Sei sulla pagina 1di 33

NIT No.

EPDC/NIT-07/PLG of 2010

dated:-08-03-2010

Tender specifications for DESIGN, MANUFACTURING, TESTING AT MANUFACTURERS WORKS AND SUPPLY OF 132 & 33 KV CURRENT TRANSFORMERS for VARIOUS 132/33 KV GRID STATIONS IN JAMMU REGION Of J & K

State

CostofDOCUMENTRs.5000/=

Issued By: Superintending Engineer Electric Planning & Design Circle Srinagar Bemina , Kashmir

March - 2010

POWER DEVELOPMENT DEPARTMENT OFFICE OF THE SUPERINTENDING ENGINEER ELECTRIC PLANNING AND DESIGN CIRCLE BEMINA SRINAGAR. M/S------------------------------------------------------------------------------------------------------------------------No: EPDC/TS/ ___________________ Subject: station Dated: ___________________.

procurement of 132 KV, 33 KV current Transformers in various Grid for Jammu province.

Reference; Your letter No. -----------------------------------------

Dated; ----------------

Dear Sir, As desired vide letter referred above, please find enclosed the requisite tender document for NIT specification No. EPDC / NIT-07 /PLG of 2010 dated:- 08-03-2010.. The tenders duly completed in all respects should reach the OFFICE OF THE CHIEF ENGINEER, ELECTRIC PLANNING AND DESIGN WING , 220 KV GRID STATION PREMISES , GLADNI NARWAL BALA, JAMMU ( J& K STATE ) 180006 on or before 27-04-2010 upto 02-00 PM which shall be opened on the same day or any other convenient day

Superintending Engineer, Electric Planning and Design Circle Srinagar. Copy to; 1. Chief Engineer Electric Planning and Design Wing 220 KV Grid station premises, Gladni, Narwal Bala, Jammu ( J&K State ) for information.

SECTION I 1. General Terms & Conditions and Instructions to the tenderers. Invitation Receipt and Opening of Tenders
For and on behalf of Governor of Jammu & Kashmir State sealed tenders are hereby invited from original manufacturers for Design, Manufacturing, testing at manufacturers works and supply of 132 & 33 KV Current Transformers as per terms, conditions, technical specifications and schedules thereto of this tender document. The tenders should be addressed to the Chief Engineer, Planning & Design Wing Jammu, Power Development Department, J&K Govt. PDD Complex Gladni, Jammu (J&K), and should reach his office by courier/speed post/registered post on or before 27-04-2010 up to 2 P.M. The tenders shall be opened on the date of receipt or any subsequent day to the convenience of the Chief Engineer, Planning & Design Wing Jammu. The Tenderers or their authorized representatives may, if so desire, be present at the time of opening of tenders. In case the due date of receipt of tenders falls on holiday or the holiday being declared subsequently the tenders will be received on next working day. The Tenders should be submitted in two parts viz. Part I and Part II as described in clause 1.1.5 below and each part should be in triplicate clearly marked Original, Duplicate and Triplicate, separately tagged and in separate envelopes duly super subscribed as Part I and Part II, name of the tenderer, NIT no. and due date of receipt. The offers / tenders submitted in two parts shall contain as under:Part I: (Technical Bid) a Tender Proforma b Technical Details c Guaranteed Technical Particulars d Authenticated photo stat copies of test certificates from any of the Govt. laboratories / Govt. approved test house. e Catalogues, drawings, photo stat copies of registration of Patent Design etc. f Commercial terms and conditions g Earnest Money Deposit h Proof of registration with DGS&D, NSIC, Department of Industries etc. i Income Tax Clearance Certificate j Details of past experience. k Capital turn over of the tenderer for last three years 3

1.1 1.1.1

1.1.2

1.1.3

1.1.4

1.1.5 1.1.5.1

l m 1.1.5.2

Registration certificate/ Industrial license for the equipment quoted along with monetary limit, production capacity etc Legal and any other condition/information

Part II: (Price Bid) a Price bid strictly as per schedule annexed to this tender document. b Delivery Period c Terms of payment The tenderer shall ensure timely submission of tender in the office of the Chief Engineer, Planning & Design Wing Jammu. The tenders received after due date, even if posted earlier, shall not be entertained. On the date of opening of tenders, only the technical and qualification part (Part I) of the tender shall be opened in presence of tenderers who may be present. The Price Bid (Part II) shall be opened only in case of such of tenderers who on scrutiny of Part I viz Technical Bid of the offer are found to have qualified for opening of Price Bid. The price bids of tenderers who do not qualify in Technical Comparison shall be returned to them without opening The tender should be complete in all respects. All the terms and conditions of the tender document including technical specifications should be carefully studied for the sake of submitting complete and comprehensive tender. Failure to comply with any of the terms & conditions or instructions which are likely to render fair comparison of tenders, as a whole, impossible may lead to rejection of the Tender even if otherwise it is competitive. Any request by post, by hand, by fax or telegraphically for any modification, addition, deletion etc in the tender after last date of receipt of tenders shall not be considered. The tenders shall be prepared in a formal manner with all quotations written both in words and figures. The tender should be typed or written in ink and be legible. Any tender written with pencil shall be rejected. There shall be no erasers or over writings and if any corrections are made the same shall be neatly done and attested. A systematic form of totaling should be adopted to avoid any ambiguity. The detailed description of the equipment offered should be given. The rates so written must be secured with a transparent tape over them. The rates/ prices must be quoted in Indian Currency alone and any mistake in converting foreign exchange component into Indian Currency will not justify the claim whatsoever of tenderer for increase in prices. Foreign exchange component, if any, shall have to be arranged by the tenderer and bank charges, if any, on this account shall be to the account of the tenderer. In the price bid, the tenderer shall clearly indicate the break up of their quoted rates/ prices i.e. Ex Works Rate, Element of taxes & duties, Packing & Forwarding charges, Transit Insurance, Freight charges etc.

1.1.6

1.1.7

1.1.8

1.1.9

1.1.10

1.1.11

1.1.12

1.2 1.2.1

Qualification of tenders
Only such firms need to quote who can produce satisfactory evidence that they have necessary experience, financial resources and engineering organization to undertake such work to the satisfaction of the department. Tenderers should clearly state their experience in design, manufacture and supply of 132 & 33 KV Current Transformers. In addition to the qualifying requirement mentioned above, the minimum qualification criteria, satisfactory fulfillment of which will enable participation of tenderer to this tender invitation, shall also necessarily include the following. i The bidder should have designed, manufactured and supplied the full equipment tendered out here viz, 132 & 33 KV Current Transformers to different state electricity boards/departments, PGCIL etc. and shall have satisfactory performance certificates from these boards mentioning that equipment supplied is in satisfactory operation for more than two years. Charges for tests as per clause 3.12 of this specification shall also quoted. Not withstanding any thing stated above the department reserves the right to assess the bidders capability and capacity to perform the work, should the circumstances warrant such assessment in the overall interest of the department. The department may depute its representative to the works of the tenderer for on spot assessment.

ii

iii

1.3 1.3.1

Earnest Money
Earnest Money amounting to Rs.-1.00 Lacs in the shape of Bank Draft/ CDR/Bank Guarantee pledged to the Chief Engineer, Planning & Design Wing Jammu must be furnished along with the offer in the Part I of the tender. No tenderer, unless or otherwise specified in the specifications, terms & conditions shall be exempted from depositing earnest money to the required tune of Rs.-1.00 Lacs, which shall be valid for 1 year from the date of opening of price bid.. Tenders not accompanied with required amount of earnest money will be rejected and their price bid shall not be opened. The earnest money of the tenderer (s) shall be forfeited if they withdraw their tender or revise the prices of their offer within the validity period or violate any terms & conditions contained therein. For this the contract shall be deemed to have been entered into from the date of letter of intent. 5

1.3.2

1.3.3 1.3.4

1.3.5

Earnest money deposit shall be released in favour of unsuccessful tenderer(s) immediately after finalization of the contract.

1.4

Security Deposit cum Performance Guarantee


Earnest money deposit shall be released in favour of successful tenderer after furnishing of required amount of security deposit cum performance grantee. The tenderer shall be required to furnish a security deposit cum performance grantee equivalent to 10% of the value of the order in the shape of Bank Guarantee pledged to the Accounts Officer with Chief Engineer, Planning & Design Wing Jammu for successful execution of contract. The security deposit cum performance grantee shall be furnished by the tenderer within one month from the date of issue of letter of acceptance to the LOI. Failure to do so within the stipulated period will make the tenderer liable for cancellation of contract together with forfeiture of earnest money at the discretion of Chief Engineer Planning & Design Wing Jammu. Security deposit shall be valid till guaranty period is over / date of completion of contract.

1.5

Modifications prior to date of tender opening.


The Chief Engineer Planning & Design wing J & K may revise or amend the specifications and other conditions prior to the date notified for receiving the tenders. Such revision or amendments, if any, will be communicated to all prospective tenderers as an addendum to this invitation for tenders through the media used for original NIT. In such case, if considered necessary, the date of receiving the tenders may also be extended at the discretion of the Chief Engineer.

1.6

Delivery / Completion
Tenderers should state clearly the earliest delivery/ completion period reckoned from the date of award of contract by the Chief Engineer. The delivery period being the essence of the contract, as such shortest possible delivery period may be quoted.

1.7

Validity
The tenders should be valid for a period of 1 year from the date of opening of the price bid.

1.8 1.8.1

Award of contract
The Chief Engineer Planning & Design Wing Jammu reserves the right to reject any or all tenders without assigning any reason thereof. Any effort on behalf of tenderer or his representative to approach/ influence any officer / official of the department or otherwise on any account shall render the tender liable for summary rejection.

1.8.2

1.9

Contract and Agreement


6

It will be obligatory on the part of successful tenderer to execute a legal agreement with the Chief Engineer within 15 days of placement of formal contract order. Sufficient copies of the Contract Agreement and specifications shall be supplied by the supplier to the Chief Engineer, the cost thereof shall deemed to have been included in the prices offered. 1.10

Quantity Variation
The quantities are subject to variation by + 10%. However purchaser ( department )reserves the right to increase or decrease quantity as per requirement, at the time of finalization of case by relevant purchase committee.

1.11

Prices
The rate per No. of equipment shall be quoted covering the cost of design, raw material, manufacturing, testing and supply FOR destination. The tenderer shall clearly indicate the break up of their quoted rates/ prices i.e. Ex Works Rate, Element of taxes & duties, Packing & Forwarding charges, Transit Insurance, Freight charges etc. Taxes & duties, freight and insurance shall be paid as per actual against documentary proof

1.12

Taxes and Duties


The rates of taxes and duties applicable against supply of equipment may be quoted separately in relevant schedule of this NIT and shall be paid against documentary proof.

1.13

Price Variation
The Prices shall be Firm / variable for as per IEEMA formulae in vogue.

1.14

Terms and Mode of payment.


Payment for the equipment supplied shall be made in Indian Currency in the following manner. 90% of payment shall be released against the delivery and verification of the equipment at consignees stores and balance 10% after supply are completed.

1.15

Insurance and Freight


Transit insurance of the equipment shall be done by the supplier / manufacturer .The insurance charges along with freight charges shall be initially borne by the supplier and will be reimbursed as per actual against documentary proof. All formalities in connection with settling of claims, if any, with the transport agency and insurance company shall be attended to by the supplier without any extra cost to the 7

department. A certificate shall be submitted by the supplier with each bill to the effect that the consignment has been insured against all risks up to final destination. 1.16

Central Sales Tax


At present no Form- C/D is issued by J & K Government, as such tenderers shall quote this tax without Form- C/D. However if during the period of procurement state Govt. issues the Form C/D same shall be forwarded to the supplier / manufacturer and the taxes shall be paid accordingly.

1.17

Income Tax Clearance


The tender in Part I shall be accompanied by the latest Income Tax clearance certificate either in original (which shall be retuned) or an attested photo copy thereof.

1.18

Consignee
The Consignees for the equipment placed on order shall be intimated with the purchase order. The consignees shall also be the paying authorities on account of cost of equipment and other allied services against the specified contract.

1.19 1.19.1

Inspection and Quality Assurance


The successful tenderer shall submit quality assurance plan to Chief Engineer Planning & Design wing J & K within 15 days of letter of intent. The quality assurance plan will be approved by the Chief Engineer and form part of the Contract. During the course of manufacture the departmental representative shall have the right to inspect the equipment, workmanship and progress of the manufacture of the equipment at the manufacturers works and may reject any item which is found defective or which is not in accordance with the specifications. The Supplier upon demand by the department or its representative shall rectify or replace such defective/ unsuitable equipment. The Supplier shall provide all reasonable inspection facilities to the departmental inspector. The Supplier shall keep a record of all the routine tests carried out on the material used for manufacturing and shall produce the same along with the invoices. The Supplier shall give at least 15 days clear notice to Chief Engineer, Electric Planning and Design wing Jammu for inspection of the equipment and testing thereof so that the equipment is got inspected/tested by the agency/ representative nominated by the Department. The equipment shall be got inspected / tested by CPRI ( 3rd party testing / inspection ) and charger of CPRI shall initially be born by the supplier, which shall be reimbursed by the department, subject production of documentary evidences, when same is billed for in invoice of the material. The equipment shall be dispatched only after CPRI issues the dispatch inspections. During manufacturing of the equipment, if authorized representative of the department inspects equipment under manufacture at 8

1.19.2

1.19.3

1.19.4

manufacturers works, supplier is bound to provide each and every facility to him.

1.20

Packing and Forwarding


The equipment & accessories shall be suitably packed (as per latest IS) by the supplier to avoid damage and deterioration in transit. The Supplier shall notify to the department the date of the despatch of each consignment from the works as well as the expected arrival at consignees store. Each bundle or packing shall have the following marking:a Name and Destination of the consignee b Name of the Grid Station. The marking shall be stenciled in indelible ink on all the packings as the case may be. All risks of transportation of equipment upto consignees stores / site shall be responsibility of the supplier.

1.21

Force Majure
The Supplier shall not be liable for any liquidated damages for delay or any failure to perform the contract arising out of force majure conditions beyond his control i.e., acts of God, and defaults of such contracts due to any such cause, provided that the supplier shall within ten days from the beginning of such delay notify to the department in writing the cause of delay along with convincing supporting evidence. The department once convinced shall extend the supply completion period by a suitable/reasonable margin.

1.22

Penalty and termination of the contract


In the event of suppliers failure to full fill any of the terms and conditions of this contract including its failure to complete the contract within the stipulated period, the department shall without prejudice to other remedies available to it under the law enforced in the State be competent to impose all or any of the following penalties on the supplier in addition to the forfeiture of the security deposit in full or in part as the department may deem fit.

1.22.1 1.22.2

Terminate the contract after 30 days clear notice to the supplier. Impose penalty @1/2% per week of delay subject to the maximum of 5% of the value of the contract.

1.23 1.23.1

Arbitration
If at any time any doubt, question, dispute or difference whatsoever shall arise between the supplier and the department, upon or in relation to or in connection with this contract, either of the parties may give the notice in writing of existence of such doubt, question, dispute or difference and if on resolved the same shall be referred to J&K State Government for nominating the arbitrator under J&K Arbitration Act. 9

The decision of the arbitrator shall be final, conclusive and binding upon the parties. 1.23.2 The supplier shall not delay the carrying out of the supplies by reasons of any reference to the arbitrator and shall proceed with the work with all due diligence and shall until the decision of the arbitrator abide by the decision of the Chief Engineer or his representatives, in charge of receiving the supplies duly conveyed to him. The work under this contract shall if reasonably possible continue during arbitration proceedings and no payment due from or payable by the department shall be with held on account of such proceedings except to the extent which may be in dispute.

1.23.3

1.24

Court of competent jurisdiction


The Courts of J&K State alone shall have the jurisdiction of deciding any dispute between the parties.

1.25 1.25.1 1.25.2

General
The price of tender documents shall not be refunded under any circumstances whatsoever. The tenderer shall be deemed to have carefully examined various stipulations in this NIT and also to have fully informed himself with all conditions local and otherwise affecting the execution of the contract. Failure to do so shall be at his risk and cost. Raw material shall be the sole responsibility of the tenderer. The tenderer shall take special note of this responsibility while furnishing their tender. Ambiguity in rates, if any shall be interpreted in favour of the Department. Supervision during erection, testing and commissioning of the equipment Tenderer shall quote, charges for the services, of engineer / technician if required during erection, testing and commissioning of the equipment.

1.25.3

1.25.4

1.26

1.27

Guarantee
The equipment along with all accessories shall be guaranteed for a period of 18 months from the date of supply or 12 months from the date of commissioning which ever is earlier. If any defect develops or is noted during this period in any part of the equipment and accessories, the supplier shall replace or repair the same to the satisfaction of the purchaser expeditiously free of cost to the purchaser.

J.E

J.E

A.E.E

T.O/A.E.E

EX. ENGINEER

SD/
10

SUPERINTENDING ENGINEER, ELECTRIC PLANING & DESIGN CIRCLE BEMINA

SECTION II

2.
2.1

CLIMATIC AND ISOCERAUNIC CONDITIONS

The climatic and Isoceraunic conditions at the site of work are approximately given as under:i ii iii iv v vi vi vii viii ix Max. temp of air in shade Min. temp of air in shade Max. temp of air in sun Height above sea level Max. relative humidity Min. relative humidity Average No. of thunder storm days per year Average rainfall Max. wind pressure Average number of rainy days per year Srinagar 30.6 C -200C 450C 1500 mts. 90% 15% 15 80 cm
0

Jammu 46.00C -060C 600C 300mts 82% 10% 30 118 cm

100 Kgs/cm2 130 Kgs/cm2 106 90 days

Further for purposes of specification, the limit of max. ambient temperature shall be 35oC peak and 46oC average over a period of 24 hours. The minimum temperature of the air in winter as given above may be noted. The equipment offered shall be suitable for continuous operation at their full rated capacity under the above mentioned conditions. 2.2

Protection against Earthquake


All the equipment should withstand repeated earthquake accelerations of 0.1 g and wind loads of 100 Kgs/M2 on the projected area (non-simultaneous) without damage and spurious operation of the equipment due to heavy vibrations.

2.3

Communication and Transport


The nearest railway station is Jammu on the broad gauge line and is connected to the Divisional Stores by a metalled road. In case department at the time of finalization of case wish / intends to purchase some quality for Kashmir reign also. The equipment is required to pass en-route through Nandni and Jawahar Tunnel (Drawing enclosed). The weights and max. dimension of the packages suitable for transportation are as follows:11

Through Tunnel En-route 1 Length = i Western Tube= 2547 meters ii Eastern Tube= 2531 meters 3.12 m 4.1 m 40 Ton (metric)

2 3 4

Width Height Weight

= = =

The supplier shall also ensure that the weights and dimension of the packages are suitable for carrying by road transport up to Srinagar. The supplier shall get the permissible weight and dimensions confirmed from the Beacon Authorities before proceeding with the manufacture of the equipment. It will be the responsibility of the supplier to ensure timely and proper delivery of the equipment on door delivery basis, at Srinagar, through road transport 2.4 a b

Drawings
The supplier shall submit along with the tender all drawings as per the requirement of the technical specification. Within fifteen days of the receipt of the order the supplier shall furnish to the purchaser free of cost, four sets of all contract drawings listed in schedule for approval of the purchaser. These drawings shall demonstrate fully that the equipment to be supplied will conform to the provisions and intents of this specification. These drawings shall also show such details as equipment specification, welds, machining and assembly tolerances and surface finish. The drawings shall be accurately drawn to scale and shall be clear to read in English language. Subsequent revisions of these drawings, if any, shall also be submitted for approval of the purchaser in similar manner before manufacture. Within 15 days from the date of receipt of the contract drawings and other descriptive pamphlets, the purchaser shall communicate his approval to the supplier. After approval of the drawings by the purchaser, the supplier, shall, within 15 days furnish twelve sets of approved drawings together with one set of translucent print suitable for reproduction by direct contact method. Upon approval by the purchaser, the drawings shall become the contract drawings and, thereafter, the supplier shall not depart from them in any way whatsoever except with written permission of the purchaser. 12

Any manufacturing work in connection with the equipment prior to the approval of the drawings shall be at the suppliers risk. The supplier shall make any changes in the design which are necessary to make the equipment conform to the provisions and intent of this specification without additional costs to the purchaser. Approval does not relieve the supplier of any part of suppliers obligations to meet all the requirements of contract and the responsibility for the correctness of the suppliers drawings.

2.5

SPARES
The supplier shall recommend the quantity required and quote for such spare parts as in his opinion, will be required for five years normal working of equipment offered by him. The supplier, shall be required to supply such additional quantities of spare parts, at contract prices, as may be ordered from time to time before the expiry of the contract.

J.E

J.E

A.E.E

T.O/A.E.E

EX. ENGINEER

SD/
SUPERINTENDING ENGINEER, ELECTRIC PLANNING & DESIGN CIRCLE SRINAGAR.

13

SECTION III
3. 3.1

Technical Specifications for Current Transformers. Scope


The specification covers the design, manufacture, testing at manufacturers works and supply of 132 & 33 KV Current Transformers complete with all accessories and spares required for their satisfactory operation for various Grid Stations in Jammu province of J&K State, as detailed in the schedule of requirements enclosed.

3.2

Standards
The Current Transformers shall conform in all respects to IEC-186 & IS: 2705 part-I,II,III & IV (amended up to date) except where specified otherwise. The equipment meeting any other authoritative standard which ensures equal or better quality than the standard mentioned above shall also be acceptable. Where the equipment offered conforms to any other standard the salient features of difference between the standards adopted and specified shall be clearly brought out in the tender.

3.3. 3.3.1

Ratings 132 KV Current Transformers


1. Normal System Voltage (KV) 132 2. Highest System Voltage (KV) 145 3. Earthing Effective 4. 1 min. Power Frequency with stand Voltage (KV) 275 5. Impulse with stand Voltage (KVp) 650 6. Short time Current Rating (KA/1 sec) 31.5 7. Number of cores 5 8. Ratio i 800-400-200/1-1-1-1-1A 5 core ii 1200-800-400/1-1-1-1-1A 5 core iii 800-400-200/1-1-1-1A 4 core For details refer Annexure A (2 leaves)

3.3.2

33 KV Current Transformers
1. Normal System Voltage (KV) 33 2. Highest System Voltage (KV) 36 3. Earthing Effective 4. 1 min. Power Frequency with stand Voltage (KV) 70 5. Impulse with stand Voltage (KVp) 170 6. Short time Current Rating (KA/1 sec) 25 7. Ratio i 800-400-200/1-1-1-1-1A (5 core) ii 1200-600-300/1-1-1-1-1A (5 core) iii 1200-800-400/1-1-1-1-1A(5core) iv 600-300-150/1-1-1A (3 core) For details refer Annexure B (4 leaves) 14

3.4

General
The Current Transformers shall be of single phase oil immersed self cooled type suitable for the services indicated, conforming to the modern practice of design and manufacture. The core shall be of high grade non-ageing laminated steel of low hysteresis losses and of high permeability to ensure high accuracy at both normal and over current. The transformer shall be sealed to climate breathing and shall prevent air and moisture from entering the tank. These shall be provided with oil level gauge and shall be equipped with pressure releasing device capable of releasing abnormal pressure without damage to metal or porcelain housing.

3.4.1

3.4.2

3.4.3

3.5 3.5.1

Windings
The current transformer core to be used for metering instrumentation shall be of accuracy class 0.5 suitable for commercial and industrial metering as per the standard adopted. The saturation factor for this core shall be low enough not to cause any damage to the measuring instrument in event of maximum short current. The current transformer core to be used for O/C and E/F protection shall be of 5P class. The core shall be designed for minimum saturation factor of 10 for the highest setting. The magnetizing curves for the core shall be furnished with the tender. The current transformer core to be used for distance, differential and bus bar protection shall be of Ps class. The rating of the secondary windings shall be 1 ampere. The secondary terminal shall be brought out in a compartment for easy access. The secondary terminals shall be provided with shorting arrangements. The secondary taps shall be adequately reinforced to withstand the normal handling without damage. The current transformers shall be capable of carrying their rated primary and secondary current continuously without the temperature rise exceeding the limits laid down in the approved standards to which they are designed and corrected to difference in ambient temperature at sites and that given in the standard.

3.5.2

3.5.3

3.5.4.

3.5.5

3.6
3.6.1

Temperature Rise
The current transformer shall be designed to limit the temperature of winding and other parts as specified in Indian Standards when corrected for the difference between the temperatures prevailing at sites and the temperature specified by the standards. The temperature rise of a CT when carrying primary current equal to rated continuous thermal current and the rated burden shall not exceed the limits specified above. 15

3.7
3.7.1

Bushings
Oil filled/condenser type, porcelain bushing shall be used on the current transformers. The porcelain shall be homogenous thoroughly verified and impervious to moisture. The blazing of porcelain shall be uniform brown colour free from blisters, burns and other similar defects. Bushing shall have ample insulation, mechanical strength and rigidity for the purpose for which they will be used. There shall be no undue stressing of any part of bushings due to temperature changes and adequate means shall be provided to accommodate conductor expansion. The bushings shall be so designed that when operated at highest system voltage specified in clause 3.3, there will be no electric discharge in between the conductors and the bushings. No corrosion or injury shall be caused to conductor insulation or supports by the formation of substances produced by chemical action. The insulation on bushings shall be co-coordinated with that of the current transformer such that the flash over if any, will occur only external to the current transformers. The bushings should not cause radio interference when operated at rated voltage .In general the bushings shall conform to the latest issue of IS 2099 or equivalent. Each of the bushings shall be complete with the following:i Bio-metallic expansion type terminal connector ii Oil level side guage and convenient means of filling, sampling and draining of oil. iii Adjustable arcing horns. iv Corona shields for 220,132 KV bushing, if required. v End shields for even distribution of stresses

3.7.2

3.8 3.8.1

Insulation Oil
The quantity of insulating oil for first filling and complete specification for insulating oil shall be stated in the tender. The oil shall conform to the latest requirement of Indian Standard 335

3.9

Type of Mounting
The Current Transformers shall be suitable for mounting on steel structures. The necessary flanges, nuts, bolts, etc for Current Transformers shall be supplied and these shall be galvanized.

3.10

Protection against Earthquakes


Each transformer shall be designed to withstand repeated earth quake acceleration of 0.15 and wind loads of 100 kg/m2 on the projected area (non simultaneous) without damage and without impartment of operations.

16

3.11

Terminal Connectors
Terminal connectors shall be suitable for 0.4 ACSR Conductor. Suitable terminal connector for earth connection shall also be supplied size of Terminal connectors however shall be confirmed at the time of approval of drawing.

3.12 3.12.1 3.12.2

Tests
Each Current Transformer shall be subjected to all tests as specified in IS 2705, in presence of the purchasers representative. Report of the following type tests as stipulated in IS 2705 shall be supplied a) Short time current test b) Temperature rise test c) Impulse voltage test d) Instrument security current test (for measuring CTs) e) Composite error test (direct test) for protective CTs. All the test report shall be submitted and got approved by the purchaser before dispatch of the equipment.

3.13 3.13.1

Drawings and Instructions manual


The tenderer shall submit with the tender the following drawings to enable the purchaser to assess the suitability of the equipment. a) b) c) d) e) General layout and assembly drawings of the equipment Arrangement of terminal equipment Schematic drawings of electric power to control circuit Graph showing the performance of the equipment Drawings necessary to demonstrate compliance with any critical, dimensional requirements such as for transportation, fitting with in the restricted space, clearance required etc.

3.13.2

These drawings shall show sufficiently over all dimensions clearance and space requirements of all apparatus to be furnished to enable the purchaser to determine the design and layout of the installation. Soon after the award of the contract the manufacturer shall submit the drawing duly describing the equipment in detail for approval. The following drawings are to be supplied as part f the contract:a) b) c) d) e)
f)

3.13.3

Outline dimension drawings Assembly drawings Cross sectional view of the instrument transformer Foundation diagram Wiring diagram with polarity marks Magnetization curves

3.13.4

Seven copies of the instructions manual covering instructions for installation and maintenance check test shall be supplied by the contractor as a part of the contract.

17

3.14

Spare Parts
The tenderer shall quote separately for spares recommended by them for five years operation of equipment covered by this specification. The purchaser will decide the actual quantity of spare parts to be ordered on the basis of the list and the item wise prices for spares called for in the price schedule.

3.15

Completeness of Equipment
Any fitting accessories or apparatus which may not have been specifically mentioned in this specification but are usual or necessary in the equipment for satisfactory functioning shall be deemed to be included in the contract and shall be supplied without any extra cost. All plant and equipment shall be complete in all details whether such details are mentioned in the specification or not.

3.16

Galvanization
All the ferrous parts including nuts bolts etc shall be hot dip galvanized as per IS 2629-1966 (As amended up to date).

3.17

Testing & Commissioning


If the purchaser desires, the tenderer shall depute engineer to site for supervision of erection, testing and commissioning. The charges on account of this shall be quoted along with the tender.

3.18

Guarantee
The equipment along with all accessories shall be guaranteed for a period of 18 months from the date of supply or 12 months from the date of commissioning which ever is earlier. If any defect develops or is noted during this period in any part of the equipment and accessories, the supplier shall replace or repair the same to the satisfaction of the purchaser expeditiously free of cost to the purchaser.

3.19

Guaranteed Technical Particulars


The tenderer shall furnish complete guaranteed technical particulars as given in schedule 1-A of the specifications.

3.20

Schedule of Requirements
The requirements are mentioned in schedule 1-B of the specification.

J.E

J.E

A.E.E

T.O/A.E.E

EX. ENGINEER

SD/
SUPERINTENDING ENGINEER, ELECTRIC PLANNING & DESIGN CIRCLE SRINAGAR.

18

SCHEDULE 1-A

SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS FOR CURRENT TRANSFORMERS

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 a. b. 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38

Name of the Manufacturer Manufacturers Type & Designation Rated Voltage Normal Continuous Ratings Normal Ratio Transformation Rated Primary Current Rated Secondary Current No of Cores One second Over current Factor Time Rated Current Rated Current Dynamic (Peak Value) Rated Continuous Thermal Current Temperature Rise Over Ambient (For Item 9) One Minute Power Frequency (Wet) Withstand Test Voltage (KV rms) One Minute Power Frequency (Dry) Withstand Test Voltage (KV rms) 1.2/50 Micro Second Impuls Withstand Voltage (KV peak) One Minute Power Frequency Withstand Voltage On Secondary (KV rms) Variation in Ratio And Phase Angle Error Variations In:Voltage By 1% Frequency By Cycles Whether Carona Shield is Provided Or Not Weight of Oil Filling Total Weight Magnetizing Curves Of CT Cores Mounting Details Copies Of Test Reports Enclosed Highest system voltage. Minimum creepage distance. Protected creepage distance. Type of winding. Suitable for indoor or outdoor services. Rated output in VA (Core wise). Class of accuracy (Core wise). Accuracy limit factor (core wise). Minimum knee point voltage in volts. Short time thermal current rating of the primary for 1 sec (in KA) Winding rise Exposed current caryying parts. Resistance of the secondary winding (core wise). Characteristics. Ratio and phase angle curves. 19

39 40 41 42

43

Ratio correction factor curves. Limit of composite error primary saturation current (for protective CT core). Magnetization current at knee point voltage. Current density in primary winding. At rated condition. At short ckt. condition. Overall dimension of CT.

20

SCHEDULE 1-B SCHEDULE OF QUANTITIES

S.No

Description of material 132 KV, 50 Hz, Outdoor Station type, Oil Cooled, Single Phase Current Transformers with ratio a) 800-400-200/1A(5 Core). b)1200-800-400/1A(5 Core). c) 800-400-200 / 1A (4 Core ). 33 KV, 50 Hz, Outdoor Station type, Oil Cooled, Single Phase Current Transformers, with ratio a) 800-400-200/1A (5 Core). b) 1200-600-300/1A(5 Core) c) 1200-800-400/1A(5 Core) d) 600-300-150/1A (3 Core)

Unit

Qty

No No No.

41 3 2

No No No No

39 3 24 9

J.E

J.E

A.E.E

T.O/A.E.E

EX. ENGINEER

SUPERINTENDING ENGINEER, ELECTRIC PLANING & DESIGN CIRCLE BEMINA

21

SCHEDULE 1-C (TO BE FILLED IN AND SIGNED BY THE TENDERER) SCHEDULE OF DEVIATIONS FOR DESIGN, MANUFACTURE, TESTING AT MANUFACTURERS WORKS AND SUPPLY OF 132 & 33 KV CURRENT TRANSFORMERS FOR VARIOUS GRID STATIONS IN JAMMU PROVINCE OF J&K STATE

I/we have carefully gone through the technical specifications and general conditions of the contract and I/we have satisfied myself/ourselves and hereby conform that my/our offer strictly conforms to the requirement of technical specifications and general conditions of the contract except for the deviations which are given below:

S.No.

Description

Stipulations in Tender document

Deviations offered

Remarks

Dated: Place:

Signature Name Status

Whether authorized attorney of the tendering company. Name of the tendering company

22

SCHEDULE 1-D SCHEDULE OF PRICE & DELIVERY FOR CURRENT TRANSFORMERS

S . Description of material N o

Qt y

Exwor ks pric e

Taxes Exc ise Dut y CST/V AT If Applica ble Ent ry & Toll Tax Packing & Forwar ding

Freigh t& Transi t Insura nce

Total Price FOR Site

Delive ry Period (Mont hs)

Rem arks

23

SCHEDULE 1-E (TO BE FILLED IN AND SIGNED BY THE TENDERER) SCHEDULE OF TOOLS & SPARE PARTS FOR CURRENT TRANSFORMERS FOR VARIOUS GRID STATIONS IN JAMMU PROVINCE OF J&K STATE
The tenderer is requested to fill in here such maintenance tools, special tools and spares, as he recommends for Current Transformers. The purchaser reserves the right to purchase such after quantities of tools as he finally desirous upon at the prices filled in below:
Taxes S. No Description of material Quantity Recommended Ex works price Entry & Toll Tax Packing & Forward ing Freight & Transit Insurance Total Price FOR Site Delivery Period Months Remark s

Excise Duty

CST/VT If Applicable

Note:1/If required the tenderer may quote the price in separate sheets in the above Proforma and sign and enclose with this sheet. The prices quoted above shall remain valid for acceptance by the purchaser till the completion of supply of equipment for which above tools and spare parts are recommended.

2/-

Signature Name Dated Status Place Whether authorized attorney of the tendering company. Name of the tendering company

24

SCHEDULE 1-F (TO BE FILLED IN AND SIGNED BY THE TENDERER) SCHEDULE FOR PRICE ADJUSTMENT

1.

Price Adjustment Formulae on account of price variation in cost of: i) ii) iii) Raw materials Labour Cealing limit of above variation

2.

Basic Rates assumed for purpose of tender i) ii) iii) iv) Raw materials Rail freight from works to nearest rail head Freight from nearest rail head to site Handling and clearance charges

In each case the tenderer shall intimate the authority and ruling date of above rates.

Dated: Place:

Signature Name Status

Whether authorized attorney of the tendering company. Name of the tendering company

25

SCHEDULE 1-G (TO BE FILLED IN AND SIGNED BY THE TENDERER) SCHEDULE FOR ERECTION TESTING & COMMISSIONING CHARGES

S.No.

Item work

Quantity

Lumpsum Charges (Rupees)

1.

Charges for deputation of Engineer to site per day and T. A. etc

Dated: Place:

Signature Name Status

Whether authorized attorney of the tendering company. Name of the tendering company

26

27

28

29

30

31

32

33

Potrebbero piacerti anche