 700Meter in CEL campus. To be installed at new location as directionof engineer -in charge, with making CC foundation as perrecommendation of DG manufacturer. Complete in all respectwith all accessories etc. with testing and commissioning as reqd.
1.1500 KVA DG with soundproof canopy complete with allaccessories. Sets 3
E 2
Dismantling and buyback of running, sound, and healthy(SKODAMAKE) DG set 860 KVA with accessories like Cooling tower,Lube Tank, Control Panel, heat exchanger, and its pumpingsystem.(But without air compressor and bottle) mfg -1985 set 1
E 3Dismantling and buyback of running 1000 kva step up outdoortransformer (433/11000 volt) having off load tape changer - no. 1Dismantling and buyback of running 315 kva step downindoor transformer (11000 /433 volt) having off load tapechanger-
E 4 Dismantling and buyback of operational 110 kva dg set job 3
E 5Dismantling and shifting of 11 kv indoor VCB panels to outsideof building job 4
PART-F Misc Work For the Installation Solar/ Battery
S.No.
Description Unit Qty.
F 1 MISC. WORKS
1
Supply Laying testing and commissioning of the cableunderground by digging the soil and provide sand and brickprotection and back fill the soil, cable shall be below at least1500 mm from the normal ground level complete as required.
1.1 3cx185 sq mm XLPE 11 KV(E) HT Cable RM 1000
1.2 3cx240 sq mm XLPE 11 KV(E) HT Cable RM 150
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
12
F 2Supply Laying testing and commissioning of thecable on existing cable tray/surface complete asrequired.
2.1 3cx185 sq mm XLPE 11 KV(E) HT Cable RM 10
2.2 3cx240 sq mm XLPE 11 KV(E) HT Cable RM 10
F 3Supply and termination of cable with heat shrinkjoint complete as required
3.1 Cable termination (Out door type)
3.1.1
3cx185 sq mm XLPE 11 KV(E) HT CableSets 2
3.1.2
3cx240 sq mm XLPE 11 KV(E) HT CableSets 4
3.2 Cable termination (Indoor type)
3.2.1
3cx185 sq mm XLPE 11 KV(E) HT CableSets 6
3.2.2
3cx240 sq mm XLPE 11 KV(E) HT CableSets 8
F 4.1
Supply Laying testing and commissioning of the cable 1.1 KVGrade underground by digging the soil and provide sand andbrick protection and back fill the soil, cable shall be below atleast 750 mm from the normal ground level complete asrequired.
4.1.1
Aluminium, armored Cable 3.5cx300 sq mmRM 700
4.1.2
Copper control cable 12cx2.5 sq mmRM 400
4.1.3
Copper control cable 4cx2.5 sq mmRM 150
F 5.1
Supply Laying testing and commissioning of thecable 1.1 KV Grade on existing cable tray/duct/trench completecompleteas required.
5.1.1
Al.Arm. Cable 3.5cx300 sq mmRM 400
5.1.2
Copper control cable 12c x 2.5 sq mmRM 450
5.1.3
Copper control cable 4c x 2.5 sq mmRM 100
F 6Supply and termination of cable with brasscompression gland complete as required
F 6.1 Aluminium, armored Cable 3.5cx300 sq mm sets 50
F 6.2 Copper control cable 12cx2.5 sq mm Set 12
F 6.3 Copper control cable 8cx2.5 sq mm Set 4
F 7Supply and laying of Hume Pipe NP-2 Gradeunder ground including digging of soil and backfill as per site requirement.
7.1 RCC Hume Pipe dia 300 mm RM 30
7.2 RCC Hume Pipe dia 150 mm RM 30
F 8Supply and making of chamber including cost of bricks,cement,and Chamber cover, plastering ofinnerwall of chamber complete as required.
8.1 1000mmx1000mmx1000mm Nos. 8
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
13
F 9Supply and laying of 33 KV Safety Insulation Matsas per IS:15652 Superseding IS:5424/69 wasintroduced in the year 2007 RM 5
F 10Supply and laying of 11 KV Safety Insulation Matsas per IS:15652 Superseding IS:5424/69 wasintroduced in the year 2007 RM 30
F 11Supply Installation testing and commissioning ofMaintenance free earthing system.
11.1
Maintenance free chemical compound earthingsystem with 3 meter long copper pipe in pipe dia50 mm and wall thickness 2 mm, compound 32kg. teksai complete with chamber cover ofpoly plastic. CPRI Tested Sets 14
11.2
Maintenance free chemical compound earthingsystem with 3 meter long copper pipe in pipe dia50 mm and wall thickness 3 mm, compound 32kg. teksai complete with chamber cover ofpoly plastic. CPRI Tested Sets 15
F 12 Supply and laying of earthing strip
12.1Copper size 50x5 mm thick with heat shrinksleeve and Multistrand cable near joints RM 300
12.2 G.I. size 50x5 mm thick RM 800
12.3 G.I. size 25x5 mm thick RM 800
F 13Making 0.750 mm depth X .600 mm width open trench completewith brick work, CC and plaster with 1:4 both side of trench. RM 25
F 14
Supplying and fixing of 3000mm X 3000 mm X 2800 mm sizeporta cabin for PLC room. Complete in all respect with coveredcable trench, Door, window, lighting arrangement, ceiling fan etc.as reqd. job 01
F 15
Supplying and fixing suitable size pre coated galvanized ironsheet of 0.5 mm thick shed for 4 x 500KVA DG set. Includingleveling of land with PCC and suitable size truss for holding ofsheet . Complete in respect with all materials with shop drawingof shed. job 01
F 16
Supplying and installing following sizes perforated pre paintedM.S. Cable trays with perforation not more than 17.5%iconventional section, joined with connectors, suspended fromthe ceiling with m. s. suspenders including nuts and bolts,painting suspenders etc. as reqd.
16.1 600x50x2 mm RM 200
16.2 300x50x2 mm RM 200
16.3 150x50x2 mm RM 400
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
14
Annexure-A
PROJECT:- UPGRADATION AND MODIFICATION OF EXISTNG DISTRIBUTION NETWORK ANDINTEGRATION OF SOLAR GENERATION
Detailed Technical
Specification
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
15
PART - A 33KV OUTDOOR VCB PANEL
Supply, installation, testing and commissioning of 33kV Outdoor VCB 1250Amp, 1500 MVA,25KA, Motorized (220 V AC), closing & tripping coil 24V C, with required support structure andmetal clad VCB fabricated out of minimum 2mm thick sheet steel, powder coated as perspecifications. The panel shall be complete with cable termination arrangement suitable for01 incoming of size 3Cx 240 Sqmm XLPE insulated, Al Conductor, Armoured cable & 01 nooutgoing suitable for size 3Cx 240 Sqmm XLPE insulated, Al Conductor ,Armoured cables, Cubus bar arrangement . The panel shall comprise of the followings: (Single line diagramattached for reference.)Provision of potential free contact for BMS/FFS.
A1 Incoming :-01 Nos.33KV, 1250A, 1500MVA, 25KA for 1 sec., motorized, draw out type VCB withmotorized spring charged closing mechanism having inbuilt anti pumping protection and tripfree features, motor voltage 230V AC and 24V DC tripping and closing coil and complete with3NO+3NC auxiliary contacts as spare wired up to terminal block other than used in the
control circuit and complete with the followings :-i) Rated Voltage-36V
ii) Rated Frequency-50Hz
iii) Rated Continuous Current-1250A
iv)Rated Short Time Current and Its Duration-26.3kA For 3-Seconds
v) Rated Circuit Making Current-62.5kA
vii) Total Creepage Distance-900mm Minimum
viii) Rated Operated Sequence=0-0.3 Sec.- CO-3Min-Co
ix) Rated Insulation Level-36kV/70kV/170kVp
x) Degree Of Protection=IP-55
xi) Vaccum Interrupter Type= VG-4EN
xii) Type of Operating Mechnism=SPMX-500 FORM AM
xiii) Auxiliary Switches=12-N/O + 12-N/C
xiv) Spring Charging Motor Supply=220V AC/DC, 85 to 110%
xv) Tripping Supply and its Operating Range=24V DC, 70 to 110%
xvi) Closing Supply and its Operating Range= 24V DC, 85 to 110%
xvii) Heater Supply=230V AC
xviii) Illuminating Supply=230V AC
xix) Paint Shade Interior of Instrument Chamber= White
xx) Paint Shade Exterior = Light Grey Shade No. 631 OF IS:5
A.1.1 Special requirements:-
i) Local/Remote Selector Switch=16A, 250V AC/DC
ii) T/N/C Breaker Control Swtich=16A, 250V AC/DC
iii) Heater With Switch=80w, 230V AC
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
16
iv)Thermostat Switch For Heater=15A, 30-110 degree C. 230V AC
v) Illuminating Lamp Type CFL= 20w, 230V AC
vii) Socket with Switch= 3-PIN, 5/15A, 230V AC
viii) Plug in Type Relay For Anti-Pumping=24V DC
ix) Motor Starter=1.2- 2.0A
x) Operation Counter=Mechanical
xi) Foundation Bolts For VCB Fixing=M16x500m. Long
xii) Double Pole MCB For DC Ckt.=6A, 24V DC
xiii) Double Pole MCB For DC Ckt.=6A, 230V DC
E Unitized Substation with One panel SF6 Insulated HT
Panel, Dry Type Transformer and LT ACB/ MCCB.
Design, Manufacturing & Supply of 11kV Outdoor type Package Sub-Station consisting of
0.406KV/11KV, DRY type transformer, HT panel, LT panel inside GI sheet steel enclosure with all
interconnections, fully type tested as per the IEC-1330 complete in all respect consisting of
following items & as per detailed technical specifications:
HT PANEL
11kV, 630A, 21kA/3 sec Compact VCB panel consisting of 1 no. fixed type SF6/Vacuum Circuit
Breaker as main incomer for making and breaking of fault current. Vacuum Circuit
Breakers along with air insulated Metering module. All the live parts, VCB modules, isolators,
earth switches must be sealed within robotically welded single stainless steel tank filled with SF6
gas as insulation having IP67 degree of protection. VCB module of the panel should have hinged
arc proof cable doors with self interlocking mechanism to the corresponding earth switch, all
cable terminations shall be from the front, ring core CTs for metering & protection purposes, self
powered microprocessor based numerical 3 O/C & 1 E/F relay for protection in VCBs.
Transformer auxiliary protection relays for WTI trip & alarm with 4 window annunciation.
Arrangement for connecting incoming cable and outgoing to primary of transformer.
Switchgear shall be complete with all connection, Copper bus bars, cable supports, manometer,
voltage indications, mechanical indications for breaker ON/ OFF/ TRIP/ SPRING CHARGED etc as
per IS:13118, 5227, 5463. IEC:265, 129, 298, 694, 529.
Multifunction Meter (A, V, kWH, kVAR, PF) in the Line PT panel along with 1set of PT of 11kV/
110V CL1.0, 50VA 24 V DC motorized system in VCB.
LT PANEL
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
17
433V LT Indoor panel with copper Bus bars, Fabrication using 1.5/2 MM CRCA sheet steel, Ingress
protection IP4X, solidly earthed at substation complete with internal wiring, 1set of LT ast resin
CT's, PT's & multifunction meter Load Manager (A, V, kWH, kVA, kVAR), R Y B indication lamps,
ON/ OFF/ Trip indication lamps, control MCB's and wiring etc. consisting of following.
The panel shall include 2500Amp ACB, 4 pole, 50 kA with microprocessor based O/C, S/C & E/F
releases. Breaker to act as Incomer cum outgoing. Ics=Icu for the breaker.
OUTDOOR ENCLOSURE :
Outdoor type enclosure having modular construction of Galvanized Sheet Steel. The Enclosure
shall have IP54 degree of protection for HT and LT switchgear compartment and IP23D degree of
protection for Transformer compartment. The enclosure exterior shall be painted with poly
urethane paint. Each compartment will be provided with the door and pad locking arrangement.
The Compartment illumination lamp with door operated switch shall be provided for each
compartment. Interconnection Between HT switchgear and Transformer using XLPE Single core
cable & Interconnection between Transformer and LT switchgear using Bus bars. All metallic
components shall be earthed to a common earthing point.
TRANSFORMER
1 No. 1000 kVA, 0.406KV/ 11KV, DYn11, AN, Cast Resin, dry type, shielded, isolation
transformer with off circuit tap changer of -5% to +5% in steps of 2.5 % Transformer. Losses
should be as required by ECBC 2007or less.
INTERCONNECTION & EARTHING :
Internal factory connections Between HT switchgear and Transformer shall be done using
1Cx3Rx185Sq.mm XLPE single core copper conductor cable and interconnection between
Transformer and LT switchgear using tinned copper bus bars. All metallic components shall be
earthed to a common earthing point.
C1 DG SYNCHRONIZATION PANEL- (AT SUBSTATION)
Supply, installation, testing and commissioning of dust, damp and vermin proof cubicle free floor,indoor type factory built sheet steel enclosed modular bolted construction extendable DGSynchronizing Panel, suitable for operation on 415 ±10% volts, 50 Hz AC 3 phase 4 wire supplysystem fabricated out of Form 4b compartmentalized design and covered with CRCA sheet steelof 2mm thick for frame work and 1.6mm thick for doors/ covers, 3mm thick for gland plates i/ccleaning & finishing complete with 9 tank process for powder coating in approved shade, havingextensible type 4P Aluminium bus bars of high conductivity, SMC bus bar supports, with shortcircuit with stand capacity of 50KA for 1 sec., bottom base channel of section not less than ISMC75mm, fabrication shall be done in transportable sections, entire panel shall have a commoncopper earth bus bar to switch gears with required size of Alum. bus bars and inter-connectionwith solid copper conductor wires/ aluminium strips, neutral links,
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
18
Including control wiring with 1.5sqmm. PVC insulated FRLS copper conductor Single Core cable for
voltage & 2.5sq.mm for current circuits, cable alleys, cable gland plates in two half, danger notice
plates, etc. necessary metering protections & indications and mounted with the following switch
gears as per drawing and technical specifications etc. complete as required.
Incoming-I
800 Amp. 4 Pole ACB - 1 set (From Existing 500kVA DG Set-1)
Each set having the following
Air Circuit Breaker Horizontal drawout type of fault breaking capacity 50kA (Ics=lcu=Icw=1 Sec.)Electrical Draw Out Motorized operated, fitted with interlocked door, automatic safety shutters,mechanical ON/OFF and service/ test/isolated position indicators and frame earthing contact,conforming to IS-13947-2 1993 as amended up-to-date complete with following accessories &suitable to receive bus duct connections.Each Incomer shall be equipped with the following:
a. Independent Electrical & manual spring closing mechanism - I No.
b. Microprocessor release (EMI & EMC certified) for over current, earth fault & short circuitprotection - I set.
c. Test terminal block set, circuits as per standard practice, auxiliary contactors with contacts(minimum 4NO+4NC) for positive interlocking of the breakers etc. as required.
d. Shunt trip coil 220V A.C.
e. Breaker Control Switch - 16A
f. Earth contactor of suitable rating
g. DG control relay
Metering and indicating for each incomer:
a. Battery charger, voltmeter of range 0-50 Volts and Ammeter of range 0-50 Amps. for trickle andboost charging.
b. Digital flush type class-0.5 accuracy multifunction meter PM-8000 or equivalent with RS485showing V, A, F, PF, KVAR , KW, KWH etc. with 3 Nos. current transformers of 800/5A ratio, 15 VAClass 0.5 metering.
c. LED indicating lamps for RYB, Breaker ON/ OFF/ TRIP/ "Spring Charged", DC control supplyhealthy, DG set ON, load on DG set, etc. backed up with control MCB's.
d. Exciter field D.C. voltmeter and ammeter.
e. ACB Trip reset luminous push buttons.
f. Trip circuit healthy luminous push buttons.
g. Required Auxiliary contactors, suitable for 24 V DC.
h. Control bus fitting with fuses.
i. Hooter
Protections for the following with suitable rating of CT's having class 5P10 15VA.
a. D.G. differential relay
b. Master trip relay
c. Trip circuit supervision relay
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
19
D Reverse Power Relay
Bus bar
4P aluminium extensible type main bus bars of minimum of 3200Amp capacity and auxiliary busbar of suitable capacity with heat shrinkable coloured sleeves and i/c SMC bus bars supports atrequired intervals complete for cross section, size supports & their spacing etc. for withstandingfault level of 50kA capacity.Incoming-II
800 Amp. 4 Pole ACB -1 set (From 500kVA DG Set-2)
Each set having the following
Air Circuit Breaker Horizontal draw out type of fault breaking capacity 50kA (Ics=lcu=Icw=1 Sec.)Electrical Draw Out Motorized operated, fitted with interlocked door, automatic safety shutters,mechanical ON/OFF and service/ test/isolated position indicators and frame earthing contact,conforming to IS-13947-2 1993 as amended up-to-date complete with following accessories &suitable to receive bus duct connections.Each Incomer shall have equipped with the following:
a. Independent Electrical & manual spring closing mechanism - I No.
b. Microprocessor release (EMI & EMC certified) for over current, earth fault & short circuitprotection - I set.
c. Test terminal block set, circuits as per standard practice, auxiliary contactors with contacts(minimum 4NO+4NC) for positive interlocking of the breakers etc. as required.
d. Shunt trip coil 220V A.C.
e. Breaker Control Switch - 16A
f. Earth contactor of suitable rating
g. DG control relay
Metering and indicating for each incomer:
a. Battery charger, voltmeter of range 0-50 Volts and Ammeter of range 0-50 Amps. for trickle andboost charging.
b. Digital flush type class-0.5 accuracy multifunction meter PM-8000 or equivalent with RS485showing V, A, F, PF, KVAR , KW, KWH etc. with 3 Nos. current transformers of 800/5A ratio, 15 VAClass 0.5 metering.
c. LED indicating lamps for RYB, Breaker ON/ OFF/ TRIP/ "Spring Charged", DC control supplyhealthy, DG set ON, load on DG set, etc. backed up with control MCB's.
d. Exciter field D.C. voltmeter and ammeter.
e. ACB Trip reset luminous push buttons.
f. Trip circuit healthy luminous push buttons.
g. Required Auxiliary contactors, suitable for 24 V DC.
h. Control bus fitting with fuses.
i. Hooter
Protections for the following with suitable rating of CT's having class 5P10 15VA.
a. D.G. differential relay
b. Master trip relay
c. Trip circuit supervision relay
D Reverse Power Relay
Bus bar
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
20
4P aluminium extensible type main bus bars of minimum of 3200 Amp capacity and auxiliary busbar of suitable capacity with heat shrinkable coloured sleeves and i/c SMC bus bars supports atrequired intervals complete for cross section, size supports & their spacing etc. for withstandingfault level of 50kA capacity.Incoming-3
800 Amp. 4 Pole ACB - 1 set (From 500kVA DG Set-3)
Each set having the following
Air Circuit Breaker Horizontal drawout type of fault breaking capacity 50kA (Ics=lcu=Icw=1 Sec.)Electrical Draw Out Motorized operated, fitted with interlocked door, automatic safety shutters,mechanical ON/OFF and service/ test/isolated position indicators and frame earthing contact,conforming to IS-13947-2 1993 as amended up-to-date complete with following accessories &suitable to receive bus duct connections.Each Incomer shall have equipped with the following:
a. Independent Electrical & manual spring closing mechanism - I No.
b. Microprocessor release (EMI & EMC certified) for over current, earth fault & short circuitprotection - I set.
c. Test terminal block set, circuits as per standard practice, auxiliary contactors with contacts(minimum 4NO+4NC) for positive interlocking of the breakers etc. as required.
d. Shunt trip coil 220V A.C.
e. Breaker Control Switch - 16A
f. Earth contactor of suitable rating
g. DG control relay
Metering and indicating for each incomer:
a. Battery charger, voltmeter of range 0-50 Volts and Ammeter of range 0-50 Amps. for trickle andboost charging.
b. Digital flush type class-0.5 accuracy multifunction meter PM-8000 or equivalent with RS485showing V, A, F, PF, KVAR , KW, KWH etc. with 3 Nos. current transformers of 800/5A ratio, 15 VAClass 0.5 metering.
c. LED indicating lamps for RYB, Breaker ON/ OFF/ TRIP/ "Spring Charged", DC control supplyhealthy, DG set ON, load on DG set, etc. backed up with control MCB's.
d. Exciter field D.C. voltmeter and ammeter.
e. ACB Trip reset luminous push buttons.
f. Trip circuit healthy luminous push buttons.
g. Required Auxiliary contactors, suitable for 24 V DC.
h. Control bus fitting with fuses.
i. Hooter
Protections for the following with suitable rating of CT's having class 5P10 15VA.
a. D.G. differential relay
b. Master trip relay
c. Trip circuit supervision relay
D Reverse Power Relay
Incoming-4
800 Amp. 4 Pole ACB - 1 set (From 500kVA DG Set-3)
Each set having the following
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
21
Air Circuit Breaker Horizontal drawout type of fault breaking capacity 50kA (Ics=lcu=Icw=1 Sec.)Electrical Draw Out Motorized operated, fitted with interlocked door, automatic safety shutters,mechanical ON/OFF and service/ test/isolated position indicators and frame earthing contact,conforming to IS-13947-2 1993 as amended up-to-date complete with following accessories &suitable to receive bus duct connections.Each Incomer shall have equipped with the following:
a. Independent Electrical & manual spring closing mechanism - I No.
b. Microprocessor release (EMI & EMC certified) for over current, earth fault & short circuitprotection - I set.
c. Test terminal block set, circuits as per standard practice, auxiliary contactors with contacts(minimum 4NO+4NC) for positive interlocking of the breakers etc. as required.
d. Shunt trip coil 220V A.C.
e. Breaker Control Switch - 16A
f. Earth contactor of suitable rating
g. DG control relay
Metering and indicating for each incomer:
a. Battery charger, voltmeter of range 0-50 Volts and Ammeter of range 0-50 Amps. for trickle andboost charging.
b. Digital flush type class-0.5 accuracy multifunction meter PM-8000 or equivalent with RS485showing V, A, F, PF, KVAR , KW, KWH etc. with 3 Nos. current transformers of 800/5A ratio, 15 VAClass 0.5 metering.
c. LED indicating lamps for RYB, Breaker ON/ OFF/ TRIP/ "Spring Charged", DC control supplyhealthy, DG set ON, load on DG set, etc. backed up with control MCB's.
d. Exciter field D.C. voltmeter and ammeter.
e. ACB Trip reset luminous push buttons.
f. Trip circuit healthy luminous push buttons.
g. Required Auxiliary contactors, suitable for 24 V DC.
h. Control bus fitting with fuses.
i. Hooter
Protections for the following with suitable rating of CT's having class 5P10 15VA.
a. D.G. differential relay
b. Master trip relay
c. Trip circuit supervision relay
D Reverse Power Relay
Bus bar
4P aluminium extensible type main bus bars of minimum of 3200 Amp capacity and auxiliary busbar of suitable capacity with heat shrinkable coloured sleeves and i/c SMC bus bars supports atrequired intervals complete for cross section, size supports & their spacing etc. for withstandingfault level of 50kA capacity.
Outgoings
i) 3200 Amp. 4 Pole ACB - 1 set
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
22
Air Circuit Breaker Horizontal draw out type of fault breaking capacity 50kA (Ics=lcu=Icw=1 Sec.)Electrical Draw Out Motorized operated, fitted with interlocked door, automatic safety shutters,mechanical ON/OFF and service/ test/isolated position indicators and frame earthing contact,conforming to IS-13947-2 1993 as amended up-to-date complete with following accessories &suitable to receive bus duct connections.
b. Digital flush type class-0.5 accuracy multifunction meter PM-8000 or equivalent with RS485showing V, A, F, PF, KVAR , KW, KWH etc. with 3 Nos. current transformers of 800/5A ratio, 15 VAClass 0.5 metering.
i) 1600 Amp. 4 Pole ACB - 1 set(stand by for 33kv /415 panel)
Air Circuit Breaker Horizontal drawout type of fault breaking capacity 50kA (Ics=lcu=Icw=1 Sec.)Manual Draw Out operated, fitted with interlocked door, automatic safety shutters, mechanicalON/OFF and service/ test/isolated position indicators and frame earthing contact, conforming toIS-13947-2 1993 as amended up-to-date complete with following accessories & suitable toreceive bus duct connections.
b. Digital flush type class-0.5 accuracy multifunction meter PM-8000 or equivalent with RS485showing V, A, F, PF, KVAR , KW, KWH etc. with 3 Nos. current transformers of 800/5A ratio, 15 VAClass 0.5 metering.Each outgoing shall have equipped with the following:
a. Independent manual spring closing mechanism - I No.
b. Microprocessor release (EMI & EMC certified) for over current, earth fault & short circuitprotection - I set.
c. LED indicating lamps for RYB, Breaker ON/ OFF/ TRIP/ "Spring Charged", etc. backed up withcontrol MCB's., test terminal block set, circuits as per standard practice, auxiliary contacts forpositive interlocking of the breakers as required.
d. Shunt trip coil 220V A.C.
e. Breaker Control Switch - 16A
Necessary interlocking with PLC auto controls etc complete as required.
f. DIEF Relays for Synchronization AGC-222 with IOM 220 & H2 - 04 Nos., CGC-413 - 01 No., GlassRelay 24Volt-36Nos. Nos. Required number of Selector switches, Push Buttons, Indication lights,auxiliary relays, power supply, communication cables, Terminal blocks, Control MCBs, Fuses &Links, 120 Omh &1/2 watt resistors-16Nos., etc. as required for proper functioning ofsynchronization panel.AUTO/ MANUAL SYNCHRONISING, AUTO LOAD TRANSFER, AUTO LOAD SHARING, AUTO LOADBALANCING PANEL HAVING PROVISION FOR 4 Nos. 500 KVA D.G. SETS (Should be provided as aseparate compartment/ section comprising of following items and including all control, signal andpower wiring etc as required)
a. 1 No. Analog Double voltmeter 0-500V, (144 sq.mm.)
b. 1 No. Double frequency meter (415V/110V) (144 sq.mm.) reed type.
c. 1 No. Synchroscope, 110 V (144 sq.mm.) Analog.
d. 2 nos. 110 V AC dark lamps.
e. 4 Nos. under voltage monitors.
f. 1 No. synchronizing switch
g. 1 No. set selector switch.
h. 1 No. Manual/Auto switch.
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
23
i. Push buttons for Test, Accept, Reset, Fault Reset, Engine Start, Engine stop, ACB close, ACB TripEmergency stop.
j. 8 Nos. Joysticks for voltage raise/lower and speed raise/lower.
k. 4 Nos. manual/auto AMF toggle switch.
l. 8 Nos. 24V DC semaphore, 38 mm.
m. PLC Hardware, i/o Modules, Analyzers etc as required having interlocking provision as perdrawings & specifications.
n. Auxiliary relays as required and as per specifications.
o. 1 No. check synchronizing relay, 110 V AC 50 Hz.
p. 230V AC/24V DC, 10A, stabilized power supply with voltage trimmer and maintenance freebattery.
q. 16 Window annunciation panel (for each D.G. Set) for indications/alarms for Set fails to start,Engine overheat, Excitation failure, High temperature, Low Lube oil pressure, Over speed, Lowfuel oil level, Cooling water flow failure, Breaker Trip, Generator fault, DC control supply failure,Voltage out of limits annunciation windows as required
r. Pentium Intel core 2 duo processor with 3.4 GHz speed, 320 GB Hard Disk & 3GB RAM, 21" LCDMonitor with coloured Laser Printer of A-4 size, speed 220 ppm with Key Board, USB mouse etc.with 2 KVA capacity UPS with SMF batteries having 30 minutes backup etc. as required.NOTE:-
Synchronization panel should be complete in all respect including control wiring, communicationcables, power supplies, auxiliary relays etc. required for successful running of the system.
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
24
DG SYNCHRONISATION PANEL AT SUBSTATION
S.NO. DESCRIPTION QTY. MAKE
1 DG SYNCHRONISATION PANEL AT SUBSTATION 1
DG INCOMING
1 800A4PEDO50KAACBMPRO/L,S/C&E/F(SR18G)+U/V 4 L&TCPOWER
2 100ANEUTRALCONTACTOR 4 L&T
3 AUXILIARYCONTACTORS2N0+2NC,230VAC 12 L&T
4 AUXILIARYCONTACTORS2N0+2NC,24VDC 16 L&T
5 16ADPMCB 8 L&T
6 6ACONTROLMCB,10KA 40 L&T
OUTGOING
1 3200A4PEDO50KAACBMPRO/L,S/C&E/F(SR18G) 1 L&TCPOWER
2 1600A4PEDO50KAACBMPRO/L,S/C&E/F(SR18G) 1 L&TCPOWER
DG INCOMING METERING
1 BREAKERCONTROLSWITCH 4 KAYCEE
2 15ABATTERYCHARGER 4 REPUTED
3 DCVOLTMETER(0-50V)(144X144) 4 AE
4 DCAMMETER(0-50A)(144X144) 4 AE
5 MULTIFUNCTIONMETERCL-0.5WITHRS485PORTPM8000 4 SCHNEIDER
6 800/5ACT,15VA,CL-0.5 12 AE
7 800/5ACT,15VA,CL-5P10 32 AE
8 A/MSELECTORSWITCH,3P 4 KAYCEE
9 INDICATIONFORR,Y,B,ON/OFF/TRIP 24 C&S
INDICATIONFORSPRINGCHARGED,DCCONTROLSUPPLY
10 HEALTHY,DGSETON,LOADONSET 16 C&S
11 STARTSTOPPB 8 C&S
12 EMERGENCYSTOPPB 4 C&S
13 HOOTER 4 REPUTED
14 CRANKINGRELAY2C/O,24VDC 4 PLA
15 16WINDOWANNUNCIATORWITHPB24VDC 4 MINILEC
16 ONDELAYTIMER0-10Min24VDC 4 EAPL
17 ONDELAYTIMER0-180SEC24VDC 4 EAPL
18 VOLTAGEMONITORINGRELAY 4 MINILEC
19 SMPS 4 REPUTED
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
25
20 DGDIFFERENTIALRELAY 4 AREVA
SYNCHRONISINGRELAYWITHTRIPCIRCUITSUPERVISION
21 ANDMASTERTRIP 4 STUKE
OUTGOINGMETERING
1 BREAKERCONTROLSWITCH 2 KAYCEE
MANUALSYNCHRONISING
1 ANALOGDOUBLEVOLTMETER 4 AE
2 DOUBLEFREQUENCYMETER 4 AE
3 SYNCHROSCOPE 4 AE
4 DARKLAMP 8 REPUTED
5 SYNCHRONISINGSWITCH 4 KAYCEE
6 DGSETSELECTORSWITCH 4 KAYCEE
7 JOYSTICK 8 REPUTED
8 SEMAPHORE24VDC 8 REPUTED
9 PLC 1 REPUTED
10 PCWITHPRINTER 1 REPUTED
2000 KVA, 415/11000V step up Transformers with Off Circuit Tap Changer.
Sr. No. Technical Specification
1 KVA 2000 KVA
2 Voltage Ratio 415/11000V
3 Type of Tap changer Off Circuit Tap Changer with tapping range + 7.5% to 7.5% in steps of 2.5%
4 Winding Material Copper
2000 KVA, 415/11000V Transformers with Off Circuit Tap Changer.
Reference Standard Transformer - IS : 2026 - 2011
Oil – IS 335 : 1993Rated KVA HV 2000KVALV 2000KVAPhases 3Service OutdoorMounting PlinthWound DoubleTemp. Rise in Oil [Degree C.] 50By Resistance [Degree C.] 55
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
26
Ambient temperature 50Winding Material CopperType of Cooling ONANClass of Insulation Class “A”Vector Group Dyn11Frequency [Hz.] 50Phase 3Insulation Level [kV/Kvp] H.V. 28/75L.V. 3 / --Secondary Connection [HV] DeltaSecondary Volts 11000VSecondary Wires 3Secondary rated current 104.97 APrimary Connection [LV] StarPrimary Volts 415VPrimary Wires 4Primary rated current 2782.41 ATaps on Primary /Secondary Winding for + 7.5% to – 7.5% in steps of 2.5%
Primary /Secondary Voltage Variation Off Circuit Tap changerNo. of switch positions 7Terminal Arrangement H.V. Cable BoxL.V Cable Box* No Load Losses [Watts] 2500* Load Losses [Watts] 22000* Impedance (Z) [Percentage]
HV - LV 6%* No Load Current (% of Rated Current) Less than 1.5 %
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
27
Annexure-B
List of approved Makes
Sr.no. Item Makes
01 Transformer : Crompton Greaves/Sudhir powers/Kirlosker/ABB/Siemens
02 Vacuum Circuit Breaker/SF6 : Crompton greaves/Siemens/SchneiderElectric/ABB
03 Selector Switches : Kaycee/L&T/ Approved make04 Voltmeter/Ammeter : AE/Rishab/Vaishnow/L&T05 Multi function Meter : AE/L&T/Siemens/Schnieder electric06 LED Lamp : GE/L&T/Siemens07 Push Buttons : GE/L&T/Siemens08 End joints : M-seal/Reychem/Approved make09 LT current Transformer : AE/Pragati/Matrix/indcoil10 11 KV XLPE cables : Havells/Grandleys/Gloster11 33 KV XLPE cables : Havells/Grandleys/Gloster12 11 KV Cable jointing kit : M-seal/Reychem/Approved make13 LT Power cable : Havells/Grandleys/Gloster/Polycab14 Control cable : Havells/Anchor/skytone/15 Cable Lugs : Dowels/Action/ Approved make16 Cable glands : Comet/Cosmos/ Approved make17 Control fuses : L&T/Hanells/ABB/Siemens18 Unitized sub-station : ABB/Crompton greaves/ Schneider
electric /Sudhir Powers/Siemens
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
28
Annexure-C
Commercial terms and conditions:
1. CEL prefers to deal with registered / licensed A class contractor of Electrical.
2. Basis of price: The offer should clearly indicate units and rates. Prices should be submitted on FOR CEL,
Sahibabad. The quotations submitted with basis of price other than the above are liable to be rejected.
3. Guarantee/Warrantee period: After the completion of work and before issuance of virtual completion,
the contractor shall furnish the written guarantee indemnifying the owner against defective material
and workmanship for a period of One Year after completion. The contractor shell holds himself fully
responsible for re installation or replace free of cost to the owner any defective parts or materials. The
security @ 10 % shall be deduct in each bill and released after completion of one year Warranty period.
And may be refunded after submission of same amount of Bank guarantee.
4. Taxes and duties: Rate should be quoted inclusive of all taxes.
5. Completion schedule. Within 240 days/ 8 months after placement of order. Bidder should submit
earliest monthly delivery schedule plan and activity plan for completion of work.
6. Payment terms: :1. 70% against of supply of material on pro rata basis, 20% against Installation & pre commissioning
test and balance 10% to be released against testing and handing over to CEL.2. Offers with other payment terms are liable to be rejected.3. Running payments shall not be made less than 20% of the Work order.
7. Price reduction for delayed delivery: In the event of delay in affecting the delivery within agreed period,
a reduction in the price shall be levied @ 1% of the total order value per week or part thereof subject to
maximum of 5% of the total order value. The date of submission & inspection call letter will be
considered as delivery date for the purpose of price reduction for late delivery clause.
8. Inspection: Inspection will be done by 2 persons of CEL /CEL’s representative. CEL/CEL’s representative
shall have free access to the supplier’s works during testing and final inspection. Vendor shall inform to
engineer in charge, not less than one week in advance. All testing arrangements shall be the
responsibility of the vendor. CEL reserves the right to inspect the material during manufacturing and/or
before dispatch as per specifications and test protocols. Internal inspection report and inspection
certificate must accompany with supply.
9. Price variation Clause: Variation in quoted rates is not allowed. Quotations having price variation clause
would be rejected.
10. Validity of offer: The quotation/tender/bid submitted by the bidder/supplier shall be valid for a
minimum period of 90days from date of opening.
11. Deviation (if any) w. r. t. our technical & commercial requirements shall be specifically mentioned in a
separate sheet marked as ‘ Schedule of Exceptions & Deviations’ as per format in Annexure D.
Deviations/Exceptions mentioned elsewhere shall not be considered.
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
29
12. Any corrections/alterations in the tender/quotation/bid are to be duly signed by the bidder. CEL does
not take any responsibility for delay in receipt or non-receipt or loss of tender(s) in transit.
13. Earnest money amount of ₹ 3, 55, 120/- in the form of demand draft favoring Central Electronics
Limited and payable at Delhi, and valid for 3 month to be submitted along with tender documents. No
interest shall be payable on the earnest money deposited by bidder/ tenderer. The earnest money may
be deposited through TT/SWIFT into CEL’s account with Syndicate Bank. The details of account are as
below:
Beneficiary Name: Central Electronics Limited
Beneficiary Account Number/IBAN: 87761250000014Beneficiary Bank SWIFT Address/BIC: SYNBINBB161Beneficiary Bank Name: Syndicate BankBeneficiary Bank Address: Sahibabad Branch, CEL Complex, Plot No. 1, Site 4,
Sahibabad 201010 INDIAThe earnest money (after deduction of bank charges, if any) of unsuccessful bidder / tenderer will be
refunded within one month of finalization of tender. The earnest money of successful bidder would be
converted into security deposit and would be returned (after deduction of bank charges, if any) to the
bidder after 2 months of successful completion of work.
Exemption from submission of EMD: The following type of bidders are exempted from submission of
EMD subject to submission of relevant documents mentioned herein:
Micro & Small Enterprise registered with DIC or KVIC or KVIB or Coir Board or NSIC or DHH or any other
body specified by Ministry of Micro, Small and Medium Enterprises, Govt. of India. A copy of valid
registration certificate should be submitted with technical bid of quotation.
14. CEL reserves the right to reject any or all tenders/quotations/bids received or accept any or all
tenders/quotation/bids wholly or in part. Further, CEL reserves the right to order a lesser quantity
without assigning any reason(s) thereof. CEL also reserves the right to cancel any order placed on basis
of this tender in case of strike, accident or any other unforeseen contingencies causing stoppage of
production at CEL or to modify the order without liability for any compensation and or claim of any
description.
15. Submission of Tender: Tender/Quotation/Bid in sealed cover super-scribing the tender notice no.,name of the item and due date should be delivered at the Office of the Asstt. General Manager,Materials Management Division, Central Electronics Limited, 4, Industrial Area, Saur Urja Marg,Sahibabad – 201010 (U.P), INDIA. Last date of receiving of tenders/quotations is 2017 up to 15:00 hrsIST. The offer shall be submitted in two separately sealed envelopes marked Part A (Techno-Commercial) and Part B (price offer – not to be opened ) along with tender number and due date written on each )as detailed below:Part A: This should contain the following documentsCover – 1:
Earnest Money Deposit demand draft or TT acknowledgement or document(s) for exemption fromsubmission of EMD.
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
30
Deviations (if any) from Specifications, Commercial Terms and Conditions on Schedule of Exceptions &Deviation as per format at Annexure F.Filled up Format for Submission of Vendor Data as per format at Annexure G.Technical catalogue, literature and approval/registration certificate, if any, required as per details in thetender.Balance Sheets with profit and loss account details for last 3 financial years.Copy of GST registration, Excise Registration, PAN Card, Income Tax Return of last 3 financial years,Tender acceptance letter as per format at Annexure H.Proof of fulfillment of eligibility criteria.Part-B:Cover – 2 :
This should contain only Finance/Price Bid only as per format vide Annexure 2.
16. Opening of Tenders: Technical Bids/Quotations/tenders will be opened on at 1530 hrs (IST). The date
for opening of price bids would be fixed after evaluation of the technical bids, usually within a week of
opening of technical bids. Price bid of only those bidders would be opened who qualify the technical
bid. The date of price bid opening would be intimated to the eligible bidders (qualified in the technical
evaluation) at least 1 day in advance.
17. Technical Clarifications: Bidders desiring any technical clarification may contact Assistant General
Manager, MMD, Central Electronics Limited, 4, Industrial Area, Sahibabad – 201010 Phone no. 0120-
2895145 Fax: 0120-2895148 email: [email protected] between 1000 hrs to 1600 hrs on any working
day up to 2017. However, the tender submission and opening dates would remain firm as per above
clause 20 & 21.
18. In case an order placed by the CEL based on the quotation/bid/tender submitted by the bidder/supplier
is not executed by the /bidder, CEL may Wright to execute the above work from elsewhere and recover
the additional amount that CEL may have to spend in procuring the stores plus 10% to cover the
overhead & incidental expenses.
19. Replacement of Rejected Material: Any material supplied against order place on basis of this tender and
found to be defective on inspection or differing from approved samples or make or specifications will be
replaced by the supplier free of cost or full refund made for the amount paid by Central Electronics
Limited including freight and insurance and other incidental charges at our discretion.
20. Arbitration: Any disputes, difference controversies/difference of opinions, breach and violation arising
from or related to this agreement/contract/work/order/etc. between the parties shall be resolved by
mutual discussion/reconciliation in good faith. If disputes, difference controversies/difference of
opinion, breach and violation arising from or related to this agreement /contract/work order etc.
cannot be resolved within 30 days of commencement of reconciliation/discussions then the matter shall
be referred to the sole arbitrator, nominated by CMD, CEL for this purpose and his decision shall be final
and binding on both the parties. There will be no objection to any such appointment on the grounds
that the arbitrator is an employee of CEL and no appeal on any order passed by the arbitrator for this
purpose shall be filled In any court of law on such ground.
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
31
Annexure-D
Additional terms and Conditions
1.0 GENERAL: -
1.1 This specification covers manufacture, testing as may be necessary before dispatch, delivery at site, all
preparatory work, assembly and installation, commissioning putting into operation of sub-station
equipments consisting of HT panels, transformers, HT cabling etc. and final testing of sub-station
equipments at CEL.
2.0 LOCATION:-
1.1 The sub-station equipments will be installed after dismantling of existing Panels at CEL Campus.
3.0 The work shall be executed as per CPWD General Specifications for Electrical Work Part-I (Internal)2013, Part-II (External) 1995 & Part – IV (Substation) 2013, as amended upto date, as per relevant BIS,relevant IE Rules and directions of Engineer-in-charge. These additional specifications are to be read inconjunction with above and in case of variation; specifications given in this additional conditions &specifications shall apply. However, nothing extra shall be paid on account of these conditions &additional specifications as the same are to be read along with schedule of quantities for the work.
4.0 The tenderer should in his own interest visit the site and familiarize himself with the site conditions
before tendering.
5.0 No T&P shall be issued by the Department and nothing extra shall be paid on account of this. The
contractor will have to arrange T&P at his own.
6.0 The cable quantity taken in schedule of work is approximate. The contractor will supply the cable as per
actual measurement at site. The spare cable will be taken away and removed from site by the
contractor.
7.0 The contractor will have to make temporary arrangements with the existing main cables to ensure
availability of electric supply at each and every point in the CEL Campus during execution of work. If any
other material including cables are required the same shall be made available by the contractor at his
own and nothing extra will be paid on account of such temporary arrangements (except hiring of DG
set).
8.0 In case the contractor fails to ensure uninterrupted electric supply in CEL during execution of work, a
penalty of Rs. 5000/- per day will be deducted from his running/ final bill.
9.0 Out of the approved makes of material mentioned above, the contractor will have to get the make of
material approved from the Engineer-in-Charge before procurement and being used at the site of the
work.
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
32
10.0 In respect of materials for which approved makes are not specified above, these will be of makes to be
decided and approved by the Engineer in Charge and as per sample approved before procurement.
11.0 The description of the work is as follows:-
Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves
before submitting their tenders as to the nature of the ground and sub-soil (so far as is practicable), the
form and nature of the site, the means of access to the site the accommodation, they may require and in
general shall themselves obtain all necessary information as to risks, contingencies and other
circumstances which may influence or affect their tender. A tenderer shall be deemed to have full
knowledge of the site whether he inspects it or not and no extra charges consequent on any
misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging and
maintaining at his own cost all materials, tools & plants, access, facilities for workers and all other
services required for executing the work unless otherwise specifically provided for the contract
documents. Submission of a tender by a tenderer implies that he has read this notice and all other
contract documents and has made himself aware of the scope and specifications of the work to be done
and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the CEL and
local conditions and other factors having a bearing on the execution of the work.
12.0 Scope of work
Work under this contract consist of site survey, and supply of furnishing labour construction , material,
equipment and appliances necessary and required to completely do all works relating to :
Preparation of plan based on the shop drawing/ actual work at site and getting approval from engineer
in charge./ NOC by the local electricity authority, if required.
Department has prepared BOQ with consideration of all necessary material/items which are required
for completing the job. Tendered are advised to inspect the site preferably before pre-bid meeting and
its surroundings and satisfy them before submitting their tender. If any tenderer feel some items are
short/missed in the bill of quantity, but essential for work/ operation/ or required by the Local
electricity authority, may raise a quarry in pre bid meeting. If department feels it’s essential then
department has right to go in corrigendum and rectify the tender accordingly.
13.0 The all work shall be in supervision of Engineer in charge (Engineering Division).
14.0 The Competent Authority on behalf of the C M.D., CEL does not bind himself to accept the
lowest or any other tender, and reserves to himself the authority to reject any or all the tenders
received without assignment of any reason. All tenders in which any of the prescribed conditions is not
fulfilled or any condition including that of conditional rebate is put forth by the tendered, shall be
summarily rejected.
15. Canvassing, whether directly or indirectly, in connection with the tenders, is strictly prohibited and the
tenders, submitted by the contractors, who resort to canvassing, will be liable to rejection.
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
33
16. The Competent authority on behalf of CEL, reserves to himself the right of accepting the whole or any
part of the tender and the tendered shall be bound to perform the same at the rate quoted.
17. The work shall be completed within 240 days or mutually agreed period from the
date of receipt of letter of award/work order. Liquidated damage at the rate of 1 %
of the value of work order per work not more than 5% in total shall be recovered for
the delay period. In addition remaining work may be completed at the risk and cost
of the contractor.
18. This Notice for Tender shall form a part of the contract document. The success tendered/contractor,
on acceptance of his tender by the Accepting authority, shall, within 15 days from the stipulated date
of start of the work sign the contract consisting of
19. If any tendered submit false information and/or documents his EMD shall be forfeited and he will beDebarred for future tendering in CEL for a period of two years .
20. The price bid of those bidders will be opened whose technical bid stands qualified.
21. Requirement of Technical representative (s) and recovery rate,
as per O.M. No. DGW/MAN/122 dated. 6/1/2005 issued by CPWD.
S.
No
.
Minimum
Qualification
of Technical
Representativ
e
Dis
cip
lin
e
Designation
(Principal
Technical/
Technical
representative)
Minimum
ExperienceN
um
ber
Rate at which
recovery shall be
made from to
contractor in the
event of not fulfilling
provision of clause
36 (i)
Figures Words
1 Graduate
Engineer/
Diploma
Engineer
E&M
Technical
representativeFive Years 1 10,000/-
Ten
Thousa
nd only
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
34
Annexure-E
FORMAT FOR SUBMISSION OF COMMERCIAL DETAILS(TO BE SUBMITTED ON COMPANY’S LETTER HEAD)
1. Basis of Price :
2. GST Tax (if any, in case of Indian bidders) :
3. Service Tax (if any, in case of Indian bidders) :
4. Excise duty (if any, in case of Indian bidders) :
5. Packing Forwarding, Delivery at CEL, Sahibabad :
Signature & Stamp of Organization
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
35
Annexure-F
SCHEDULE OF EXCEPTIONS & DEVIATIONS
SL.NO.
BID DOCUMENT REFERENCE SUBJECT DEVIATIONSECTION
NO.PAGENO.
CLAUSENO.
NOTE: 1. If unavoidable, Tenderer may indicate deviations to the requirements of the bid
Document only in this format. If this sheet is left blank or ‘No deviation’ is
mentioned, it would be considered that there are no technical or commercial
deviations.
2. Tenderer shall furnish Technical and Commercial deviations, if any, in this format
only but separately.
3. Any deviations stated elsewhere in the bid shall not be taken into account and may
render the bid non-responsible and liable to be rejected.
Seal & Signature of Tenderer (s) : _____________________________Name of Tenderer (s) : ______________________________DATE:
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
36
Annexure-G
Format for submission of Vendor Data
1. Name of vendor
2. Registered Address
Postal Code Company’s Year ofEstablishment
Company’s nature ofbusiness
Company’s LegalStatus
Registration No. Phone:
Fax No. Website:
Name of Proprietor/CEO/Chairman
Phone/Mobile No.
Email id
3. Factory Address
Phone No.
Fax No.
Email id
4. Delhi/NCR Address (ifany)
Phone No.
Fax No.
Email id
5. CorrespondenceAddress
6. Name of ContactPerson for this tender
Designation
Date of Birth
Phone/Mobile no.
Fax No.
Email id
7.0 Sales Tax related information
7.1 TIN No.
7.2 L.S.T. No.
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
37
certify that the information given herein is correct to the best of my knowledge and belief.
Signature of Proprietor/CEO/ChairmanSeal of the company/concern
7.3 C.S.T. No.
7.4 Sales Tax ExemptionNo. (if any)
7.5 GST Number
8.0 Income Tax related information
8.1 PAN No.
8.2 PAN reference no. (incase PAN applied for)
8.3 PAN Status (in casePAN applied for)
9.0 Excise duty related information
9.1 ECC No.
9.2 Range
9.3 Collectorate
10. Registration No. withDirectorate ofIndustries
11. SSI/MSE Reg. No. (ifSmall Scale IndustrialUnit)
(Please enclose certificate from DIC/NSIC along with Certificate fromregistered CA with value of plant and machinery)
12. Is MSE/SSI is ST/SC? Yes / No ( If Yes please enclose relevant certificate as proof)
13.0 Bank related information
13.1 Bank name
13.2 Branch name
13.3 Bank address
13.4 Bank phone no.
13.5 Bank fax no.
13.6 Bank MICR Code (9digit)
13.7 RTGS-IFC Code
13.8 Account type
13.9 Account no.
13.10 Swift Code
Tender Document: C-2(b)/WC/907/ 207/2017 FORMAT NO. : CEL/FR/MMD/03(01
38
Annexure – HTENDER ACCEPTANCE LETTER
(To be given on Company Letter Head)
Date:
To,
Sub: Acceptance of Terms & Conditions of Tender.
Tender Reference No:
Name of Tender / Work: -
Dear Sir,
1. I/ We have downloaded / obtained the tender document(s) for the above mentioned ‘Tender/Work’ fromthe web site(s) namely:
as per your advertisement, given in the above mentioned website(s).
2. I / We hereby certify that I / we have read the entire terms and conditions of the tender documentsfrom Page No. to (including all documents like annexure(s), schedule(s), etc .,), which form partof the contract agreement and I / we shall abide hereby by the terms / conditions / clauses containedtherein.
3. The corrigendum(s) issued from time to time by your department/ organization too have also beentaken into consideration, while submitting this acceptance letter.
4. I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s)/corrigendum(s) in its totality / entirety.
5. In case any provisions of this tender are found violated , then your department/ organization shallwithout prejudice to any other right or remedy be at liberty to reject this tender/bid including the forfeitureof the full said earnest money deposit absolutely.
Yours Faithfully,
(Signature of the Bidder, with Official Seal)