e-procurement noticevi. online neft/rtgs payment using internet banking of the bank in which the...

45
E-TENDER DOCUMENT FOR SUPPLY OF DIFFERENT CAPACITIES OF 11KV/0.433KV DISTRIBUTION TRANSFORMERS TO DAITARI MINES, ODISHA E-Procurement Notice NIT No. OMC/MAT/E-PROC/10/19 Dtd. 05.07.2019 1. Name of the work : Supply of different capacities of 11KV/0.433KV distribution transformers to Daitari Mines, Odisha 2. Date of availability of bid document in the portal : 09.07.2019 to 31.07.2019 Up to 03:30PM 3. Last Date for online submission of bids in the portal : 31.07.2019 up to 05:00PM 4. Date of opening of techno- commercial bids : 01.08.2019 up to 11:00AM OMC reserves the right to cancel any or all the tenders without assigning any reason thereof. Further details can be seen from the e-procurement portal tendersodisha.gov.in/ www.omcltd.in Any amendment /cancellation/ retender please refer to the above cited website. General Manager (Material) E-mail: [email protected]

Upload: others

Post on 21-Sep-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

E-TENDER DOCUMENT FOR

SUPPLY OF DIFFERENT CAPACITIES OF 11KV/0.433KV

DISTRIBUTION TRANSFORMERS TO DAITARI MINES, ODISHA

E-Procurement Notice

NIT No. OMC/MAT/E-PROC/10/19 Dtd. 05.07.2019 1. Name of the work : Supply of different capacities of

11KV/0.433KV distribution transformers

to Daitari Mines, Odisha

2. Date of availability of bid

document in the portal : 09.07.2019 to 31.07.2019

Up to 03:30PM

3. Last Date for online submission of bids in the portal

: 31.07.2019 up to 05:00PM

4. Date of opening of techno-commercial bids

: 01.08.2019 up to 11:00AM

OMC reserves the right to cancel any or all the tenders without assigning any reason thereof. Further details can be seen from the e-procurement portal tendersodisha.gov.in/ www.omcltd.in Any amendment /cancellation/ retender please refer to the above cited website.

General Manager (Material)

E-mail: [email protected]

Page 2: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

CHAPTER-1

INSTRUCTION TO THE BIDDERS FOR E-PROCUREMENT

a. The e-procurement portal of Govt. of Odisha (https://tendersodisha.gov.in)

shall be used for the tendering process.

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

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

approval of the competent authority.

c. There shall be no sale of hard copies of tender from issuing offices. Tenders

can be accessed and downloaded by the prospective bidders on above

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

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

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

continue till the last date and time of bid submission.

e. Registration/Enrolment of Bidder on e-procurement Portal. In order to submit the Bid, the bidders have to get themselves registered

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

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

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

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

himself or his duly authorized person.

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

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

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

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

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

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

ii. The bidders have to upload the required Prequalification/ Technical/

Financial bid, as mentioned in the bidding document.

iii. Then the bidders have to select and submit the bank name as

available in the payment options.

iv. A bidder shall make electronic payment using his/her internet

banking enabled account with designated Banks or their aggregator

banks.

v. A bidder having account in other Banks can make payment using

NEFT/RTGS facility of designated Banks.

Page 3: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

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

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

mentioned in the challan as an interbank beneficiary.

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

successful transaction by bidder the system will activate the ‘Freeze

Bid Submission’ button to conclude the bid submission process.

viii. System will generate an acknowledgement receipt for successful bid

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

acknowledgement receipt for tracking their bid status.

g. Only those bidders who successfully remit their Earnest Money Deposit (EMD)

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

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

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

designated Banks shall not be held responsible for such pendency or failure.

h. Designated Banks (SBI/ICICI/HDFC Bank) payment gateway are being

integrated with e-Procurement Portal of Government of Odisha

(tendersodisha.gov.in)

i. The bidder will have to accept unconditionally the online user portal

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

NIT including Commercial and General Terms and Conditions and other

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

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

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

conditional bid shall be allowed/ accepted.

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

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

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

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

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

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

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

NIT. The last date for seeking clarification will be up to 10 (ten) days before

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

line will be up to 07 (seven) days before the last date of submission of bid. The

tender publishing authority will be responsible for giving the clarification

online within the prescribed time frame.

Page 4: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

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

NIT will be published online with respect to extension of date and address.

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

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

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

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

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

m. The bidder will submit their Techno Commercial Bid and Price bid on-line. No

off-line bid shall be accepted.

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

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

exemption will have to be uploaded in the Technical Bid by the bidder during

bid submission.

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

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

in Cover-II.

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

technical specification parameters for each tendered item will be in PDF

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

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

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

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

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

rejected.

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

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

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

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

the tenderers will have no condition. The price bid which is incomplete

and not submitted as per format or is a conditional Price Bid will be

rejected.

iii. The GST for total quantity amount shall be entered in the respective rows

of Price bid format instead of single quantity.

Page 5: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

o. Modification of the submitted bid shall be allowed online only before the

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

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

once their bids online within the end date of bid submission.

p. The Techno Commercial bid will be opened on the pre-scheduled date and

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

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

Signature Certificates.

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

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

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

be cancelled with the approval of competent authority.

r. Techno- Commercial evaluation of bids: The techno commercial bids will be evaluated by the bid evaluating committee

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

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

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

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

support of exemption of EMD for Technical Evaluation.

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

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

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

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

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

with OMC or submission of any additional documents, not specifically

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

considered by the purchaser.

These documents may be allowed to be uploaded within the specified

time period as specified by OMC.

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

shortfall document” by Evaluator normally within 07 days of Technical-

bid(Part-I) opening, indicating the start date and end date giving 07 days

time for online submission by the bidder. The bidders will get this

information on their personalized dash board under “Upload shortfall

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

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

Page 6: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

responsibility to check the updated status/ information on their

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

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

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

documents within prescribed time.

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

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

documents.

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

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

shortlisted Bidders through system generated e-mail and SMS alert.

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

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

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

Certificates. The bidders may view the price bide opening online

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

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

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

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

for further deliberation by the appropriate level of Tender Committee.

(v) The EMD of unsuccessfully bidders will be refunded through online. The

EMD shall be refunded to the account from which it was debited.

(vi) The IP address of all the bidders who has participated in the bid along

with timing and date will also kept preserved in the system.

(vii) The bid validity period for all tenders will be 180 (one hundred eighty)

days from the last date of submission of bid.

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

at the time of opening/ evaluation of Technical bid.

t. Regarding operation of e-Tender procedure please visit website

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

further addendum/ corrigendum if any will be declared in same website.

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

reason thereof.

Page 7: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

(A) EMD:

Sl.

No

Name of the material

Tender paper Cost

(in Rs.)

EMD

(in Rs.)

1. 100 KVA 11/0.433KV, 3 phase, 50 Hz, outdoor type, oil immersed, CRGO core Transformer- 1No

Free of Cost 50,000.00

2. 315KVA, 11/0.433KV 3 phase, 50 Hz, outdoor type, oil immersed, CRGO core Transformer- 4Nos

3. 500KVA, 11/0.433KV 3 phase, 50 Hz, outdoor type, oil immersed, CRGO core Transformer- 1No

4. 1000KVA, 11/0.433KV 3 phase, 50 Hz, outdoor type, oil immersed, CRGO core Transformer- 2Nos

The bidder will be required to submit EMD through ONLINE mode only. The bidder should follow the instructions for online payment available in the

e-procurement portal during processing of tender.

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

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

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

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

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

days from receipt of such instruction.

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

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

State Procurement Cell to the registered account of the tender inviting

authority.

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

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

Authority through e-procurement system.

Page 8: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

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

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

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

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

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

EMD will be forfeited.

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

as approved or permitted by the Odisha State Government/ Central

Government. For such exemption the bidder have to furnish the

documentary evidence along with the Bid. In case the bidder is exempted

from depositing EMD, if awarded the work, Security Deposit (SD) as per Point

No: 8 of the Chapter-4 of this Tender Document has to be deposited in shape

of Bank Draft drawn on any Nationalized Bank/ Scheduled Bank payable at

Bhubaneswar in favour of The Odisha Mining Corporation Limited before

issuance of formal purchase order and same shall be refunded after

successful execution of the work

The EMD of unsuccessful bidders except the L-2 Bidder shall be returned

after selection of L-1 Bidder.

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

issued to the L-1 bidder.

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

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

the ISD amount, the EMD shall be forfeited.

Page 9: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

CHAPTER-2

1. ELIGIBILITY CRITERIA:

(a) The bidder should be a manufacturer/Authorized dealer of Distribution

Transformers of rating 11/0.433 KV, 100 KVA or above with minimum five

years of experience in this field.

(i) In case the Bidder is a company: Certificate of incorporation along with copy of Memorandum of Association (MOA). The main objective of the company as per MOA should be business in transformers. Manufacturer License. Document in support of 5(Five) years experience to be attached.

(ii) In other cases: Manufacturer license/ valid Dealership certificate/

Authorization copy of manufacturer as well as document in support of five(5) years of experience to be produced as applicable)

(b) The manufacturer must have permission for manufacturing BIS Lable-2

transformer. (Valid authorization certificate for manufacturing of BIS Level-2

distribution transformer from appropriate authority must be attached with

offer)

(c) The bidder must have supplied similar rating or higher rating of transformers

to any State Govt/Central Govt/PSUs in competitive bidding process within

last five years from the date of tender opening.(Copy of PO and User

certificate against supply to be produced with bid)

(d) The bidder must have an annual average turnover of Rupees 50 lakhs or more

during last three financial years. (Copy of Balance Sheet & Profit Loss

Account statement of FY 2015-16, 2016-17, 2017-18 to be produced with

bid)

(e) The bidder must accept the tender conditions and must not have been

blacklisted by any competent court of law, forum or any Govt/PSUs or

statutory entities.( Completely filled &signed copy of Annexure-D as in this

tender is to be produced with bid)

(f) The Bidder must have filed its Income Tax return for the preceding three

Assessment Years, i.e. A.Y. 2016-17, 2017-18 & 2018-19. Copy of ITRs filed

shall be attached with the Bid.

Page 10: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

(g) The bidder should have PAN &GSTN Registration Certificate.(Copy of PAN &

GSTN Certificate copy to be attached with bid)

(h) The must have submitted the required EMD online if not exempted as per

Govt. Law(Copy online submitted receipt, if exempted, copy of Valid

exemption Certificate issued by Govt. to be submitted)

(i) If the bidder is out of state of Odisha, it must have its own service station in

Odisha. (Copy of Odisha based service station address with contact number

should be attached)

NB: All the documents in support of Eligibility Criteria should be scanned

chronologically & indicated in respect of each criteria along with all Annex.

Non submission of any one of the above documents will entail rejection of the

Bid.

CLARIFICATION OF BIDS: To assist in the examination, evaluation and comparison of Bids, the OMC may at

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

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

Page 11: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

CHAPTER-3

SCOPE OF SUPPLY, SERVICES AND COMPLETION PERIOD

1. BROAD SCOPE OF WORK:

The specification covers the design, engineering, manufacture, stage

inspection, testing, pre-delivery inspection, supply, delivery, loading,

unloading and performance requirements of 11/0.433 KV outdoor type,

CRGO Core, BEE S&L Scheme specified Distribution Transformers.

Sl.

No

Name of the material

Proposed place/ Qty of installation

Total Qty. (in Nos)

1. 100 KVA 11/0.433KV, 3 phase, 50 Hz, outdoor type, oil immersed, CRGO core Transformer- 1No

Daitari Mines,

Keonjhar,

Odisha

08 nos.

2. 315KVA, 11/0.433KV 3 phase, 50 Hz, outdoor type, oil immersed, CRGO core Transformer- 4Nos

3. 500KVA, 11/0.433KV 3 phase, 50 Hz, outdoor type, oil immersed, CRGO core Transformer- 1No

4. 1000KVA, 11/0.433KV 3 phase, 50 Hz, outdoor type, oil immersed, CRGO core Transformer- 2Nos

Page 12: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

(TECHNICAL SPECIFICATION)

TECHNICAL SPECIFICATION FOR OUTDOOR TYPES

DISTRIBUTION TRANSFORMERS

1 SCOPE:

1.1 This specification covers design, engineering, manufacture, assembly,

stage testing, inspection and testing before supply and delivery at site of oil immersed, naturally cooled 3 phase 11 kV/433V outdoor type, CRGO core distribution transformer.

1.2 It is not the intent to specify completely herein all the details of the

design and construction of equipment. However the equipment shall

conform in all respects to high standards of engineering, design and

workmanship and shall be capable of performing in continuous

commercial operation, in a manner acceptable to the purchaser, who will

interpret the meanings of drawings and specification and shall have the

power to reject any work or material which, in his judgment is not in

accordance therewith. The offered equipment shall be complete with all

components necessary for their effective and trouble free operation.

Such components shall be deemed to be within the scope of bidder’s

supply irrespective of whether those are specifically brought out in this

specification and / or the commercial order or not.

1.3 The transformer and accessories shall be designed to facilitate operation, inspection, maintenance and repairs. The design shall incorporate every

precaution and provision for the safety of equipment as well as staff engaged in operation and maintenance of equipment.

1.4 All outdoor apparatus, including bushing insulators with their mountings,

shall be designed so as to avoid any accumulation of water.

2 STANDARD RATINGS: 2.1 The standard rating shall be 3-phase, 100KVA, 315KVA, 500KVA, 1000KVA,

11 KV/ 0.433 KV, CRGO Core, Label -2, distribution transformers.

3 STANDARDS: 3.1 The materials shall conform in all respects to the relevant Indian/

International Standards, with latest amendments thereof unless otherwise specified herein. Some of them are listed below:

Page 13: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

3.2 Material conforming to other internationally accepted standards, which

ensure equal or better quality than the standards mentioned above,

would also be acceptable. In case the bidders who wish to offer material

conforming to other standards, the bidder shall clearly bring out the

salient points of difference between the standards adopted and the

specific standards in relevant schedule. Four copies of such standards

with authentic English translations shall be furnished along with the offer.

4 PRINCIPAL PARAMETERS: (A) TECHNICAL DETAILS & LIST OF ACCESSORIES FOR 100KVA,

11/0.433KV TRANSFORMER: i) The 100KVA outdoor type, CRGO Core, Label-2, distribution

transformer shall be of latest design, 3 phase, 2 winding core type, oil immersed, natural cooled (ONAN), generally designated manufacture and tested according to IS:2026-1977 & confirm to following particular.

a) Voltage ratio : 11/0.433KV b) Type : oil immersed, outdoor type c) Cooling : ONAN with temperature rise limits

as per Table 4 of IS: 2026 (Part-II) d) Installation : Outdoor e) No. of windings : 2 (two) having Copper (cu)

conductor

f) Supply frequency : 50 Hz, +3% to -3%

g) No. of phases : 3 (three)

h) Winding connection : Primary – Delta

Secondary – Star

with neutral

brought out for

solid earthing

i) Vector group : Dyn11

j) Duty : Continuous

k) Percentage impedance : As per IS: 2026

l) Rated primary voltage : 11KV

m) Rated secondary voltage : 0.433KV

n) Tap-changer : Off-circuit, pad lockable on HV side

o) Tapping range : ±2.5%, ±5% and ±7.5% taps shall be provided on HV side

p) Conductor material : Copper

Page 14: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

ii) Place of supply: Daitari Mines, Dist. of Keonjhar, Odisha, Quantity-01 nos.

(B) TECHNICAL DETAILS & LIST OF ACCESSORIES FOR 315KVA,

11/0.433KV TRANSFORMER: i) The 315KVA outdoor type, CRGO Core,Label-2, distribution

transformer shall be of latest design, 3 phase, 2 winding core type, oil immersed, natural cooled (ONAN), generally designated manufacture and tested according to IS:2026-1977 or latest & confirm to following particular.

a) Voltage ratio : 11/0.433KV

b) Type : Oil immersed, outdoor type

c) Cooling : ONAN with temperature rise

limits as per Table 4 of

IS: 2026 (Part-II)

d) Installation : Outdoor

e) No. of windings : 2 (two) having Copper (cu)

conductor

f) Supply frequency : 50 Hz, +3% to -3%

g) No. of phases : 3 (three)

h) Winding connection : Primary – Delta

Secondary – Star

with neutral brought out for

solid earthing i) Vector group : Dyn11 j) Duty : Continuous

k) Percentage impedance : As per IS: 2026

l) Rated primary voltage : 11KV

m) Rated secondary voltage : 0.433KV

n) Tap-changer : Off-circuit, pad lockable on

HV side

o) Tapping range : ±2.5%, ±5% and ±7.5% taps

shall be provided on HV

side

p) Conductor material : Copper

ii) Place of supply: Daitari Mines, Dist. of Keonjhar, Odisha, Quantity-04 nos.

Page 15: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

(C) TECHNICAL DETAILS & LIST OF ACCESSORIES FOR 500KVA, 11/0.433KV

TRANSFORMER: i) The 500KVA outdoor type, CRGO Core, Label-2, distribution transformer

shall be of latest design, 3 phase, 2 winding core type, oil immersed, natural cooled (ONAN), generally designated manufacture and tested according to IS:2026-1977 & confirm to following particular.

a) Voltage ratio : 11/0.433KV

b) Type : oil immersed, outdoor type

c) Cooling : ONAN with temperature rise limits as per Table 4 of IS: 2026

(Part-II)

d) Installation : Outdoor

e) No. of windings : 2 (two) having Copper (cu)

conductor

f) Supply frequency : 50 Hz, +3% to -3%

g) No. of phases : 3 (three)

h) Winding connection : Primary – Delta Secondary – Star with neutral brought out for solid earthing

i) Vector group : Dyn11 j) Duty : Continuous

k) Percentage impedance : As per IS: 2026

l) Rated primary voltage : 11KV

m) Rated secondary voltage : 0.433KV

n) Tap-changer : Off-circuit, pad lockable on HV side

o) Tapping range : ±2.5%, ±5% and ±7.5% taps shall be provided on HV

side

p) Conductor material : Copper

ii) Place of supply: Daitari Mines, Dist. of Keonjhar, Odisha, Quantity-01 nos.

(D) TECHNICAL DETAILS & LIST OF ACCESSORIES FOR 1000KVA, 11/0.400KV

TRANSFORMER: i) The 1000KVA, outdoor type, CRGO Core, Label-2, distribution

transformer shall be of latest design, 3 phase, 2 winding core type, oil immersed, natural cooled (ONAN), generally designated manufacture and tested according to IS:2026-1977 & confirm to following particular.

a) Voltage ratio : 11/0.433KV

b) Type : oil immersed, outdoor type

c) Cooling : ONAN with

Page 16: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

temperature rise

limits as per Table

4 of IS: 2026

(Part-II)

d) Installation : Outdoor

e) No. of windings : 2 (two) having Copper (cu)

conductor

f) Supply frequency : 50 Hz, +3% to -3%

g) No. of phases : 3 (three)

h) Winding connection : Primary – Delta

Secondary – Star

with neutral

brought out for

solid earthing i) Vector group : Dyn11 j) Duty : Continuous

k) Percentage impedance : As per IS: 2026

l) Rated primary voltage : 11KV

m) Rated secondary voltage : 0.433KV

n) Tap-changer : Off-circuit, pad

lockable on HV

side

o) Tapping range : ±2.5%, ±5% and

±7.5% taps shall

be provided on

HV side

p) Conductor material : Copper

HV side terminal: As per standard norms. LV side terminal: Three insulated phase terminals housed within a LV box attached to the transformer tank.

ii) Accessories:

a. Rating plate.

b. Diagram and terminal marking plate.

c. Tap connection plate.

d. Two earthing terminals.

e. Lifting devices for transformer and enclosure.

f. Drain value with plug.

g. Flat bi-directional rollers.

Page 17: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

h. Under carriage with haulage hole.

i. Lifting lugs for core coil assemble.

j. Dehydrating Silica Gel breather with oil seal.

k. Oil level indicator with ‘low’ oil level contact.

l. Thermometer pocket with bulb type thermometer.

m. Conservator with atom seal arrangement, oil filling hole, caps drain

valves, oil gauge glass and magnetic oil indicator. n. Oil filling hole with cover.

o. Air release device.

p. Explosion vent with equalizer pipe connection to conservator.

q. Filter valve.

r. Oil sampling valves.

s. Buchholz relay with alarm and trip contact and valves on conservator

side for the transformer.

Place of supply: Daitari Mines, Dist. of Keonjhar, Odisha, Quantity-02 nos Audible sound levels (decibels) at rated voltage and frequency for liquid immersed distribution transformers shall be as per standards. CORE MATERIAL 6.1.3 CRGO CORE METAL:

6.1.3.1 The core shall be high quality CRGO having very low loss formed into

wound cores of rectangular shape, bolted together to the frames firmly

to prevent vibration or noise. The complete design of core must ensure

permanency of the core loss with continuous working of the

transformers. The value of the flux density allowed in the design shall

be clearly stated in the offer. Curve showing the properties of the

metal shall be attached with the offer.

6.1.3.2 No load current shall not exceed 2% of full load current and will be measured by energizing the transformer at 433 volts, 50 Hz on the secondary. For increase of voltage of 433 volts by 12.5%, the no-load current shall not increase beyond 5 % of the full load current.

7 WINDINGS:

7.1 Material:

7.1.1 HV and LV windings shall be wound from Super Enamel covered /

Double Paper covered copper conductor/ foil winding.

Page 18: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

7.1.2 LV winding shall be such that neutral formation will be at top. 7.1.3 The winding construction of single HV coil wound over LV coil is

preferable. 7.1.4 Inter layer insulation shall be Nomex /Epoxy dotted Kraft Paper. 7.1.5 Proper bonding of inter layer insulation with the conductor shall be

ensured.

7.1.6 Joints in the winding shall be avoided. However, if jointing is necessary the joints shall be properly brazed and the resistance of the joints shall be less than that of parent conductor. In case of foil windings, welding of leads to foil can be done within the winding.

8 TAPS:

8.1.2 OFF-Circuit tap changing switch five positions (i.e. -5%, -2.5%, Normal,

+2.5%, +5%) with locking arrangement + 5% to -5% in step of 2.5% Off load Tap changer.

8.1.3 Tap changing shall be carried out by means of an externally operated

self-position switch and when the transformer is in de-energized condition. Switch position No.1 shall correspond to the maximum plus tapping. Each tap change shall result in variation of 2.5% in voltage. Provision shall be made for locking the taping switch handle in position. Suitable aluminum anodised plate shall be fixed for tap changing switch to know the position number of tap.

9 OIL : 9.1 The insulating oil shall comply with the requirements of IS 335 or BS 148.

Use of recycled oil is not acceptable. The specific resistance of the oil shall be as per IS Standard 6103.

9.2 Oil shall be filtered and tested for break down voltage (BDV) and moisture free content before filling.

9.3 The oil shall be filled under vacuum. 9.4 The design and all materials and processes used in the manufacture of

the transformer, shall be such as to reduce to a minimum the risk of the development of acidity in the oil.

10. INSULATION LEVELS:

The Insulation Level should be as per the Standard depending upon therating of Distribution Transformer.

Page 19: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

11. LOSSES:

11.1 The bidder shall guarantee individually the no-load loss and load loss without any positive tolerance. The bidder shall also guarantee the total losses at 50% and 100% load condition (at rated voltage and frequency and at 75°C) as per BEE Latest S& L Scheme Regulations.

12. No positive tolerance shall be allowed on the maximum losses displayed

on the label for both 50% and 100% loading values. 13 PERCENTAGE IMPEDANCE: 13.1 The percentage impedance at 75ºC. shall be 4% subject to tolerance as per

IS:2026-1997 or latest. 14 Temperature rise: The temperature rise over ambient shall not exceed

the standard limits. 15 INSULATION MATERIAL: 15.1 Electrical grade insulation epoxy dotted Kraft Paper/Nomex and

pressboard of standard make or any other superior material subject to approval of the purchaser shall be used.

15.2 All spacers, axial wedges / runners used in windings shall be made of pre-

compressed Pressboard-solid, conforming to type B 3.1 of IEC 641-3-2. In

case of cross-over coil winding of HV all spacers shall be properly sheared

and dovetail punched to ensure proper locking. All axial wedges / runners

shall be properly milled to dovetail shape so that they pass through the

designed spacers freely. Insulation shearing, cutting, milling and

punching operations shall be carried out in such a way, that there should

not be any burr and dimensional variations.

16 CONSERVATOR: 16.1 The conservator shall be provided on transformer tank. 16.2 When a conservator is provided, oil gauge and the plain or dehydrating

breathing device shall be fitted to the conservator which shall also be provided with a drain plug and a filling hole [32 mm (1¼”)] normal size thread with cover. In addition, the cover of the main tank shall be provided with an air release plug.

16.3 The dehydrating agent shall be silica gel. The moisture absorption shall be

indicated by a change in the colour of the silica gel crystals which should

Page 20: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

be easily visible from a distance. Volume of breather shall be suitable for

1 kg.

16.4 The capacity of a conservator tank shall be designed keeping in view the

total quantity of oil and its contraction and expansion due to temperature

variations. The total volume of conservator shall be such as to

contain10% quantity of the oil. Normally 3% quantity the oil shall be

contained in the conservator.

16.5 The cover of main tank shall be provided with an air release plug to enable air trapped within to be released, unless the conservator is so located as to eliminate the possibility of air being trapped within the main tank.

17. PROTECTIVE COATING: 17.1 As soon as all items have been cleaned and within four hours of the

subsequent drying, they shall be given suitable anti-corrosion protection. 18. BUSHINGS:

18.1 The bushings shall conform to the relevant standards specified and shall be of outdoor type.

18.2 Bushing can be of porcelain/epoxy material. Polymer insulator bushings

conforming with relevant IEC can also be used. 18.3 Bushings of plain shades as per IS 3347 shall be mounted on the side of

the Tank and not on top cover. 18.4 Dimensions of the bushings of the voltage class shall conform to the

Standards specified and dimension of clamping arrangement shall be as

per IS 4257

18.5 Minimum external phase to phase and phase to earth clearances of bushing terminals shall be as per standard.

The clearances in case of cable box shall be as per standard.

18.6 Arcing horns shall be provided on HV bushings.

19. TERMINAL CONNECTORS: 19.1 The LV and HV bushing stems shall be provided with suitable terminal

connectors as per IS:5082 so as to connect the jumper without disturbing

Page 21: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

the bushing stem. Connectors shall be with eye bolts so as to receive

conductor for HV. Terminal connectors shall be type tested as per

IS:5561.

20 FITTINGS: 20.1 The following standard fittings shall be provided:

i. Rating and terminal marking plates, non-detachable. ii. Earthing terminals with lugs - 2 Nos. iii. Lifting lugs for main tank and top cover iv. Terminal connectors on the HV/LV bushings (For bare terminations

only). v. Thermometer pocket with cap - 1 No. vi. Air release device vii. HV bushings viii. LV bushings ix. Pulling lugs x. Stiffener xi. Radiators - No. and length may be mentioned (as per heat

dissipation calculations)/ corrugations.

xii. Prismatic oil level gauge.

xiii. Drain cum sampling valve.

xiv. Top filter valve

xv. Oil filling hole having thread with plug and drain plug on the

conservator.

xvi. Silicagel breather

xvii. Base channel with holes to make them suitable for fixing on a

platform or plinth.

xviii. 4 No. rollers

xix. Pressure relief device or explosion vent.

21 OVERLOAD CAPACITY: 21.1 The transformers shall be suitable for loading as per IS 6600.

22 TESTS: 22.1 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. The type test must have been conducted on a transformer of same design during the last five years at the time of bidding. The bidder shall furnish two sets of type test reports along with the offer. Offers without type test reports will be treated as non-responsive.

22.2 Special tests other than type and routine tests, as agreed between

purchaser and bidder shall also be carried out as per the relevant

standards.

Page 22: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

22.3 The requirements of site tests are also given in this clause. 22.4 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.

22.5 The procedure for testing shall be in accordance with IS1180/2026 as the case may be except for temperature rise test.

22.6 Before dispatch the completely assembled transformer shall be subjected to the routine tests at the manufacturer’s works.

23 ROUTINE TESTS:

23.1 Ratio, polarity, phase sequence and vector group. 23.2 No Load current and losses at service voltage and normal frequency. 23.3 Load losses at rated current and normal frequency. 23.4 Impedance voltage test. 23.5 Resistance of windings at each tap, cold (at or near the test bed temperature). 23.6 Insulation resistance. 23.7 Induced over voltage withstand test. 23.8 Separate source voltage withstand test. 23.9 Neutral current measurement-The value of zero sequence current in the

neutral of the star winding shall not be more than 2% of the full load

current.

23.10 Oil samples (one sample per lot) to comply with IS 1866. 23.11 Measurement of no load losses and magnetizing current at rated

frequency and 90%, 100% and 110% rated voltage. 23.12 Pressure and vacuum test for checking the deflection.

24 TYPE TESTS TO BE CONDUCTED ON ONE UNIT:

In addition to the tests mentioned in clause 33 and 34 following tests shall be conducted:

24.1 Temperature rise test for determining the maximum temperature rise after continuous full load run. The ambient temperature and time of test should be stated in the test certificate.

24.2 Impulse voltage test: with chopped wave of IS 2026 part-III. BIL for 11 kV shall be 95 kV peak instead of 75 kV

24.3 Short circuit withstand test: Thermal and dynamic ability. 24.4 Air Pressure Test: As per IS – 1180. 24.5 Magnetic Balance Test. 24.6 Un-balanced current test: The value of unbalanced current indicated by

the ammeter shall not be more than 2% of the full load current. 24.7 Noise-level measurement. 24.8 Measurement of zero-phase sequence impedance.

Page 23: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

24.9 Measurement of Harmonics of no-load current. 24.10 Transformer tank shall be subjected to specified vacuum. The tank

designed for vacuum shall be tested at an internal pressure of 0.35 kg

per sq cm absolute (250 mm of Hg) for one hour. The permanent

deflection of flat plates after the vacuum has been released shall not

exceed.

24.11 Transformer tank together with its radiator and other fittings shall be

subjected to pressure corresponding to twice the normal pressure or

0.35 kg / sq.cm whichever is lower, measured at the base of the tank

and maintained for an hour. The permanent deflection of the flat

plates after the excess pressure has been released, shall not exceed

the figures for vacuum test.

24.12 Pressure relief device test: The pressure relief device shall be subject to

increasing fluid pressure. It shall operate before reaching the test

pressure as specified in the above class. The operating pressure shall

be recorded. The device shall seal-off after the excess pressure has

been released.

24.13 Short Circuit Test and Impulse Voltage Withstand Tests: The

purchaser intends to procure transformers designed and successfully

tested for short circuit and impulse test. In case the transformers

proposed for supply against the order are not exactly as per the tested

design, the supplier shall be required to carry out the short circuit test

and impulse voltage withstand test at their own cost in the presence of

the representative of the purchaser.

24.13.1 The supply shall be accepted only after such test is done successfully, as it confirms on successful withstand of short circuit and healthiness of the active parts thereafter on un-tanking after a short circuit test.

24.13.2 Apart from dynamic ability test, the transformers shall also be required

to withstand thermal ability test or thermal withstand ability will have

to be established by way of calculations.

24.13.3 It may also be noted that the purchaser reserves the right to conduct

short circuit test and impulse voltage withstand test in accordance

with the IS,afresh on each ordered rating at purchaser cost, even if the

transformers of the same rating and similar design are already tested.

This test shall be carried out on a transformer to be selected by the

purchaser either at the manufacturer’s works when they are offered in

a lot for supply or randomly from the supplies already made to

purchaser’s stores. The findings and conclusions of these tests shall be

binding on the supplier.

Page 24: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

24.13.4 Type test certificates for the tests carried out on prototype of same specifications shall be submitted along with the bid. The purchaser may select the transformer for type tests randomly.

25 ACCEPTANCE TESTS:

25.1 The testing shall be carried out in accordance with IS:1180 and IS:2026.

26. INSPECTION:

26.1 In respect of raw material such as core stampings, winding conductors,

insulating paper and oil, supplier shall use materials

manufactured/supplied by standard manufacturers and furnish the

manufacturers’ test certificate as well as the proof of purchase from

these manufacturers (excise gate pass) for information of the

purchaser. The bidder shall furnish following documents along with

their offer in respect of the raw materials:

27 INSPECTION AND TESTING OF TRANSFORMER OIL: 27.1 To ascertain the quality of the transformer oil, the original

manufacturer’s tests report should be submitted at the time of

inspection. Arrangements should also be made for testing of transformer oil, after taking out the sample from the manufactured

transformer and tested in the presence of purchaser’s representative. 27.2 To ensure about the quality of transformers, the inspection shall be

carried out by the purchaser’s representative at finished stage i.e. transformers are fully assembled and are ready for dispatch.

27.3 When the transformer is ready for dispatch, an offer intimating about

the readiness of transformer, for final inspection for carrying out tests

as per relevant IS shall be sent by the firm along with Routine Test

Certificates. The inspection shall normally be arranged by the

purchaser at the earliest after receipt of offer for pre-delivery

inspection.

27.4 In case of any defect/defective workmanship observed at any stage by the purchaser’s Inspecting Officer, the same shall be pointed out to the firm in writing for taking remedial measures. Further processing should only be done after clearance from the Inspecting Officer/ purchaser.

27.5 All tests and inspection shall be carried out at the place of

manufacture unless otherwise specifically agreed upon by the manufacturer and purchaser at the time of purchase. The manufacturer shall offer the Inspector representing the Purchaser all reasonable facilities, without charges, to satisfy him that the material is being supplied in accordance with this specification. This will Form Active Part Inspection during Acceptance Tests.

Page 25: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

27.6 The manufacturer shall provide all services to establish and maintain

quality of workman ship in his works and that of his sub-contractors to

ensure the mechanical /electrical performance of components,

compliance with drawings, identification and acceptability of all

materials, parts and equipment as per latest quality standards of ISO

9000.

27.7 Purchaser shall have every right to appoint a third party inspection to carry out the inspection process.

27.8 The purchaser has the right to have the test carried out at his own cost by an independent agency wherever there is a dispute regarding the quality supplied. In case of any deviation purchaser have every right to reject transformer or penalize the manufacturer, which may lead to blacklisting, among other things.

28 PACKING AND FORWARDING: 28.1 The packing shall be done as per the manufacturer’s standard practice.

However, it should be ensured that the packing is such that, the material would not get damaged during transit by Rail / Road / Sea.

28.2 The marking on each package shall be as per the relevant IS.

29 MANADATORY SPARES: 29.1 Mandatory spares shall be supplied as per the purchaser’s requirement.

30 DEVIATIONS : 30.1 The bidders are not allowed to deviate from the principal requirements

of the Specifications. However, the bidder is required to submit with his bid in the relevant schedule a detailed list of all deviations without any ambiguity. In the absence of a deviation list in the deviation schedules, it is understood that such bid conforms to the bid specifications and no post-bid negotiations shall take place in this regard.

30.2 The discrepancies, if any, between the specification and the catalogues

and / or literatures submitted as part of the offer by the bidders, shall

not be considered and representations in this regard shall not be

entertained.

30.3 If it is observed that there are deviations in the offer in guaranteed technical particulars other than those specified in the deviation schedules then such deviations shall be treated as deviations.

30.4 All the schedules shall be prepared by vendor and are to be enclosed with the bid.

Page 26: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

CHAPTER-4

PRICE, PRICE FALL CLAUSE, VALIDITY OF THE PROPOSAL, DELIVERY PERIOD 1. PRICE:

Prices should be quoted as per the price bid format for different capacities of

11KV/0.433KV distribution transformers should be submitted online.

The Bidder shall quote the total composite price and the prices needs to be

individually indicated against each item as per the Part-II (Price-Bid format).

The details of the taxes/ duties break up are to be indicated clearly against

each item and is to be kept in the envelope for price Bid online. The taxes

and duties breakup of the equipments and services are mandatory without

which the bid shall be liable for rejection.

2. ESCALATION OF PRICE:

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

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

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

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

taxes and duties. This clause is of course, subject to price fall clause.

3. RIGHT TO RISK PURCHASE:

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

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

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

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

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

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

4. VALIDITY:

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

5. DELIVERY PERIOD: The successful bidder has to complete the work in all respect within 03

(three) months from the date of approval of drawing. The drawings must be

submitted to OMC for approval within 15 days from the date of issue of P.O.

Page 27: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

When the supplier fails to supply the item in time, the ordering authority has

the following options depending upon the conditions and circumstances of

the case

6. Extending the delivery period without any penalty:

Under the following Circumstances extension of delivery date may be considered. (i) In absence of urgency of the requirement and delay involved has or

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

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

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

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

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

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

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

authority.

LIABILITY FOR ACCIDENTS AND DAMAGES: Under the contract the bidder

shall be responsible for any loss or damage to the Distribution Transformers

or to the manpower deployed by the selected bidder or its authorized

agencies until the work is taken over by OMC after necessary technical and

legal compliance.

7. INITIAL SECURITY DEPOSIT (ISD): The bidder shall have to deposit an ISD equivalent to 5% of the contract

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

whichever is earlier. The ISD shall be in form of DD. The ISD shall be for

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

forfeited in case the Agency fails to fulfill its obligations under the contract.

The ISD shall be released to the Agency after completion of supply at the

time of release of last 10% payment.

Page 28: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

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

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

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

8. PERFORMANCE SECURITY/GUARANTEE

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

amounting to 10% of the contract value before release of last 10% of Bill

Value. The BG should be operable/ executable for invocation at any

Nationalized/ Scheduled Commercial Bank at Bhubaneswar. The BG shall be

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

contract and Performance Guarantee obligation of the Equipment/ System

and satisfactory compliance of the statutory obligations applicable to this

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

warrantee period. On breach of contract by the supplier or agency, the

performance guarantee shall be invoked by OMC with approval of

competent authority.

The performance Bank guarantee shall be released after successful

completion of warranty/ guarantee period certified by the concerned

Regional Manager and satisfactory compliance of statutory obligations under

the contract.

Page 29: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

CHAPTER-5

PAYMENT TERMS, TAXES & DUTIES

1. SUPPLY, OF DIFFERENT CAPACITIES OF 11KV/0.433KV DISTRIBUTION TRANSFORMERS AT DAITARI MINES, ODISHA.

1.1 90% of payment of material cost alongwith applicable GST shall be

released at Head Office after receipt at site and acceptance of

materials along with submission of following documents:

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

b) Delivery Challan. c) Approved OEM warrantee Certificate. d) Submission of BG of amount i.e 10% of Total order value or

undertaking to deduct the required BG amount from claimed Bill value if BG not submitted.

e) Test Reports as desired by OMC. f) Inspection report.

1.2 Balance 10% of material cost along applicable GST shall be released

after expiry Warrantee period or on submission of Performance

Guarantee in form of BG in OMC’s BG format for 10% of the total

contract value excluding taxes & duties which is to be valid till the

completion of warrantee period with claim period of 2 months after

the BG expiry period.

The PBG should be issued by any Nationalized/Scheduled commercial

Banks in OMC format.

1.3 TDS under IT Act, BG Act and any other Act as applicable & statutory

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

are to be submitted as per relevant Rules as applicable.

1.4 No advance payment in any form will be made.

1.5 Part payment provision may be considered on supply and acceptance

of same by Consignee & submission of required documents.

Page 30: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

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

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

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

bidder pertaining to this work.

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

ii) The Successful Bidder has to raise Invoice as required under section

31 of the GST Act and relevant Rules made there under.

iii) The Invoice should contain the following particulars as required under Rule 46 of CGST Rules.

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

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

a) Date of its issue.

b) Name, address and Goods and Services Tax Identification Number or Unique Identity Number, if registered, of the recipient.

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

d) Description of goods or services.

e) Quantity in case of goods and unit or Unique Quantity Code thereof.

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

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

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

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

j) Place of supply along with the name of the State, in the case of a

supply in the course of Inter-State Trade or Commerce.

Page 31: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

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

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

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

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

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

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

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

GST amount paid against those Bills.

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

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

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

recovered from the dues of the Successful Bidder or the Successful

Bidder has to deposit an equivalent amount.

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

Acts, Rules and Notifications issued there under.

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

liabilities arising in future due to non compliance by the successful

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

and applicable to the successful bidder by OMC.

4. WARRANTY

The manufacturers of the transformer shall provide a guarantee of 24

months from the date of receipt and acceptance of materials at site. In case

the distribution transformer fails within the guarantee period the purchaser

will immediately inform the supplier who shall take back the failed DT

within 15 days from the date of the intimation at his own cost and

replace/repair the transformer within forty five days of date of intimation

with a roll over guarantee.

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

Page 32: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

CHAPTER-6

PENALTY CLAUSE

1. PENALTY

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

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

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

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

the total ordered value excluding Taxes and duties.

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

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

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

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

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

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

carryout stage inspection if required.

2. WAIVER OF PENALTY:

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

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

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

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

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

request of the bidder.

Page 33: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

CHAPTER-7

OMC’S RIGHT

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

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

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

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

applicable etc.

2. SPLITTING OF QUANTITY (IF REQUIRED):

Due to critical and vital nature of the item, OMC reserve the right to split the

contract in favour of more than one renderer depending on the requirement.

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

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

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

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

for the OMC's action.

4. TERMINATION FOR DEFAULT:

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

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

in part.

(a) If the bidder fails to render services within the time period (s) specified

in the Contract or any extension thereof granted by the OMC.

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

And

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

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

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

Page 34: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

CHAPTER-8

DISPUTE RESOLUTION, FORCE MAJEURE, JURISIDICTION

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

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

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

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

obligation of the parties hereunder will stand terminated forthwith.

2. DISPUTE RESOLUTION:

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

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

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

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

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

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

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

Conciliation Act, 1996 and the Rules framed there under.

Page 35: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

Annexure-A

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

(On the Letter head of the Bidder)

(The bidder is required to indicate in this forwarding letter the details of the documents including Demand Draft attached in the bid)

Date: ___________

To The General Manager (Materials) The Odisha Mining Corporation Ltd. OMC House, Bhubaneswar – 751 001 Odisha, India

Sub: Proposal towards supply, installation & commissioning of different capacities of 11KV/0.433KV distribution transformers at Daitari Mines, Odisha.

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

having My/Our

……….………………………………………………………………………………………………………… Office

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

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

installation & commissioning of different capacities of 11KV/0.433KV distribution

transformers at Daitari Mines, Odisha. I/We will abide by all conditions set forth in

the tender document.

I/we further declare that I/We possess valid manufacturing license/Distributor

license/ Authorized dealership for above work.

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

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

capacities of 11KV/0.433KV distribution transformers at Daitari Mines, Odisha as

per the terms and conditions of the tender document within the period

……………………………… (The bidder has to mention delivery period as per the tender

schedule.

Signature of the bidder Date :

Page 36: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

Annexure-B

BG should be obtained from Nationalized/ Scheduled Commercial Bank operable/

executable at Bhubaneswar

DATE: _____________ BANK GUARANTEE

Name of Bank: To

The Odisha Mining Corporation Limited, Bhubaneswar

Dear Sir,

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

Guarantee cover from………….….. to …………………… Guarantee remain full force ………………………………. Last date for lodgment of claim: ……… (Two months from date of expiry). This Deed of guarantee executed by (Bank Name) ..……………………………, constituted

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

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

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

Corporation Ltd., Bhubaneswar (hereinafter referred to as OMC, the beneficiary) for an amount

not exceeding Rs. …………………/- (Rupees …………………………………………………………………………….……..)

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

the agency).

This guarantee is issued subject to the condition that the liability of the bank under this

guarantee is limited to maximum of Rs…………………/- (Rupees……………………………………………..)

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

with further claim period of two months and cannot be invoked otherwise than by a written

demand or claim under this guarantee served on the bank at our …………………………….. Branch at

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

Bhubaneswar in writing.

For (Bank) Seal Branch Manager Branch

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

Page 37: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

BG No :…………….………….…..…….……

Date:…………………………………….……..

Amount:……………..………..……….….…

Valid period from ………. to ….………

Claim period…………..…………...………

BANK GUARANTEE

The Odisha Mining Corporation Ltd BBSR (herein after called as the OMC ) has

agreed to accept from M/s ………………………………………..…….. at

……………………………… PO …………………..…. PS ………………………… District……………………,

State……………………, (herein after called as Agency) a bank guarantee for Rs.

…………………..……………… (Rupees ………………………………………..…………………………………)

only for the period from …………….….…. to ……….…………. with a claim period of two

months & the last date of lodgment of claim within …………..…………………. towards

EMD/SD/ISD/Performance Guarantee/ Guarantee against advance payment in

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

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

to indemnify and keep indemnified “OMC.” to the extent of Rs ……………………………

(Rupees…………………………………... only) for the period from ……………….……….. to

…….……………....…. with the last date of lodgment of claim within ……….……..……..…..

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

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

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

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

invocation is a sufficient reason for the OMC to enforce the bank guarantee

unconditionally without any reference to the said Agency within 48 hours

excluding holidays.

We………………………(Name of the Bank & Branch)…………………………branch, further

agree that a mere demand by the OMC. is sufficient for us ………….............(Bank

Name),…………...…… branch at Bhubaneswar, to pay the amount covered by the

bank guarantee without reference to the said Agency and any protest by the said

Agency cannot be valid ground for us,…………………Bank………….. Branch, to decline

payment to the OMC.

Page 38: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

We ……………………….……………………the bank, undertake to pay to the OMC any

money so demanded notwithstanding any dispute or disputes raised by the said

agency in any suit or proceedings pending before any court or tribunal relating

thereto as our liability under this present being absolute and unequivocal.

If notice of demand is served on the Bank and for this purpose it shall be deemed

sufficient if such notice is served on our branch at ………………….……, Bhubaneswar,

by the OMC before the last date of lodgment of claim under this guarantee, then

not withstanding anything to the contrary herein contained, the liability of the

Bank under this guarantee shall be enforceable as due to us.

Page 39: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

BG No :………………………..…..…….……

Date:…………………………..….…….……..

Amount:……………………….……….….…

Valid period from ………. to ….………

Claim period………………………...………

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

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

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

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

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

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

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

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

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

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

Branch, lastly undertake not to revoke this guarantee during its currency except with the

previous consent of the OMC in writing.

Notwithstanding anything contained herein above: 1. All claims under this guarantee must be presented to …………………(name of the

bank)………….(Branch), Bhubaneswar (Odisha) 2. Our liability under this Bank Guarantee shall not exceed Rs. ……………(Rupees

………………………………………)only. 3. This guarantee will not get discharged due to change in the constitution in the

bank or the said agency. 4. This Bank Guarantee shall remain valid up to………….. (date of expiry) with

additional claim period of two months and claim under this guarantee can be served on or before …………… (last date of claim).

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

Signature: Name: Address: For & on behalf of

(Seal)

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

Page 40: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

Annexure-C

MANDATE FORM (FOR ENABLING E-PAYMENT) (Preferably in payee's Letter Head)

TO

THE ODISHA MINING CORPORATION LIMITED, OMC HOUSE; P.B. NO-34, UNIT-5, BHUBANESWAR PIN-751001, ODISHA

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

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

1. Name of the Vendor

2. Address of the Vendor

PIN Code

IT PAN

E-mail ld Mobile No

Phone FAX No

3. Bank Particulars:

Bank Name

Branch Name

Branch Place

Account No.

Account Type Saving/Current/Cash Credit

Branch State

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

Yes/No

Branch Code MICR Code IFSC Code

* In case of Vendors having Bank account in Andhra Bank

4. Effective Date

We hereby declare that the particulars furnished are correct & complete. If any transaction is delayed or not effected for incomplete/incorrect information/any other technical reasons, we will not hold The OMC Ltd. responsible. Date: Signature of the Party with seal Certified that the Bank Particulars furnished are correct as per our record.

Page 41: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

Annexure-D

DECLARATION

(innon judicial stamp paper)

Sub: Tender No: ____________

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

understood all the details mentioned in the tender document NIT

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

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

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

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

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

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

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

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

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

Signature of the Bidder with Seal

Page 42: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

Annexure-E

GUARANTEED AND OTHER PARTICULARS FOR DISTRIBUTION

TRANSFORMERS

(To be furnished by the L-1 Manufacturer/ Supplier along with Material)

Sl.No. Description

1. Make 2. Name of Manufacturer 3. Place of Manufacture 4. Voltage Ratio 5. Rating in kVA 6. Core Material used and Grade:

a) Flux density b) Over fluxing without saturation

(Curve to be furnished by the Manufacturer in support of his claim)

7. Maximum temperature rise of : a) windings by resistance method b) Oil by thermometer

8. Magnetising (no-load) current at: a) 90% Voltage b) 100% Voltage c) 110% Voltage

9. Core loss in watts : a) Normal voltage b) Maximum voltage

10. Resistance of windings at 20°C (with 5% tolerance) :

a. HV Winding (ohms) b. LV Winding (ohms)

11. Full load losses (watts) at 75°C 12. Total Losses at 100% load at 75°C 13. Total Losses at 50% load at 75°C 14. Current density used for : (Amper/sq mm)

a) HV Winding b) LV Winding

15. Clearances : (mm) a) Core and LV

b) LV and HV

Page 43: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

c) HV Phase to Phase d) End insulation clearance to earth e) Any point of winding to tank

16. Efficiency at 75°C: a) Unity P.F. and b) 0.8 P.F. 1) 125% load 2) 100% load 3) 75% load 4) 50% load 5) 25% load

17. Regulation at : a) Unity P.F. b) 0.8 P.F. at 75°C

18. % Impedance at 75°C 19. Flash Test :

(i) HV 28 kV / 50 HZ for 1 minute (ii) LV 3 kV/50 Hz for 1 minute

20. Over potential Test (Double Voltage and Double frequency for 1 minute)

21. Impulse test 22. Mass of : (kg)

a) Core lamination (minimum) b) Windings (minimum) c) Tank and fittings d) Oil e) Oil quantity (minimum) (litre) f) Total weight

23. Oil Data : 1. Quantity for first filling (minimum) (litre) 2. Grade of oil used 3. Maker’s name 4. BDV at the time of filling (kV)

24. Transformer: 1) Overall length x breadth x height (mm x mm x mm) 2) Tank length x breadth x height 3) Thickness of plates for

a) Side plate (min) b) Top and bottom plate (min)

4) Conservator Dimensions 25. Radiation:

1) Heat dissipation by tank walls excluding top and bottom 2) Heat dissipation by cooling tube 3) Diameter and thickness of cooling tube

Page 44: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan

4) Whether calculation sheet for selecting cooling area to ensure that the transformer is capable of giving continuous rated output without exceeding temperature rise is enclosed.

26. Inter layer insulation provided in design for : 1) Top and bottom layer 2) In between all layer 3) Details of end insulation 4) Whether wedges are provided at 50% turns of the HV coil

27. Insulation materials provided a) For Conductors

(1) HV (2) LV

b) For Core 28. 25. Material and Size of the wire used

1) HV Dia (mm) (SWG) 2) LV a) Strip size

b) No. of Conductors in parallel c) Total area of cross section (sq mm)

29. Whether the name plate gives all particulars as required in Tender 30. Particulars of bushings HV/LV

1) Maker’s name 2) Type IS-3347/IS-2099/IS7421 3) Rating as per IS 4) Dry power frequency voltage withstand test 5) Wet power frequency voltage withstand test

Note:

The following shall be specifically confirmed: 1) Whether the offer conforms to the limits of impedance mentioned in the

specification 2) Whether the offer conforms to the limits of temperature rise mentioned

in the specification. 3) Whether the losses of the transformers offered are within the limits

specified. 4) Whether the transformer offered is already type tested for the design and

test reports enclosed.

Page 45: E-Procurement Noticevi. Online NEFT/RTGS payment using internet banking of the Bank in which the bidder holds his account, by adding the account number as mentioned in the challan