13.03.2014 Views

JHARKHAND STATE ELECTRICITY BOARD

JHARKHAND STATE ELECTRICITY BOARD

JHARKHAND STATE ELECTRICITY BOARD

SHOW MORE
SHOW LESS

Transform your PDFs into Flipbooks and boost your revenue!

Leverage SEO-optimized Flipbooks, powerful backlinks, and multimedia content to professionally showcase your products and significantly increase your reach.

<strong>JHARKHAND</strong> <strong>STATE</strong> <strong>ELECTRICITY</strong> <strong>BOARD</strong><br />

OFFICE OF THE CHIEF ENGINEER (STORE & PURCHASE)<br />

ENGINEERING BUILDING, HEC, DHURWA, RANCHI-4<br />

NIT No. 217/PR/JSEB/2011-12.<br />

for<br />

Manufacturing, testing & supply of type-tested, 11/.433 kV, 03 star, 63 kVA, Al wd,<br />

stack type CRGO core, distribution transformer fitted with lightning arresters (LA)<br />

and Completely self protected (CSP).<br />

Quantity: 15 #<br />

Due date of tender : 24.06.2011 at 14.30 hrs.<br />

Issued to: _____________________________________<br />

______________________________________<br />

______________________________________<br />

Price of tender document:<br />

Rs. 2000/-(two thousand) only.<br />

FIRM price<br />

1


<strong>JHARKHAND</strong> <strong>STATE</strong> <strong>ELECTRICITY</strong> <strong>BOARD</strong><br />

ENGINEERING BUILDING, HEC, DHURWA, RANCHI-4<br />

FAX NO. 01191 – 2400799<br />

NIT No. /JSEB/PR/11-12 Due Date of opening of part-I 24.06.2011<br />

General Terms and Conditions for Submission of Tender for Supply of Materials<br />

1. Sealed tenders in duplicate are invited from reputed, experienced and financially sound<br />

manufacturer for procurement of transformers from ready stock (Ex-Stock) having adequate<br />

manufacturing & testing capacity, best facilities and capability only for supply of type-tested,<br />

11/.433 kV, 03 star, 63 kVA, Al wd, stack type CRGO core, distribution transformer fitted with<br />

lightning arresters (LA) and Completely self protected (CSP) as per specifications attached at<br />

Annexure ‘B’. Offers of manufacturers who have no past experience and adequate manufacturing<br />

capacity of the tendered item may not be considered valid and may be rejected.<br />

2. Quantity : 15 (fifteen ) #<br />

(Actual Quantity may Increase or Decrease)<br />

3. The tender should be submitted in the prescribed enclosed proforma only in two parts i.e. Part – I<br />

(Technical & Commercial Part) and Part – II (Price Part) in two separate envelops duly sealed<br />

and super scribed on the top of the envelops as Technical and Commercial Part – I/ Price Part – II<br />

and addressed to Chief Engineer (S&P), JSEB Ranchi – 4. The name of the firm, NIT No., Due<br />

date, Name of materials offered, amount of earnest money deposited with money receipt # and<br />

date should be clearly indicated on the cover of the envelop.<br />

4. Both parts of the sealed tenders will be received upto 13.00 hrs. of 24.06.2011 in the office of<br />

Chief Engineer (S&P), JSEB Ranchi and the Part – I will be opened at 14.30 hrs. on the due<br />

date in presence of such of those tenderers or their authorized representatives as may desire to be<br />

present. The undersigned may extend the due date of opening of Part – I with intimation to all<br />

tenderers.<br />

The Price Part (Part–II) of those tenderers whose offers are found technically and<br />

commercially acceptable will be opened later on. The exact date will be intimated to the<br />

responsive tenderers.<br />

5. No offers/ tenders will be accepted after due date and time and shall be treated as rejected.<br />

The desirous tenderers can purchase tender documents including terms and conditions, BoQ and<br />

technical specification from the office of Chief Engineer (S&P), JSEB Ranchi on application and<br />

payment of Rs. 2000/- (Rupees two Thousand ) only (non-refundable) in cash or in shape of<br />

demand draft issued by nationalized Bank/scheduled Bank in favour of Deputy Director of<br />

Accounts (Sectt.), JSEB Ranchi payable at Ranchi on any working day (working hours:-10.00<br />

AM to 05.00 PM) up to one day before the due date (i.e., upto23.06.2011) . No tenders will be<br />

accepted/ considered unless the tenderer buy at least one copy of the tender documents by the<br />

prescribed date.<br />

6. Earnest money:<br />

2


a) Tender must be accompanied with an earnest money for Rs.25,000/- (Rupees Twenty<br />

Five Thousand) only for the offered quantity, unless exempted from such deposit, failing<br />

which the tender will be out rightly rejected.<br />

b) The earnest money should be deposited in cash with Dy. Director of Accounts (Sectt.),<br />

JSEB Ranchi and reference of the money receipt no. and date is to be given in the tender<br />

or in the form of Bank Draft or BG of any Nationalized Bank, valid for 90 days from<br />

date of opening of tender drawn / issued in favour of the Dy. Director of Accounts<br />

(Sectt.), JSEB, Ranchi payable at Ranchi and reference be given on the cover of the<br />

tender mode indicated in NIT. The Bank Guarantee with lesser validity will be rejected.<br />

c) Cheque/ Fixed Deposit receipt/ Money Order or and saving certificate etc. are not<br />

acceptable towards deposit of earnest money and tenders with above will be considered<br />

without earnest money and shall be rejected.<br />

d) Earnest money deposited by firms against any other tender of the Board/ or of this office<br />

will not be considered as earnest money for the present tender under any circumstances.<br />

e) No earnest money will be accepted after opening of the tender.<br />

f) No interest on the earnest money deposited by the tenderer will be payable by the<br />

purchaser.<br />

7. Exemption:<br />

The tenderers of following categories are exempted from deposit of earnest money<br />

subject to the conditions laid down below: -<br />

a) The firm registered with DGS&D for manufacture of the item for which tenders are to be<br />

submitted and the registration certificate should remain valid at the time of submission of<br />

the tender and during contract period. The tender in such case shall be accompanied with<br />

a certified photo state copy of the valid registration certificate failing which the tender<br />

shall be rejected. The estimated cost of the offered quantity, as per cl # 6 (a) of NIT,<br />

should be less than the monetary limit as mentioned in the DGS&D certificates, failing<br />

which the exemption will not be applicable & offer will be rejected.<br />

b) The State Govt./ Govt. of India undertaking.<br />

c) Firms registered with NSIC under single point registration scheme for manufacture of the<br />

item, provided that certificate is valid on the date of tender and during the period of<br />

delivery. The estimated cost of the offered quantity, as per cl # 6 (a) of NIT, should be<br />

less than the monetary limit as mentioned in the NSIC certificates, failing which the<br />

exemption will not be applicable & offer will be rejected.<br />

In case the Monetary limit of DGS&D certificate / NSIC certificate is less than the<br />

estimated cost of the offered quantity the bidder are allowed to deposit the Earnest Money<br />

Deposit of deferential estimated cost (estimated cost of offered quantity -Monetary limit<br />

of D G S & D certificate / NSIC certificate) as per clause 6 (a) of tender in shape of<br />

3


cash/Bank Draft/Bank Guarantee (of Nationalized Bank) along with bid, failing which the<br />

bid shall be rejected.<br />

d) The earnest money will be liable to be forfeited on revocation of tender before the validity<br />

of the quotations expires or on refusal to enter into a contract after the award (LoI/PO) is<br />

made to the tenderer.<br />

e) SSI unit of Jharkhand, registered with Department of Industries, Govt of Jharkhand /<br />

Industrial Area Development Authority, Govt of Jharkhand, for tendered item, valid on<br />

the due date of tender and during the period of contract. SSI unit of Jharkhand must<br />

submit self attested or notarized valid copy of SSI registration certificate for tendered<br />

item, issued from department of Industries/ Industrial Area Development Authority, Govt<br />

of Jharkhand, failing which, they will not be considered SSI unit.<br />

The tender in such cases should be accompanied with self attested or notarized<br />

copy of the valid registration certificate, failing which tender shall be rejected.<br />

NB: Aforementioned certificate must accompany with documentary evidence for its validity<br />

on the due date of the tender, failing which tenders will be rejected. As the documents<br />

mentioned herein above must be valid during the period of supply/ delivery also. Copy of<br />

the same shall be produced at the time of submission of bill for payment.<br />

8. Security Deposit and Contract Agreement:<br />

The successful tenderers shall have to deposit security money @ 2% of the ordered value at the<br />

time of executing the contract agreement. However, the SSI units of Jharkhand having permanent<br />

valid registration with Department of Industries /Industrial Area Development Authority (IADA)<br />

Govt. of Jharkhand for the manufacture of the item will be required to deposit security money @<br />

1% (one percent) of the ordered value. In no case, exemption from security money will be<br />

granted. Security money to be deposited may be adjusted from the earnest money deposited in<br />

shape of cash/ Bank Draft only, if any.<br />

The amount of security money shall be deposited with DDA (HQ) JSEB, Ranchi in cash<br />

or in shape of Bank Draft/ Bank Guarantee (of any Nationalised Bank) will be treated as a<br />

performance guarantee. The security money thus deposited will be released after completion of<br />

satisfactory supply of approximately full ordered quantity of materials and expiry of guarantee<br />

period. Payment will be made only after depositing the security money and execution of contract<br />

agreement.<br />

9. Annual turnover:<br />

Annual turnover of the firm for preceding three financial years must be at least Rs. 3.55 lac.<br />

Certified / Attested copy of annual A/C (Balance sheet, profit & loss A/c etc) from practicing<br />

chartered Accountant or both for financial year 2007-08, 2008-09 & 2009-10 must be submitted<br />

along with the offer to establish financial credibility of the bidders. In absence of the above<br />

credentials, offer may be rejected. However, SSI units of Jharkhand are exempted from annual<br />

turnover clause.<br />

4


10. Delivery:<br />

The material are to be delivered on or before 07.07.2011 at Central Stores, Deoghar and Dumka..<br />

11. Penalty / Liquidated damage:<br />

The delivery of goods will be guaranteed under liquidated damage clause. Our usual terms of LDclause<br />

is ¼% (quarter percent) of the value of the materials delayed per week or part thereof<br />

subject to maximum 5% (Five percent).<br />

Type-tested, 11/.433 kV, 03 star, 63 kVA, Al wd, stack type CRGO core, distribution transformer<br />

fitted with lightning arresters (LA) and Completely self protected (CSP)will be deemed to have<br />

been delivered only when all its component parts are also delivered in stores of JSEB. If certain<br />

components are not delivered in time the equipment/item will be considered as delayed till such<br />

time as the missing parts are delivered.<br />

12. Price:<br />

Rate in figures and in words must be quoted in the enclosed proforma of price part on FIRM<br />

price, subject to any statutory change in due course of time, indicating therein Ex-factory price,<br />

freight element up to destination, element of Excise duty, sales tax and other charges. The Exworks<br />

price shall be quoted after considering benefit under CENVAT or any other scheme to be<br />

retained by the supplier. The materials are to be dispatched to various destinations in Jharkhand<br />

as may be required. The responsibility of safe delivery will rest with the supplier. If the price<br />

elements are not quoted separately as indicated above, the tender will be liable for rejection.<br />

Freight element will include loading, unloading, packing and forwarding complete. If any other<br />

taxes are levied or reduced by the Govt. the same will be added or subtracted respectively to the<br />

landed cost for evaluation of the tender. If Excise Duty, Sale Tax / VAT or Entry Tax is not<br />

quoted separately or proof of exemption of the same is not given, the relevant duty and / or tax at<br />

the maximum rate will be added to evaluate landed cost of the bidder.<br />

Arithmetical errors will be rectified on the following basis: If there is discrepancy<br />

between unit price and the total price i.e obtained by multiplying the unit price and quantity, the<br />

unit price shall prevail and total price shall be corrected. If the bidder does not accept the<br />

correction of errors, his bid will be rejected & EMD will be forfeited. If there is a discrepancy<br />

between words and figures, the amount in words shall prevail.<br />

13 Insurance:<br />

The materials are to be insured with Board’s underwriter under its Inland Marine Cargo policy in<br />

all cases for which the supplier should complete the Board’s proforma and sent the original to the<br />

Chief Claim Officer, Jharkhand State Electricity Board, Ranchi for taking over a policy with copy<br />

to the consignees and paying officers concerned at the time of dispatch of each consignment. As<br />

such the Insurance premium should not be included in the quoted price. Failure to submit the<br />

insurance proforma duly filled in and signed by the suppliers shall make the suppliers liable for<br />

any damage during the transit of materials.<br />

In case the materials are insured under the Board’s open policy the consignee concerned<br />

will take prompt action to lodge a claim with the supplier, Carrier and the Insurance Company<br />

5


with an intimation to the Chief Claim Officer of the Board for the materials received short/ in<br />

damaged conditions and no recovery of the cost of such materials shall be effected from the<br />

supplier’s bill except for short supply for reason of defective packing or any other lapses on the<br />

part of consignor. If packing cases are not found intact conditions at the time of taking delivery<br />

and the materials therein are found short, the cost of such materials shall be recovered from the<br />

supplier’s bill. Similarly the supplier will be liable for compensation for defective packing.<br />

However, non recovery will be limited to amount reimbursed by Insurance Company and balance<br />

amount will be recovered.<br />

14. Import Licence:<br />

Import licence cannot be arranged by the Board for such of these materials, which are under<br />

banned category of import. When import is desired to be effected by the tenderers under their<br />

own quota licence, the value of quota specifically available against the tender should be stated. In<br />

case of availability of suitable indigenous make materials the same may be preferred.<br />

15. Tests:<br />

All routine tests will have to be conducted on the materials in case order is placed according to<br />

relevant standard and test certificate in triplicate will have to be furnished prior to supply of<br />

materials. Each lots of the materials shall be subjected to the test prescribed in the relevant<br />

standard (latest edition) before supply is affected. Untested material will not be accepted.<br />

16. (i) Inspection:<br />

The materials may be inspected by the Board’s representative during the process of<br />

manufacturing and prior to dispatch. The suppliers are requested to intimate the progress of<br />

manufacturing and testing at least 15 days in advance to Chief Engineer (S&P), JSEB Ranchi to<br />

enable them to depute an officer or an authorized representative for inspection. Failure to adhere<br />

to the specification will entail rejection of materials. All tests and inspection shall be made at the<br />

place of manufacture unless otherwise specially agreed upon by the manufacturer and purchaser<br />

at the time of purchase. The manufacturer shall offer the inspector representing the purchaser all<br />

reasonable facilities without charges to satisfy him that the material is being furnished in<br />

accordance with the specification. The materials cleared for dispatch after approval of inspection<br />

report should be dispatched/ delivered immediately to different consignees.<br />

(ii) The purchaser has the right to have the tests carried out at his own cost by an independent<br />

agency whenever there is a dispute regarding the quality of supply.<br />

(iii) During the pre-dispatch inspection the firm shall have to produce original copy of<br />

calibration certificate of testing equipments (not more than one year old)/ type test report/<br />

BIS license/ NSIC, DGS&D or SSI registration certificate to the inspecting officer for<br />

verification. If there is any discrepancies found during verification the materials may not<br />

be accepted. These documents should be authenticated by inspecting officer at the time of<br />

inspection and forwarded to accounts with bills of each lot.<br />

6


(iv)<br />

The pre-dispatch inspection & testing is mandatory unless an order for waiver of the same<br />

is given by the competent authority. These documents should be attested by inspecting<br />

officer at the time of inspection & forwarded to accounts with bills of each lot.<br />

17. Forfeiture of Earnest Money & Security Money Deposit:<br />

It should be clearly understood that in the event of the tenderers failing to accept and execute the<br />

telegraphic and detailed orders (LoI/PO), if it is placed within the validity period of the offer,<br />

then the full amount of earnest money and security deposit will be forfeited and the Board’s<br />

decision in this respect will be final and binding on the tenderer. Earnest money of those<br />

tenderers will be forfeited who are found indulging in changing adding or deleting the conditions<br />

of the “downloaded tender document”.<br />

Earnest money of those tenderers will be forfeited who are found to form cartel.<br />

The forfeiture of earnest money and security money shall not in any way affect, limit or<br />

extinguish any remedy or relief to which above authority may at any time be lawfully entitled.<br />

18. Guaranteed Particulars:<br />

The performance particulars as required in the specifications should be sent along with the tender,<br />

other details not specified may also be given.<br />

19. Manufacturing Capacity:<br />

The tenderer must have sufficient manufacturing capacity to meet the delivery schedule as per<br />

clause 10. The bidder should also be financially sound to manufacture the tendered item within<br />

scheduled time.<br />

In support of above capacity the tenderer must produce documentary evidence Viz<br />

Annual Accounts / Bankers Solvency certificate etc.<br />

20. Past Performance:<br />

Bidders must submit detailed list of executed purchase orders along with their copies for the same<br />

item or same item of higher size and capacity clearly indicating PO # and date with name of material<br />

and its quantity & value and also submit name and address of the ordering authority issued in atleast<br />

any one of the last 3 (three) years from the due date of tender, failing which the offer may be rejected.<br />

The bidder should also submit performance certificate if any, indicating period of supply, quantity and<br />

value for the tendered item issued during the above period with the offer.<br />

Offers of those firms who have not completed full ordered quantity against previous<br />

Purchase Orders of JSEB for this item issued during last one year from date of opening of this<br />

NIT, shall not be considered as valid and shall be rejected. On placement of order, Bidder has to<br />

complete the order, failing which the bidder shall not be eligible to participate in forth coming<br />

tenders, for a period of at least one year from the date of issue of such purchase order. Past<br />

performance of the material supplied earlier by a bidder to JSEB may be taken in to account<br />

while finalizing this tender.<br />

21. Deviation from Specification:<br />

If there are some deviations, then it must be mentioned in the schedule of deviations from<br />

specification sheet annexed separately. In case of not mentioning deviations in the deviation sheet and<br />

just mentioning it at any other place of the offer except in the tender proforma for part-I (Techno<br />

commercial part) will be treated as no deviations.<br />

22. Income Tax and Sales Tax:<br />

7


Attested copies of Sales Tax clearance certificate atleast valid upto 31.03.2010 should<br />

accompany the tender, failing which the tender is liable to be rejected. State and Central<br />

Sales Tax registration number of the tenderer should also be stated. Self declaration certificate<br />

with a declaration separately that nothing is due to Income Tax Department & payment of Income<br />

Tax is up to date should be enclosed with the offer.<br />

23. Taxes & Duties and Landed Unit Rate Evaluation Process:<br />

(i)The bidders must quote entry tax amount if applicable in price part II at the time of<br />

submission of the offer. In case the bidder doesn’t quote entry tax amount in the price part-II,<br />

or just mention entry tax amount “NIL” or quote absurd rate of entry tax then applicable rate<br />

of entry tax will be taken into account for evaluation of the tender. The evaluation of L-1<br />

bidder shall be made on the landed unit rate (ie FoR destination basis), which is<br />

inclusive of the ex-works price, excise duty, CST/VAT, freight, entry tax etc.<br />

(ii) Excise Duty / CST shall be paid at the rate quoted by the bidder in the price part-II<br />

submitted with the offer against the NIT subject to statutory variation (in case of both,<br />

increase or decrease) imposed by the Government but any increase in taxes and / or duties<br />

because of the increase in the bidders annual-turn-over etc, for which the firm is functionary,<br />

would be borne by the firm.<br />

No upward variation shall be payable beyond the contractual delivery schedule. In<br />

case supply against the contract is completed late and rate of ED/S. Tax undergoes upward<br />

revision, the payment will be continued on the basis of rates prevailing during the contractual<br />

schedule.<br />

24 Progress Report:<br />

The suppliers will have to submit monthly/ fortnightly progress report regularly until completion<br />

of delivery, to the Chief Engineer (S&P), JSEB Ranchi by the first week of every month<br />

following the month in which order is placed to monitor the progress made by the supplier<br />

towards proper execution of the order, alongwith copy to paying authority.<br />

25. Terms of Payment:<br />

a) 100% payment will be made by Dy. Director of Account (HQ), JSEB, Ranchi on submission of<br />

5% Bank Guarantee from any Nationalised Bank of ordered value on non-judicial stamp Rs. 60/-<br />

(Rupees sixty) only valid for Guarantee period as per Cl-39 and on receipt of SRV duly signed<br />

by the concerned consignee after receipt of the materials in good condition along with approved<br />

routine test certificate and duly filled check list for payment from Stores & Purchase wing.<br />

b) If the Bank Guarantee of any Nationalised Bank is not furnished, payment will be made after<br />

deducting 5% of the total order value from the first or consecutive bills after receipt of the<br />

materials in good condition along with approved routine test certificate and duly filled check list<br />

for payment from Stores & Purchase wing. The deducted amount will be kept back as<br />

performance guarantee and will be released after successful completion of guarantee period.<br />

8


For the above modes of payment ¼ % (Quarter percent) rebate will be deducted from the<br />

ex-factory price of the materials. However, Excise Duty part will be paid only after production of<br />

documentary evidence as per prevailing Excise Rules. Sales Tax will be paid on submission of<br />

upto date income tax and sales tax deposit certificate by competent authority of respective<br />

department. The paying officer will accept the Bank Guarantee after confirmation from the<br />

concerned bank. Supplier must submit documentary evidence in support of claim for exemption<br />

from any tax or duty if any. The 5% amount / B.G. will be paid after expiry of Guarantee period.<br />

The above payment term is applicable in accordance with compliance of clause # 27 & 37 of<br />

the tender.<br />

26. Validity Period:<br />

Tenderer should specify the validity period of their offer which should not be less than 90<br />

(ninety) days from the date of opening of tender, which may be extended on discretion of the<br />

Board. The offers with lesser validity period will be out- rightly rejected.<br />

27. Quality Control- (For Distribution Transformers only)<br />

3 star rating being new item to JSEB, 1(One) # from the supplied distribution transformer into the<br />

stores of JSEB, on each lot of offer of pre-dispatch inspection shall be randomly selected by<br />

JSEB & sent for CPRI for type-test (short circuit and lightning impulse) at the cost of JSEB. The<br />

payment to the supplier shall be made on submission of 100% B.G. of payable amount alongwith<br />

SRV & other documents. The BG thus submitted valid for 06 months, subject to extension till<br />

completion of type test, shall be released only after submission of successful type test from CPRI,<br />

failing which the BG of that particular offered lot will be encashed & bidders will be allowed to take<br />

back all the transformers supplied in that particular offer & pre-dispatch inspection lot, at their own<br />

cost.<br />

The Board may inspect / test / examine the quality of the raw materials at the<br />

premises of the prime supplier to the bidders of JSEB at the Boards own cost. Stage/factory<br />

inspections shall be conducted by the inspecting officers of the Board / third party inspection.<br />

28. Raw Materials:<br />

No raw materials will be arranged by the Board. Tenderers will have to arrange their<br />

requirements of raw materials themselves.<br />

The Purchase reserves the right to inspect the raw material procured by the supplier for<br />

the purpose of manufacture of materials to check the genuineness of the raw materials. The<br />

purchase or his representative can demand the original invoices in respect of all the raw materials.<br />

29. Minimum Quantity:<br />

The requirement mentioned in the tender notice and general conditions is tentative and is<br />

subject to increase or decrease at the time of finalization of the tender. The tenderer must quote<br />

full of the tendered quantity. Tenders with lesser quantity will not be entertained.<br />

30. In case the order is placed, the firm will have to dispatch the materials in the name of the<br />

consignee only and “self booking” will not be accepted.<br />

9


31. The bidders should submit self-declaration Certificate, that the firm is not blacklisted from<br />

Central Govt / State Govt / Central or State Govt. undertakings/ Public Sector Undertaking etc.<br />

for the tendered item and also submit declaration Certificate that the firm is not related to any<br />

persons employed in the Board or his/her close family member/blood relations / proxies.<br />

32. Contract Form:<br />

The successful tenderers will have to execute contract agreement in the Board’s proforma prior to<br />

the placement of the purchase order. The contract agreement is to be executed on Rs. 200.00 non<br />

-judicial stamp paper.<br />

33. Extension Order:<br />

In the event of an order being placed on the tenderer, the tenderer requested to give his<br />

concurrence that he is willing to accept additional order on the same terms and conditions if the<br />

extension order is placed by Board within 12 (twelve) month from the date of acceptance/<br />

placement of order. Bidder should submit an undertaking that they will supply additional<br />

quantity, if required by Board on same rate, terms and conditions, if extension order is placed<br />

within 12 month from the date of acceptance/ placement of order.<br />

34. Tolerance of Electrical Performance:<br />

Tolerance shall be according to relevant I.S.S. unless & otherwise stated in technical<br />

specification.<br />

35. Packing:<br />

Materials shall be delivered suitably packed. Although method of packing is left to the discretion<br />

of the manufacturer it should be robust enough for rough handling that may be occasioned during<br />

transportation by Rail/ Road. Further it is to clarify here that all the charges towards packing,<br />

forwarding, loading and unloading etc. shall be borne by the supplier.<br />

36 Drawing & design of item:<br />

Drawing and design of item offered duly signed with firm seal should accompany the tender.<br />

Tenderer must furnish complete design details, dimensional details & drawing indicating the<br />

internal arrangement in addition to a drawing indicating outside dimensions and method of<br />

fixation of fittings etc. The tenderer shall submit design details supported by type test report of<br />

the manufactured item. The Board reserves the right to reject the tenders if design parameters are<br />

considered qualitatively inferior or prefer, the tenders whose design parameters are qualitatively<br />

considered better.<br />

However, due opportunity to be heard will be given to bidders before taking decision in this<br />

regard.<br />

37. Type Test Certificate:<br />

i) Tenderers must submit attested/ certified copy of complete volume of type test<br />

(ii)<br />

certificates (short ckt & Lightning Impulse withstand voltage test) as per relevant ISS<br />

issued from CPRI / ERDA, Vadodara / National Test House Govt. of India, only for the<br />

tendered item, failing which the tender shall be rejected. The copy of test certificates must<br />

contain approved drawings, test report no & date, name of test, name of material, rating,<br />

transformer serial no etc.<br />

The submitted type-test reports must be in conformity to the technical specification of this<br />

NIT, failing which, offer will be rejected.<br />

10


(iii) Specification (GTP) of the offered transformer must conform to the specification of the<br />

NIT, failing which the offer will be rejected.<br />

(iv) If the offered item [Guaranteed Technical Particulars (GTP)] is not proto-type of type tested<br />

design but conforming the technical specification of NIT, then one transformer will randomly be<br />

selected and sealed by the Inspecting Authority of JSEB, at the time of pre-despatch inspection, from<br />

the manufactured and offered 1 st lot and the tenderer would have to get this transformer type tested at<br />

CPRI at their own cost. In such case 90% (ninety percent) payment of ordered value shall be made<br />

only after adherence of clause # 27 of tender and balance 10% (ten percent) payment shall be released<br />

after submission of successful type test reports. In case of failure of type-test, order will be cancelled<br />

for entire quantity & BG submitted at the time of payment shall be encashed and firm will be allowed<br />

to take back entire supplied transformers against above order at their cost. If offered item is proto type<br />

of type tested design, then fresh type test is not required, as offered design is already type-tested.<br />

38. Bank Guarantee for repairs of equipments / materials at the supplier’s works:<br />

In case the equipment fails, within the guarantee period and the same is required to be taken back<br />

to the supplier’s factory, the same shall be covered up by suitable Bank Guarantee of any<br />

Nationalised Bank of equivalent cost of equipment for period required for replacement. Further<br />

Bank Guarantee shall be furnished by the supplier within one week’s time on hearing from the<br />

consignees. He shall not lift the damaged/rejected equipment from our store unless the approval<br />

of acceptance of Bank Guarantee is received from our Deputy Director of Accounts (HQ).<br />

39. Guarantee Period:<br />

The materials shall be guaranteed for satisfactory performance and against defective or low<br />

quality materials and bad workmanship for minimum 24 months from the date of commissioning<br />

or minimum 30 months from the date of delivery in stores, whichever is earlier. If during the<br />

guarantee period the goods are found defective or defects observed in service, the same will be<br />

replaced/ repaired by the supplier free of all the charge within one month on receipt of intimation.<br />

In case defective stores/ materials are not replaced / rectified as per the above guarantee clause,<br />

the Board shall recover an equivalent amount plus 15% supervision charges from any of the bills/<br />

Bank Guarantee.<br />

40. BEE Enrollment Certificate:<br />

Bidder must submit enrollment certificate of Bureau of Energy Efficiency (BEE), New Delhi with the<br />

offer for manufacturing 03 star rating 63 KVA Distribution Transformer valid on the due date of<br />

tender (i.e., on the date of opening of part-I), failing which offer will be rejected.<br />

However the SSI unit of Jharkhand, registered for the tendered item, who submits<br />

copy of type test report as per NIT & whose type test report conforms to the technical<br />

specification of NIT and also submit copy of applied for certificate of BEE with the offer, is<br />

allowed to submit final BEE enrollment certificate of tendered item, before opening of price<br />

part, failing which their offer of price part will not be opened. However, such relaxation does<br />

not absolve them from any other contractual obligation, of NIT, what so ever.<br />

41. Re-inspection Charge:<br />

11


Re-inspection charges as applicable shall be leviable in case it is found at the time of inspection at<br />

the works of the bidder that:<br />

a) The material /item/equipments was not ready for inspection and the inspection notice given<br />

by supplier was fictitious.<br />

b) Quantity offered for inspection is short by more than 50% from the quantity in the inspection<br />

call.<br />

c) Inspection is not arranged / not got carried out due to any reason an account of supplier.<br />

d) Material/ item/equipments is found not confirming to provisions of Purchase order/ GTP/<br />

relevant BIS and thus rejected by inspecting officer.<br />

e) Manufacturing defects are observed during physical/ visual inspection/ checking.<br />

f) Quantity of item not found as per provisions of Purchase order.<br />

42. Termination of Contract:<br />

Note: a)<br />

Or<br />

Or<br />

In case the contractor/ supplier fails to deliver the materials or any consignment there of within<br />

contracted period of delivery or in case the materials are found not in accordance with the<br />

prescribed specification the Board shall exercise its discretionary power either:<br />

A) To recover from the supplier the damages as provided in the penalty of general conditions<br />

of tender for supply under clause 11.<br />

Or<br />

B) To Purchase elsewhere after giving due notice to the supplier on account and at the risk &<br />

cost of supplier such material not so delivered or other of similar description without<br />

canceling the contract in respect of consignment not yet due for delivery.<br />

C) To cancel the contract reserving Board’s right to recover damages.<br />

Or<br />

Notwithstanding the powers, under (a), (b), (c) referred above are in addition to the rights<br />

and remedy available to this Board under the General Law of India relating to contracts.<br />

In the event of risk purchase of stores of similar description, the option of the Board shall<br />

be final. In the event of action taken under (a) or (b) above, the supplier shall be liable for<br />

any loss which the Board sustain on the account but the supplier shall not be entitled to<br />

any saving on such purchases made against default.<br />

b) The decision of the Board shall be final as regards the acceptability of the stores<br />

supplied by the supplier on the Board shall not be required to give any reason in writing<br />

or otherwise at any time for the rejection of the materials.<br />

43. No documents submitted by bidders after opening of the tender (Part-I) on their own shall be<br />

accepted, unless and until asked for.<br />

44. The tenderer must get all documents inclusive of their covering letter PAGINATED and<br />

INDEXED and mention their number in the covering letter in WORDS. Also all the documents<br />

12


MUST bear the signature of the person who signed in the covering letter followed with the stamp<br />

of the tenderer. Overwriting / cut mark / use of whitener must not be done in all documents;<br />

otherwise the offer of the bidder may stand cancelled.<br />

45. The Board reserves the right to reject the lowest or any of the tender either in whole or in part without<br />

assigning any reason.<br />

46. Factory Inspection:<br />

Board’s officer/ authorized representative may inspect the factory regarding availability of adequate<br />

manufacturing and testing facilities for producing quality materials in case tenderers being considered<br />

for placement of order by the Board.<br />

47. General:<br />

Please again note that in incomplete offer not having specific comments on all the points of our<br />

specification and not supported by various information desired in our specifications shall be<br />

rejected out-right and no further correspondence shall be made with the supplier in respect of<br />

their offer which causes delay in finalizing the tender.<br />

48. Governing Language:<br />

The Contract shall be written in English or Hindi and shall be interpreted in accordance with the<br />

laws of the union of India.<br />

49. Jurisdiction of Court:<br />

The civil court Ranchi shall alone have an exclusive jurisdiction to decide any difference/<br />

dispute/ cases for and against JSEB/ Contractors/ Suppliers arising out of or in respect of the NIT,<br />

or contract agreement, or Purchase order.<br />

50. The Board reserves the right to distribute the materials among successful bidders depending upon the<br />

offered delivery schedule as per the requirement.<br />

51. The Board reserves the right to cancel full or part of the awarded contract without assigning any<br />

reason of those firms which will be found defaulter for delay in supply of materials or his supply<br />

or his supply sub-standard quality of the materials or whose design parameters are considered<br />

technically inferior.<br />

52. The Board reserves the right to change/enlist/delete the specification/GTP of NIT till before<br />

opening of part-I, for which, bidder will be given due opportunity for submission of their fresh<br />

bids/revised bids.<br />

Enclosure -<br />

(i)<br />

(ii)<br />

(iii)<br />

(iv)<br />

(v)<br />

(vi)<br />

(vii)<br />

(viii)<br />

(ix)<br />

(x)<br />

(xi)<br />

(xii)<br />

(xiii)<br />

Annexure ‘A’,<br />

Annexure ‘B’,<br />

Annexure ‘C’<br />

Annexure ‘D’<br />

Annexure ‘E’<br />

Annexure ‘F’<br />

Annexure ‘G’<br />

Annexure ‘H’<br />

Annexure ‘I’<br />

Annexure ‘J’<br />

Annexure ‘k’<br />

Annexure ‘L’<br />

Annexure ‘M’<br />

Electrical Superintending Engineer (Purchase)<br />

JSEB Ranchi<br />

13


<strong>JHARKHAND</strong> <strong>STATE</strong> <strong>ELECTRICITY</strong> <strong>BOARD</strong><br />

ENGINEERING BUILDING, HEC, DHURWA, RANCHI-4<br />

FAX NO. 0651 – 2400799<br />

Annexure – ‘A’<br />

NIT No. /JSEB/PR/11-12 Due Date of opening of part-I 24.06.2011<br />

The following conditions are to be strictly fulfilled by the firm while submitting their tenders:-<br />

1. Tenders not accompanied by the prescribed earnest money will be rejected outright. The firm<br />

registered with DGS&D/ Registered with NSIC under single point registration /Permanently<br />

registered with department of Industries, Govt. of Jharkhand and also registered with NSIC<br />

for manufacture of the item/ Undertaking of Govt. of Jharkhand/ Govt. of India are however<br />

exempted but for the proof of registration certified or attested copy should be submitted<br />

together with documentary evidence of validity period on the due date of tender alongwith<br />

the tender. Otherwise tender shall be liable to be rejected.<br />

2. Tenderer has to accept the Guarantee clause, penalty clause, payment terms and security<br />

clause as per the terms and conditions of the tender otherwise tender will be considered as<br />

invalid.<br />

3. The offers, which are not kept valid for acceptance, for at least 90 days from the date of<br />

opening of tenders, will be rejected.<br />

4. Conditional/ Incomplete tenders which do not contain full details, technical particulars,<br />

literature test certificates, performance report, price of all equipments delivery period etc. will<br />

be rejected, GTP must be filled up item wise. Incomplete or mentioning ‘as per ‘IS’ shall not<br />

be acceptable.<br />

5. The prices are specifically asked to be submitted as FOR destination and are not so furnished,<br />

the tender shall not be considered as valid and will be rejected.<br />

6. Tender, which is not submitted in the Board’s Prescribed proforma shall be rejected. Any<br />

additional particulars can be furnished in the accompanying letter of Statement.<br />

7. Tender received in this Office after the due date and time shall be rejected.<br />

8. Prices must be indicated bold in figure and Words failing which the tender may be rejected.<br />

9. Tenderers have to quote FIRM price only.<br />

10. Drawing of equipments must be submitted, failing which the tender may be liable for<br />

rejected.<br />

11. 63 kVA distribution transformer are to be delivered along with suitable 3 (three) nos. of<br />

9 kV /11 kV Metal oxide Lightning Arresters with G I earth strip fixed with the transformer.<br />

Tenderer must quote the price of 63 kVA distribution transformer along with the cost of the<br />

lightning arresters.<br />

12. Specification of the offered item must conform to the technical specification of NIT, failing<br />

which the offer shall be rejected.<br />

13. Tenderers have to submit their Bid in SOFT copy (CD-R-Type) also besides Hard copy.<br />

Price part will be in Hard copy only in duly sealed envelope as said earlier; price part given<br />

in CD will be outrightly rejected. In case of any discrepancies observed between HARD<br />

copy & SOFT copy of bid documents, content of Hard copy shall prevails.<br />

14<br />

Electrical Superintending Engineer (PUR)<br />

JSEB, Ranchi.


<strong>JHARKHAND</strong> <strong>STATE</strong> <strong>ELECTRICITY</strong> <strong>BOARD</strong><br />

ENGINEERING BUILDING, HEC, DHURWA, RANCHI-4<br />

FAX NO. 0651 – 2400799<br />

Annexure ‘B’<br />

NIT No. /JSEB/PR/11-12 Due Date of opening of part-I 24.06.2011<br />

STANDARD TECHNICAL SPECIFICATION<br />

FOR<br />

OUTDOOR TYPE THREE PHASE OIL IMMERSED<br />

(INCLUDING COMPLETELY SELF PROTECTED)<br />

DISTRIBUTION TRANSFORMERS, type tested, 03<br />

star,11kV/433V, Al Wd, CRGO core, 63 KVA RATING<br />

15


TECHNICAL SPECIFICATION FOR OUTDOOR TYPE<br />

DISTRIBUTION TRANSFORMERS 11 kV/433v, 63 kVA rating<br />

1 SCOPE:<br />

1.1 This specification covers design, engineering, manufacture, assembly, stage testing, inspection and<br />

testing before supply and delivery at site of oil immersed, naturally cooled 3 phase 11 kV/433 V<br />

distribution transformers for outdoor use.<br />

1.2 It is not the intent to specify completely herein all the details of the design and construction of<br />

equipment. However the equipment shall conform in all respects to high standards of engineering,<br />

design and workmanship and shall be capable of performing in continuous commercial operation, in a<br />

manner acceptable to the purchaser, who will interpret the meanings of drawings and specification and<br />

shall have the power to reject any work or material which, in his judgment is not in accordance<br />

therewith. The offered equipment shall be complete with all components necessary for their effective<br />

and trouble free operation. Such components shall be deemed to be within the scope of bidder's supply<br />

irrespective of whether those are specifically brought out in this specification and / or the commercial<br />

order or not.<br />

1.3 The transformer and accessories shall be designed to facilitate operation, inspection, maintenance and<br />

repairs. The design shall incorporate every precaution and provision for the safety of equipment as well<br />

as staff engaged in operation and maintenance of equipment.<br />

1.4 All outdoor apparatus, including bushing insulators with their mountings, shall be designed so as to<br />

avoid any accumulation of water.<br />

2 STANDARD RATINGS:<br />

2.1 The standard ratings shall be 63 KVA for 11 kV distribution transformers.<br />

3 STANDARDS:<br />

3.1 The materials shall conform in all respects to the relevant Indian/International Standards, with latest<br />

amendments thereof unless otherwise specified herein. Some of them are listed below:<br />

Indian<br />

Standard<br />

Title<br />

IS -2026 Specification for Power Transformers IEC76<br />

IS -1180<br />

Outdoor distribution Transformer up to and including 100KVA<br />

16<br />

International and<br />

Internationally recognized<br />

standards<br />

IS-335 Specification for Transformer Oil BS 148, D-1473, D-1 533-1<br />

934 IEC Pub 296<br />

IS- 5<br />

Specification for colors for ready mixed paints<br />

IS -104<br />

IS - 2099<br />

IS - 649<br />

IS -4257<br />

IS -7421<br />

Ready mixed paint, brushing zinc chromate, priming<br />

Specification for high voltage porcelain bushing<br />

Testing for steel sheets and strips and magnetic circuits<br />

Dimensions for clamping arrangements for bushings<br />

Specification for Low Voltage bushings<br />

IS - 3347 Specification for Outdoor Bushings DIN 42531 to 33<br />

IS - 5484 Specification for Al Wire rods ^" ASTM B-233<br />

IS - 9335 Specification for Insulating Kraft Paper IEC 554<br />

IS -1576 Specification for Insulating Press Board. IEC 641


IS - 6600 Guide for loading of oil Immersed Transformers I EC 76<br />

IS - 2362<br />

IS -6162<br />

IS -6160<br />

IS- 5561<br />

IS -6103<br />

IS - 6262<br />

Determination of water content in oil for porcelain bushing of<br />

transformer<br />

Paper covered aluminium conductor<br />

Rectangular Electrical conductor for electrical machines<br />

Electrical power connector<br />

Testing of specific resistance of electrical insulating liquids<br />

Method of test for power factor and dielectric constant of<br />

electrical insulating liquids<br />

IS - 6792<br />

IS -10028<br />

Determination of electrical strength of insulating oil<br />

Instazllation and maintenance of transformers.<br />

3.2 Material conforming to other internationally accepted standards, which ensure equal or better quality<br />

than the standards mentioned above, would also be acceptable. In case the bidders who wish to offer<br />

material conforming to other standards, the bidder shall clearly bring out the salient points of<br />

difference between the standards adopted and the specific standards in relevant schedule. Four copies<br />

of such standards with authentic English translations shall be furnished along with the offer.<br />

However, the decision of Board, in this regard, shall be final.<br />

4. SERVICE CONDITIONS:<br />

4.1 The Distribution Transformers to be supplied against this Specification shall be suitable for<br />

satisfactory continuous operation under the following climatic conditions as per IS 2026 (Part -1).<br />

i Location : At various locations in the State of Jharkhand<br />

ii Maximum ambient air temperature (°C) : 50<br />

iii Minimum ambient air temperature (°C) : -5<br />

iv Maximum average daily ambient : 40<br />

air temperature (°C)<br />

v Maximum yearly weighted average : 32<br />

ambient temperature(°C)<br />

vi Maximum altitude above mean : 1000 meters<br />

sea level (Metres)<br />

Note:<br />

1 The equipment shall generally be for use in moderately hot and humid tropical climate, conducive to<br />

rust and fungus growth unless otherwise specified.<br />

5 PRINCIPAL PARAMETERS:<br />

5.1 The transformers shall be suitable for outdoor installation with three phase, 50 Hz, 11 kV system in<br />

which the neutral is effectively earthed and they should be suitable for service with fluctuations in<br />

supply voltage upto 12.5% to minus 12.5%.<br />

5.2 The transformers shall conform to the following specific parameters :<br />

SI.No. Item 11 kV Distribution Transformers<br />

1 System voltage (max.) 12 kV<br />

2 Rated voltage HV 11 kV<br />

3. Rated voltage LV 433 - 250 V*<br />

17


4. Frequency 50 Hz +/- 5%*<br />

5 No. of Phases Three<br />

6 Connection HV Delta<br />

7 Connection LV Star (Neutral brought out)<br />

8. Vector group Dyn-11<br />

9. Type of cooling ONAN<br />

10. Continuous capacity 63 KVA<br />

Audible sound levels (decibels) at rated voltage and frequency for liquid immersed distribution<br />

transformers shall be as below (NEMA Standards):<br />

kVA rating Audible sound levels (decibels)<br />

51-100 51<br />

6 TECHNICAL REQUIREMENTS:<br />

6.1.1 CORE MATERIAL – CRGO<br />

6.1.2 CRGO Material<br />

6.1.2.1 The core shall be stack type of high grade cold rolled grain oriented annealed steel lamination<br />

having low loss and good grain properties, coated with hot oil proof insulation, bolted together and<br />

to the frames firmly to prevent vibration or noise. The core shall be stress relieved by annealing<br />

under inert atmosphere if required. The complete design of core must ensure permanency of the<br />

core loss with continuous working of the transformers. The value of the maximum flux density<br />

allowed in the design and grade of lamination used shall be clearly stated in the offer.<br />

6.1.2.2 The bidder should offer the core for inspection and approval by the purchaser during manufacturing<br />

stage.<br />

6.1.2.3 The transformers core shall be suitable for over fluxing (due to combined effect of voltage and<br />

frequency) up to 12.5% without injurious heating at full load conditions and shall not get saturated.<br />

The bidder shall furnish necessary design data in support of this situation.<br />

6.1.2.4 No-load current shall not exceed 3% of full load current and will be measured by energising the<br />

transformer at 433 volts, 50 Hz on the secondary. Increase of voltage of 433 volts by 12.5% shall<br />

not increase the no-load current by 6% (maximum) of full load current.<br />

7. WINDINGS:<br />

7.1 Material:<br />

7.1.1 HV and LV windings shall be wound from Super Enamel covered /Double Paper covered ,<br />

aluminium conductor /strip.<br />

7.1.2 LV winding shall be such that neutral formation will be at top.<br />

7.1.3 The winding construction of single HV coil wound over LV coil is preferable<br />

7.1.4 Inter layer insulation shall be Nomex /Epoxy dotted Kraft Paper.<br />

7.1.5 Current density for HV and LV winding should not be more than 1.6 Ampere per sq mm for<br />

Aluminium Conductor.<br />

7.1.6 The core/coil assembly shall be securely held in position to avoid any movement under short circuit<br />

conditions.<br />

18


7.1.7 Joints in the winding shall be avoided. However, if jointing is necessary the joints shall be properly<br />

8 TAPS:<br />

brazed and the resistance of the joints shall be less than that of parent conductor. In case of foil<br />

windings, welding of leads to foil can be done within the winding.<br />

8.1 No tapping shall be provided for transformers up to 200 kVA rating.<br />

9. OIL:<br />

9.1 The insulating oil shall comply with the requirements of IS 335 or BS 148.<br />

Use of recycled oil is not acceptable. The specific resistance of the oil shall not be less than 2.5<br />

X10 12 ohm-cm at 27 °C when tested as per IS 6103.<br />

9.2 Oil shall be filtered and tested for break down voltage (BDV) and moisture content before filling.<br />

9.3 The oil shall be filled under vacuum.<br />

9.4 The design and all materials and processes used in the manufacture of the transformer, shall be such<br />

as to reduce to a minimum the risk of the development of acidity in the oil.<br />

10 INSULATION LEVELS:<br />

SI. No. Voltage (kV)<br />

Impulse Voltage (kV<br />

Peak)<br />

1 0.433 - 3<br />

2 11 95 28<br />

Power Frequency Voltage<br />

(kV)<br />

11 LOSSES:<br />

11.1 The bidder shall guarantee individually the no-load loss and load loss without any positive tolerance.<br />

The bidder shall also guarantee the total losses at 50% and 100% load condition (at rated voltage and<br />

frequency and at 75 °C).<br />

11.2 The maximum allowable losses at rated voltage and rated frequency permitted at 75 °C for 11/0.433<br />

kV transformers can be chosen by the utility from the values of 3 star rating as indicated below:<br />

Rating<br />

(kVA)<br />

Voltage Ratio<br />

3 Star<br />

Max. Losses at 50% loading<br />

(Watts)<br />

11 000/433 -250V 63 380 1250<br />

Max. Losses at 100% loading<br />

(Watts)<br />

Bids with higher losses than the above specified values would be treated as non-responsive.<br />

However, the manufacturer can offer losses less than above.<br />

12. TOLERANCES:<br />

12.1 No positive tolerance shall be allowed on the maximum losses displayed on the label for both<br />

50% and 100% loading values.<br />

13. PERCENTAGE IMPEDANCE:<br />

13.1 The value of impedance of transformers at 75 °C shall be 4.5% with tolerance in accordance with IS<br />

2026.<br />

14. Temperature rise: The temperature rise over ambient temp. (50 Degree Centigrade) shall not exceed<br />

the limits given below:<br />

14.1 Top oil temperature rise measured by thermometer : 35 °C<br />

19


14.2 Winding temperature rise measured by resistance method : 40 °C<br />

Bids not meeting the above limits of temperature rise will be treated as non-responsive.<br />

14.3 The transformer shall be capable of giving continuous rated output without exceeding the specified<br />

temperature rise. Bidder shall submit the calculation sheet in this regard.<br />

15. PENALTY FOR NON PERFORMANCE:<br />

15.1 During testing at supplier's works if it is found that the actual measured losses are more than<br />

the values quoted by the bidder, the purchaser shall reject the transformer and he shall also<br />

have the right to reject the complete lot.<br />

15.2 Purchaser shall reject the entire lot during the test at supplier's works, if the temperature rise<br />

exceeds the specified values.<br />

15.3 Purchaser shall reject any transformer during the test at supplier's works, if the impedance<br />

values differ from the guaranteed values including tolerance.<br />

16. INSULATION MATERIAL:<br />

16.1 Electrical grade insulation epoxy dotted Kraft Paper/Nomex and pressboard of standard make or any<br />

other superior material subject to approval of the purchaser shall be used.<br />

17. TANK<br />

16.2 All spacers, axial wedges / runners used in windings shall be made of pre-compressed Pressboardsolid,<br />

conforming to type B 3.1 of IEC 641-3-2. In case of cross-over coil winding of HV all spacers<br />

shall be properly sheared and dovetail punched to ensure proper locking. All axial wedges / runners<br />

shall be properly milled to dovetail shape so that they pass through the designed spacers freely.<br />

Insulation shearing, cutting, milling and punching operations shall be carried out in such a way, that<br />

there should not be any burr and dimensional variations.<br />

17.1 The internal clearance of tank shall be such, that it shall facilitate easy lifting of core with coils from<br />

the tank without dismantling LV bushings.<br />

17.2 All joints of tank and fittings shall be oil tight and no bulging should occur during service.<br />

17.3 Inside of tank shall be painted with varnish/hot oil resistant paint.<br />

17.4 The top cover of the tank shall be slightly sloping to drain rain water.<br />

17.5 The tank plate and the lifting lugs shall be of such strength that the complete transformer filled with<br />

oil may be lifted by means of lifting shackle.<br />

17.6 Manufacturer should carry out all welding operations as per the relevant ASME standards and submit<br />

a copy of the welding procedure and welder performance qualification certificates to the customer.<br />

17.2 PLAIN TANK:<br />

17.2.1 The transformer tank shall be of robust construction rectangular/octagonal/round/ elliptical in shape<br />

and shall be built up of electrically tested welded mild steel plates of thickness of 5.00 mm for the<br />

bottom and top and not less than 3.15 mm for the sides for distribution transformers upto and<br />

including 100 kVA.<br />

No negative tolerance than the above prescribed limits in the tank<br />

thickness shall be allowed.<br />

17.2.2 In case of transformers of 100 kVA and below, there shall be no joints at corners and there shall not<br />

be more than 2 joints in total.<br />

17.2.3 Under operating conditions the pressure generated inside the tank should not exceed 0.4 kg/ sq. cm<br />

20


positive or negative. There must be sufficient space from the core to the top cover to take care of oil<br />

expansion. The space above oil level in the tank shall be filled with dry air or nitrogen conforming to<br />

commercial grade of IS 1747.<br />

17.2.4 The tank shall be reinforced by welded flats on all the outside walls on the edge of the tank.<br />

17.2.5 Permanent deflection: The permanent deflection, when the tank without oil is subjected to a vacuum<br />

of 525 mm of mercury for rectangular tank and 760 mm of mercury for round tank, shall not be more<br />

than the values as given below:<br />

Horizontal length of flat plate<br />

Permanent deflection<br />

(All figures in mm)<br />

Up to and including 750 5.0<br />

751 to 1250 6.5<br />

1251 to 1750 8.0<br />

1751 to 2000 9.5<br />

2001 to 2250 11.0<br />

2251 to 2500 12.0<br />

2501 to 3000 16.0<br />

Above 3000 19.0<br />

17.2.6 The tank shall further be capable of withstanding a pressure of 0.8 kg/ sq.cm (g) and a vacuum of<br />

0.7 kg/sq.cm (g) without any deformation.<br />

17.2.7 The radiators can be tube type or fin type or pressed steel type to achieve the desired cooling to<br />

limit the specified temperature rise.<br />

18 CONSERVATOR:<br />

18.1 The conservator shall be provided on transformers of rating 63 kVA and above for plain tank.<br />

18.2 When a conservator is provided, oil gauge and the plain or dehydrating breathing device shall be<br />

fitted to the conservator which shall also be provided with a drain plug and a filling hole [32 mm<br />

(1%")] normal size thread with cover. In addition, the cover of the main tank shall be provided<br />

with an air release plug.<br />

18.3 The dehydrating agent shall be silica gel. The moisture absorption shall be indicated by a change<br />

in the colour of the silica gel crystals which should be easily visible from a distance. Volume of<br />

breather shall be suitable for 500g of silica gel conforming to IS 3401 for transformers upto 200<br />

kVA.<br />

18.4 The capacity of a conservator tank shall be designed keeping in view the total quantity of oil and<br />

its contraction and expansion due to temperature variations. The total volume of conservator shall<br />

be such as to contain 10% quantity of the oil. Normally 3% quantity the oil shall be contained in<br />

the conservator.<br />

18.5 The cover of main tank shall be provided with an air release plug to enable air trapped within to be<br />

released, unless the conservator is so located as to eliminate the possibility of air being trapped<br />

within the main tank.<br />

18.6 The inside diameter of the pipe connecting the conservator to the main tank should be within 20 to<br />

21


50 mm and it should be projected into the conservator so that its end is approximately 20 mm<br />

above the bottom of the conservator so as to create a sump for collection of impurities. The<br />

minimum oil level (corresponding to -5 °C) should be above the sump level.<br />

19 SURFACE PREPARATION AND PAINTING:<br />

19.1 GENERAL<br />

19.1.1 All paints, when applied in a normal full coat, shall be free from runs, sags, wrinkles, patchiness,<br />

brush marks or other defects.<br />

19.1.2 All primers shall'be well marked into the surface, particularly in areas where painting is evident<br />

and the first priming coat shall be applied as soon as possible after cleaning. The paint shall be<br />

applied by airless spray" according to manufacturer's recommendations. However, where ever<br />

airless spray is not possible, conventional spray be used with prior approval of purchaser.<br />

19.2 CLEANING AND SURFACE PREPARATION:<br />

19.2.1 After all machining, forming and welding has been completed, all steel work surfaces shall be<br />

thoroughly cleaned of rust, scale, welding slag or spatter and other contamination prior to any<br />

painting.<br />

19.2.2 Steel surfaces shall be prepared by shot blast cleaning (IS9954) to grade Sq. 2.5 of ISO 8501 -1 or<br />

chemical cleaning including phosphating of the appropriate quality (IS 3618).<br />

19.2.3 Chipping, scraping and steel wire brushing using manual or power driven tools cannot remove<br />

firmly adherent mill-scale. These methods shall only be used where blast cleaning is impractical.<br />

Manufacturer to clearly explain such areas in his technical offer<br />

19.3 PROTECTIVE COATING:<br />

19.3.1 As soon as all items have been cleaned and within four hours of the subsequent drying, they shall<br />

be given suitable anti-corrosion protection.<br />

19.4 PAINT MATERIAL:<br />

19.4.1 Following are the types of paint which may be suitably used for the items to be painted at shop and<br />

supply of matching paint to site:<br />

Heat resistant paint (Hot oil proof) for inside surface<br />

19.4.2 For external surfaces one coat of thermo setting powder paint or one coat of epoxy primer<br />

followed by two coats of synthetic enamel/polyurethene base paint. These paints can be either air<br />

drying or stoving.<br />

19.4.3 For highly polluted areas, chemical atmosphere or for places very near to the sea coast, paint as<br />

above with one coat of high build Micaceous iron oxide (MIO) as an intermediate coat may be<br />

used.<br />

19.5 PAINTING PROCEDURE:<br />

19.5.1 All prepared steel surfaces should be primed before visible re-rusting occurs or within 4 hours,<br />

whichever is sooner. Chemical treated steel surfaces shall be primed as soon as the surface is dry<br />

and while the surface is still warm.<br />

19.5.2 Where the quality of film is impaired by excess film thickness (wrinkling, mud cracking or general<br />

softness) the supplier shall remove the unsatisfactory paint coating and apply another coating. As a<br />

general rule, dry film thickness should not exceed the specified minimum dry film thickens by<br />

more than 25%.<br />

22


19.6 DAMAGED PAINTWORK:<br />

19.6.1 Any damage occurring to any part of a painting scheme shall be made good to the same standard<br />

of corrosion protection and appearance as that was originally applied.<br />

19.6.2 Any damaged paint work shall be made good as follows:<br />

19.6.2.1 The damaged area, together with an area extending 25 mm around its boundary, shall be cleaned<br />

down to bare metal.<br />

19.6.2.2 A priming coat shall be immediately applied, followed by a full paint finish equal to that originally<br />

applied and extending 50 mm around the perimeter of the original damage.<br />

19.6.2.3 The repainted surface shall present a smooth surface. This shall be obtained by carefully<br />

chamfering the paint edges before and after priming.<br />

19.7 DRY FILM THICKNESS:<br />

19.7.1 To the maximum extent practicable the coats shall be applied as a continuous film of uniform<br />

thickness and free of pores. Overspray, skips, runs, sags and drips should be avoided. The different<br />

coats may or may not be of the same colour.<br />

19.7.2 Each coat of paint shall be allowed to harden before the next is applied as per manufacturer's<br />

recommendation.<br />

19.7.3 Particular attention must be paid to full film thickness at the edges.<br />

19.7.4 The requirements for the dry film thickness (DFT) of paint and the materials to be used shall be as<br />

given below:<br />

SI. No. Paint type Area to be painted No. of<br />

coats<br />

Total dry film<br />

thickness (min.)<br />

(microns)<br />

1. Thermo setting powder paint inside outside 01 01 30 60<br />

2.<br />

Liquid paint<br />

a) Epoxy (primer) outside 01 30<br />

b) P.U. Paint (Finish coat) outside 02 25 each<br />

c) Hot oil paint/ Varnish inside 01 35/10<br />

19.8 TESTS FOR PAINTED SURFACE:<br />

19.8.1 The painted surface shall be tested for paint thickness.<br />

19.8.2 The painted surface shall pass the cross hatch adhesion test and impact test as acceptance tests and<br />

Salt spray test and Hardness test as type test as per the relevant ASTM standards.<br />

Note Supplier shall guarantee the painting performance requirement for a period of not less than 5 year<br />

20 BUSHINGS:<br />

20.1 The bushings shall conform to the relevant standards specified and shall be of outdoor type. The<br />

bushing rods and nuts shall be made of brass material 12 mm diameter for both HT and LT<br />

bushings. The bushings shall be fixed to the transformers on side with straight pockets and in the<br />

same plane or the top cover for transformers above 100 KVA.. For transformers of 100 kVA and<br />

below the bushing can be mounted on pipes. The tests as per latest IS 2099 and IS 7421' shall be<br />

conducted on the transformer bushings.<br />

20.2 For 11 kV, 17.5 kV class bushings and for 0.433 kV, 1.1 kV class bushings shall be used.<br />

20.3 Bushing can be of porcelain/epoxy material. Polymer insulator bushings conforming with relevant I<br />

EC can also be used.<br />

20.4 Bushings of plain shades as per IS 3347 shall be mounted on the side of the Tank / on top cover.<br />

23


20.5 Dimensions of the bushings of the voltage class shall conform to the Standards specified and<br />

dimension of clamping arrangement shall be as per IS 4257<br />

20.6 Minimum external phase to phase and phase to earth clearances of bushing terminals shall be as follows:<br />

Voltage<br />

Clearance<br />

Phase to phase<br />

Phase to earth<br />

11 kV 255 mm 140 mm<br />

LV 75 mm 40 mm<br />

20.7 Arcing horns shall be provided on HV bushings.<br />

20.8 Brazing of all inter connections, jumpers from winding to bushing shall have cross section larger<br />

than the winding conductor. All the Brazes shall be qualified as per ASME, section - IX.<br />

20.9 The bushings shall be of reputed make supplied by those manufacturers who are having<br />

manufacturing and testing facilities for insulators.<br />

20.10 The terminal arrangement shall not require a separate oil chamber not connected to oil in the main<br />

tank.<br />

21 TERMINAL CONNECTORS:<br />

21.1 The LV and HV bushing stems with provision of CSP/protective features as stipulated in cl # 27<br />

& 28 of technical specification shall be provided with suitable terminal connectors as per IS 5082<br />

so as to connect the jumper without disturbing the bushing stem. Connectors shall be with eye<br />

bolts so as to receive conductor for HV. Terminal connectors shall be type tested as per IS 5561.<br />

22 LIGHTNING ARRESTORS:<br />

22.1 9 kV, 5 kA metal oxide lightning arresters of reputed make conforming to IS 3070 Part-Ill, one<br />

number per phase shall be provided.(To be fitted under the HV bushing with Gl earth strip 25x4<br />

mm connected to the body of the transformer with necessary clamping arrangement) Lightening<br />

arrestors with polymer insulators in conformance with relevant IEC can also be used.<br />

23 TERMINAL MARKINGS:<br />

23.1 High voltage phase windings shall be marked both in the terminal boards inside the tank and on<br />

the outside with capital letter 1U, 1V, 1W and low voltage winding for the same phase marked by<br />

corresponding small letter 2u, 2v, 2w. The neutral point terminal shall be indicated by the letter<br />

2n. Neutral terminal is to be brought out and connected to local grounding terminal by an earthing<br />

strip.<br />

24 FITTINGS:<br />

24.1 The following standard fittings shall be provided :<br />

i Rating and terminal marking plates, non-detachable.<br />

ii Earthing terminals with lugs - 2 Nos.<br />

iii Lifting lugs for main tank and top cover<br />

iv Terminal connectors on the HV/LV bushings (For bare terminations only).<br />

v Thermometer pocket with cap -1 No.<br />

vi Air release device<br />

vii HV bushings - 3 Nos.<br />

viii LV bushings - 4 Nos<br />

24


ix<br />

x<br />

xi<br />

xii<br />

xiii<br />

xiv<br />

xv<br />

xvi<br />

xvii<br />

xviii<br />

xix<br />

Pulling lugs<br />

Stiffener<br />

Radiators - Number. and length may be mentioned (as per heat dissipation calculations)/<br />

corrugations.<br />

9 kV, 5 kA lightning arresters on HT side - 3 No.<br />

Prismatic oil level gauge,<br />

Drain cum sampling valve,<br />

Top filter valve<br />

Oil filling hole having p. 1 - %" thread with plug and drain plug on the conservator.<br />

Silica gel breather<br />

Base channel 75x40 mm for up to 100 kVA, 460 mm long with holes to make them suitable for<br />

fixing on a platform or plinth.<br />

Pressure relief device or explosion vent.<br />

25 FASTENERS:<br />

25.1 All bolts, studs, screw threads, pipe threads, bolt heads and nuts shall comply with the appropriate<br />

Indian Standards for metric threads, or the technical equivalent.<br />

25.2 Bolts or studs shall not be less than 6 mm in diameter except when used for small wiring<br />

terminals.<br />

25.3 All nuts and pins shall be adequately locked.<br />

25.4 Wherever possible bolts shall be fitted in such a manner that in the event of failure of locking<br />

resulting in the nuts working loose and falling off, the bolt will remain in position.<br />

25.5 All ferrous bolts, nuts and washers placed in outdoor positions shall be treated to prevent<br />

corrosion, by hot dip galvanising, except high tensile steel bolts and spring washers which shall<br />

be electro-galvanised / plated. Appropriate precautions shall be taken to prevent electrolytic<br />

action between dissimilar metals.<br />

25.6 Each bolt or stud shall project at least one thread but not more than three threads through the nut,<br />

except when otherwise approved for terminal board studs or relay stems. If bolts and nuts are<br />

placed so that they are inaccessible by means of ordinary spanners, special spanners shall be<br />

provided.<br />

25.7 The length of the screwed portion of the bolts shall be such that no screw thread may form part of<br />

a shear plane between members.<br />

25.8 Taper washers shall be provided where necessary.<br />

25.9 Protective washers of suitable material shall be provided front and back of the securing screws.<br />

26 OVERLOAD CAPACITY<br />

26.1 The transformers shall be suitable for loading as per IS 6600.<br />

27 COMPLETELY SELF PROTECTED (CSP) TRANSFORMERS:<br />

27.1 CSP transformer is to be provided for ratings up to 200 kVA<br />

28 PROTECTION FEATURES:<br />

28.1 External Weather proof HV fuse on the HV side of transformer.<br />

28.1.1 The fuse is mounted normally inside of the primary bushing for the three phases and is connected<br />

to the high voltage winding through a terminal block. This has to protect that part of the electrical<br />

distribution system which is ahead of the distribution transformers from faults which occur inside<br />

25


the distribution transformer i.e., either in the windings or some other part of the transformer. It<br />

shall be ensured that this fuse does not blow for faults on the secondary side (LT side) of the<br />

transformer i.e., the blowing characteristics of the fuse and LT breaker shall be so coordinated<br />

such that the fuse shall not blow for any faults on the secondary side of the transformer beyond<br />

LT breakers and those faults shall be cleared by the LT breaker only.<br />

28.2 Externally weather proof Mounted LT Breaker on the LV Side of the Transformer:<br />

28.2.1 3 Pole LT circuit breaker: All LT faults after the breaker shall be cleared by this breaker. As such<br />

it shall be designed for perfect coordination with the HT fuse link. The bidder shall furnish the<br />

time / current characteristics of LT circuit breaker and 11 kV fuses for various current<br />

multiples.<br />

28.2.2 The two characteristics shall be drawn on the same sheet to indicate coordination between the<br />

circuit breaker and fuse. The bidder shall carry out coordination test as indicated above and this<br />

forms one of the tests for acceptance test.<br />

28.2.3 The breaker shall be coordinated thermally with the transformer design to follow closely the<br />

variations of oil temperature due to fluctuating loads and ambient temperatures.<br />

28.2.4 Arrangements shall be provided to enable the circuit breaker to be closed and opened<br />

manually standing on ground.<br />

28.2.5 The cross section of the current carrying parts of the breaker shall withstand the full load current<br />

at a current density not more than 2.5 A/sq. mm (for additional mechanical strength the area<br />

should be more).<br />

28.2.6 Rated short circuit breaking capacity of the breaker shall not be less than 2.5 kA. The circuit<br />

breaker shall confirm to IS 13947.<br />

29 LOAD MANAGEMENT SIGNAL LIGHT:<br />

29.1 A signal light shall be provided to give information about the loading condition of the<br />

transformer. It shall forewarn any overloading problem at the installation such that replacement of<br />

the existing transformer with a higher capacity transformer can be planned. The signal light<br />

mechanism shall not reset itself when the load drops from the overloaded condition. The signal<br />

light shall remain lighted once the signal light contacts close due to overload and can be turned<br />

off by manual operation. (The signal light shall not give indication for momentary overloading).<br />

Loading indication shall be available in adjustable steps of 10% starting from 70% to 110%<br />

30 LIGHTNING ARRESTORS:<br />

30.1 9 kV, 5 kA metal oxide lightning arrestors Distribution class type of reputed make as per relevant<br />

standard, one number per phase shall be provided to be fitted under the HV bushing with Gl earth<br />

strip 25x4 mm connected to the body of the transformer with necessary clamping arrangement.<br />

26


31 TESTS:<br />

31.1 All the equipment offered shall be fully type tested 'by the bidder or his collaborator as per the<br />

relevant standards including the additional type tests. The type test must have been conducted on<br />

a transformer of same design at the time of bidding. The bidder shall furnish two sets of type test<br />

reports along with the offer. Offers without type test reports will be treated as non-responsive.<br />

31.2 Special tests other than type and routine tests, as agreed between purchaser and bidder shall also<br />

be carried out as per the relevant standards<br />

31.3 The requirements of site tests are also given in this clause.<br />

31.4 The test certificates for a!! routine and type tests for the transformers and also for the bushings<br />

and transformer oil shall be submitted with the bid.<br />

31.5 The procedure for testing shall be in accordance with IS1180/2026 as the case may be except for<br />

temperature rise test.<br />

31.6 Before despatch each of the completely assembled transformers shall be subjected to the routine<br />

tests at the manufacturer's works.<br />

32 ROUTINE TESTS<br />

32.1 Ratio, polarity, phase sequence and vector group.<br />

32.2 No Load current and losses at service voltage and normal frequency.<br />

32.3 Load losses at rated current and normal frequency<br />

32.4 Impedance voltage test.<br />

32.5 Resistance of windings at each tap, cold (at or near the test bed temperature).<br />

32.6 Insulation resistance.<br />

32.7 Induced over voltage withstand test.<br />

32.8 Separate source voltage withstand test.<br />

32.9 Neutral current measurement-The value of zero sequence current in the neutral of the star winding<br />

shall not be more than 2% of the full load current.<br />

32.10 Oil samples (one sample per lot) to comply with IS 1866.<br />

32.11 Measurement of no load losses and magnetizing current at rated frequency and 90%, 100% and<br />

110% rated voltage.<br />

32.12 Pressure and vacuum test for checking the deflection.<br />

33 TYPE TESTS<br />

33.1 (i) Tenderers must submit attested / certified copy of complete volume of type test certificates<br />

(short ckt & Lightning Impulse withstand voltage test) as per relevant ISS issued from CPRI /<br />

ERDA, Vadodara / National Test House Govt. of India, only for the tendered item, failing which<br />

the tender shall be rejected. The copy of test certificates must , contain approved drawings, test<br />

report no & date, name of test, name of material, rating transformer serial no etc.<br />

(ii)<br />

The submitted type-test reports must be in conformity to the technical specification of this<br />

NIT, failing which, offer will be rejected.<br />

(iii)<br />

Specification of the offered transformer (GTP) must conform the specification of the NIT,<br />

failing which the offer will be rejected.<br />

(iv)<br />

If the offered item [Guaranteed Technical Particulars (GTP)] is not proto-type of type<br />

tested design but conforming the technical specification of NIT, then one unit will randomly be<br />

selected and sealed by the Inspecting Authority of JSEB, at the time of pre-despatch inspection,<br />

from the manufactured and offered lot and the tenderer would have to get this unit type tested<br />

afresh at CPRI at his own cost. In such case 90% (ninety percent) payment of ordered value shall<br />

be made and balance 10% (ten percent) payment shall be released after submission of successful<br />

type test reports. If offered item is proto type of type tested design, fresh type test is not required.<br />

33.2 In addition to the above type tests following additional tests may be conducted at CPRI, if Board<br />

desires, to do so, at the cost of the supplier.<br />

a. Temperature rise test for determining the maximum temperature rise after continuous full load<br />

run. The ambient temperature and time of test should be stated in the test certificate<br />

27


. Air Pressure Test: As per IS - 1180.<br />

c. Magnetic Balance Test.<br />

d. Un-balanced current test: The value of unbalanced current indicated by the ammeter shall not be<br />

more than 2% of the full load current.<br />

e. Noise-level measurement.<br />

f. Measurement of zero-phase sequence impedance<br />

g. Measurement of Harmonics of no-load current for vacuum shall be tested at an internal pressure<br />

of 0.35 kg per sq cm absolute (250 mm of Hg) for one hour. The permanent deflection of flat<br />

plates after the vacuum has been released shall not exceed the values specified below:<br />

Horizontal length of flat plate (in mm)<br />

Permanent deflection (in mm)<br />

Upto and including 750 5.0<br />

751 to 1250 6.5<br />

1251 to 1750 8.0<br />

1751 to 2000 9.5<br />

2001 to 2250 11.0<br />

2251 to 2500 12.0<br />

2501 to 3000 16.0<br />

Above 3000 19.0<br />

h. Transformer tank together with its radiator and other fittings shall be subjected to pressure<br />

corresponding to twice the normal pressure or 0.35 kg / sq.cm which ever is lower, measured at the<br />

base of the tank and maintained for an hour. The permanent deflection of the flat plates after the<br />

excess pressure has been released, shall not exceed the figures for vacuum test.<br />

i. Pressure relief device test: The pressure relief device shall be subject to increasing fluid pressure. It<br />

shall operate before reaching the test pressure as specified in the above class. The operating<br />

pressure shall be recorded. The device shall seal-off after the excess pressure has been released.<br />

j. It may also be noted that the purchaser reserves the right to conduct short circuit test and impulse<br />

voltage withstand test in accordance with the IS, afresh on each ordered rating at purchaser cost,<br />

even if the transformers of the same rating and similar design are already tested. This test shall be<br />

carried out on a transformer to be selected by the purchaser either at the manufacturer's works when<br />

they are offered in a lot for supply or randomly from the supplies already made to purchaser's<br />

stores. The findings and conclusions of these tests shall be binding on the supplier.<br />

34. ACCEPTANCE TESTS:<br />

34.1 At least 10% transformers of the offered lot (minimum of one) shall be subjected to the following<br />

routine/ acceptance test in presence of purchaser's representative at the place of manufacture before<br />

dispatch without any extra charges. The testing shall be carried out in accordance with 18:1180 and<br />

IS:2026.<br />

34.2 Checking of weights, dimensions, fitting and accessories, tank sheet thickness, oil quality, material,<br />

finish and workmanship as per GTP and contract drawings.<br />

34.3 Physical verification of core coil assembly and measurement of flux density of one unit of each<br />

rating, in every inspection with reference to short circuit test report<br />

34.4 Temperature rise test on one unit of the total ordered quantity<br />

35 TESTS AT SITE:<br />

28


The purchaser reserves the right to conduct all tests on transformer after arrival at site and the<br />

manufacturer shall guarantee test certificate figures under actual service conditions.<br />

36. INSPECTION:<br />

36.1 In respect of raw material such as core stampings, winding conductors, insulating paper and oil,<br />

supplier shall use materials manufactured/supplied by standard manufacturers and furnish the<br />

manufacturers' test certificate as well as the proof of purchase from these manufacturers (excise<br />

gate pass) for information of the purchaser. The bidder shall furnish following documents along<br />

with their offer in respect of the raw materials:<br />

i. Invoice of supplier.<br />

ii.<br />

iii.<br />

iv.<br />

Mill's certificate<br />

Packing list.<br />

Bill of landing,<br />

v. Bill of entry certificate by custom.<br />

37 INSPECTION AND TESTING OF TRANSFORMER OIL:<br />

37.1 To ascertain the quality of the transformer oil, the original manufacturer's tests report should be<br />

submitted at the time of inspection. Arrangements should also be made for testing of transformer<br />

oil, after taking out the sample from the manufactured transformers and tested in the presence of<br />

purchaser's representative.<br />

37.2 To ensure about the quality of transformers, the inspection shall be carried out by the purchaser's<br />

representative at following two stages:-<br />

37.2.1 Online anytime during receipt of raw material and manufacture/ assembly whenever the purchaser<br />

desires.<br />

37.2.2 At finished stage i.e. transformers are fully assembled and are ready for despatch.<br />

37.3 The stage inspection may be carried out ,if Board, desires to do so.<br />

37.4 After the main raw-material i.e. core and coil material and tanks are arranged and transformers are<br />

taken for production on shop floor and a few assembly have been completed, the firm shall intimate<br />

the purchaser in this regard, so that an officer for carrying out such inspection could be deputed, as<br />

far as possible within seven days from the date of intimation. During the stage inspection a few<br />

assembled core shall be dismantled (only in case of CRGO material) to ensure that the CRGO<br />

laminations used are of good quality. Further, as and when the transformers are ready for despatch,<br />

an offer intimating about the readiness of transformers, for final inspection for carrying out tests as<br />

per relevant IS shall be sent by the firm along with Routine Test Certificates. The inspection shall<br />

normally be arranged by the purchaser at the earliest after receipt of offer for pre-delivery<br />

inspection. The proforma for pre delivery inspection of Distribution transformers is placed at<br />

Annex- ‘K’.<br />

37.5 In case of any defect/defective workmanship observed at any stage by the purchaser's Inspecting<br />

Officer, the same shall be pointed out to the firm in writing for taking remedial measures. Further<br />

processing should only be done after clearance from the Inspecting Officer/ purchaser.<br />

37.6 All tests and inspection shall be carried out at the place of manufacture unless otherwise<br />

specifically agreed upon by the manufacturer .and purchaser at the time of purchase. The<br />

manufacturer shall offer the Inspector representing the Purchaser all reasonable facilities, without<br />

charges, to satisfy him that the material is being supplied in accordance with this specification. This<br />

will include Stage Inspection during manufacturing stage as well as Active Part Inspection during<br />

29


Acceptance Tests.<br />

37.7 The manufacturer shall provide all services to establish and maintain quality of workman ship in his<br />

works and that of his sub-contractors to ensure the mechanical /electrical performance of<br />

components, compliance with drawings, identification and acceptability of all materials, parts and<br />

equipment as per latest quality standards of ISO 9000.<br />

37.8 Purchaser shall have every right to appoint a third party inspection to carryout the inspection<br />

process.<br />

37.9 The purchaser has the right to have the test carried out at his own cost by an independent agency<br />

wherever there is a dispute regarding the quality supplied. Purchaser has right to test 1 % of the<br />

supply selected either from the stores or field to check the quality of the product. In case of any<br />

deviation purchaser have every right to reject the entire lot or penalize the manufacturer, which may<br />

lead to blacklisting, among other things.<br />

38. QUALITY ASSURANCE PLAN:<br />

38.1 The bidder shall invariably furnish following information along with his bid, failing which his bid<br />

shall be liable for rejection. Information shall be separately given for individual type of equipment<br />

offered.<br />

38.2 Statement giving list of important raw materials, names of sub-suppliers for the raw materials, list<br />

of standards according to which the raw materials are tested, list of tests normally carried out on<br />

raw materials in the presence of bidder's representative, copies of test certificates.<br />

38.3 Information and copies of test certificates as above in respect of bought out accessories.<br />

38.4 List of manufacturing facilities available.<br />

38.5 Level of automation achieved and list of areas where manual processing exists.<br />

38.6 List of areas in manufacturing process, where stage inspections are normally carried out for quality<br />

control and details of such tests and inspection.<br />

38.7 List of testing equipment available with the bidder for final testing of equipment along with valid<br />

calibration reports. These shall be furnished with the bid. Manufacturer shall posses 0.1 accuracy<br />

class instruments for measurement of losses.<br />

38.8 Quality Assurance Plan (QAP) with hold points for purchaser's inspection.<br />

38.9 The successful bidder shall within 30 days of placement of order, submit following information to<br />

the purchaser:<br />

38.9.1 List of raw materials as well as bought out accessories and the names of sub-suppliers selected from<br />

those furnished along with offer.<br />

38.9.2 Type test certificates of the raw materials and bought out accessories.<br />

38.9.3 The successful bidder shall submit the routine test certificates of bought out accessories and central<br />

excise passes for raw material at the time of routine testing.<br />

30


39. DOCUMENTATION:<br />

39.1 The bidder shall furnish along with the bid the dimensional drawings of the items offered indicating<br />

all the fittings.<br />

39.2 Overall Dimensional tolerances.<br />

39.3 Weight of individual components and total weight.<br />

39.4 An outline drawing front (both primary and secondary sides) and end-elevation and plan of the tank<br />

and terminal gear, wherein the principal dimensions shall be given.<br />

39.5 Typical general arrangement drawings of the windings with the details of the insulation at each<br />

point and core construction of transformer.<br />

39.6 Typical general arrangement drawing showing both primary and secondary sides and end-elevation<br />

and plan of the transformer.<br />

40. PACKING AND FORWARDING:<br />

41.1 The packing shall be done as per the manufacturer's standard practice. However, it should be<br />

ensured that the packing is such that, the material would not get damaged during transit by Rail /<br />

Road / Sea.<br />

41.2 The marking on each package shall be as per the relevant IS.<br />

41. GUARANTEE:<br />

41.1 The manufacturers of the transformer shall provide a guarantee of 30 months from the date of<br />

receipt at the stores of the Utility or 24 months from the date of commissioning, whichever is<br />

earlier. In case the distribution transformer fails within the guarantee period the purchaser will<br />

immediately inform the supplier who shall take back the failed DT within 15 days from the date of<br />

the intimation at his own cost and replace/repair the transformer within forty five days of date of<br />

intimation with a roll over guarantee.<br />

41.2 The outage period i.e. period from the date of failure till unit is repaired/ replaced shall not be<br />

counted for arriving at the guarantee period.<br />

41.3 In the event of the supplier's inability to adhere to the aforesaid provisions, suitable penal action<br />

will be taken against the supplier which may inter alia include blacklisting of the firm for future<br />

business with the purchaser for a certain period.<br />

42 SCHEDULES:<br />

42.1 The bidder shall fill in the following schedule which will be part of the offer. If the schedule are not<br />

submitted duly filled in with the offer, the offer shall be liable for rejection.<br />

Annexure-‘C’<br />

Annexure- ‘F’<br />

43 DEVIATIONS :<br />

: In the Schedule of Deviations clause of techno – commercial part-I.<br />

: Schedule of Deviation<br />

43.1 The bidders are not allowed to deviate from the principal requirements of the Specifications.<br />

However, the bidder is required to submit with his bid in the relevant schedule a detailed list of all<br />

deviations without any ambiguity. In the absence of a deviation list in the deviation schedules, it is<br />

understood that such bid conforms to the bid specifications and no post-bid negotiations shall take<br />

place in this regard.<br />

43.2 The discrepancies, if any, between the specification and the catalogues and / or literatures submitted<br />

as part of the offer by the bidders, shall not be considered and representations in this regard shall<br />

not be entertained.<br />

43.2 If it is observed that there are deviations in the offer in guaranteed technical particulars other than<br />

those specified in the deviation schedules then such deviations shall be treated as deviations.<br />

43.4 All the schedules shall be prepared by vendor and are to be enclosed with the bid.<br />

44. Label design, manner of display of Star rating in the Distribution Transformer<br />

44.1 Material of the lable shall be non detachable weather proof type. The Design of the Label, manner<br />

of display of label and its colour scheme will be in accordance with the notification of Bureau of<br />

Energy Efficiency, New Delhi.<br />

Electrical Superintending Engineer (purchase)<br />

JSEB, Ranchi<br />

31


<strong>JHARKHAND</strong> <strong>STATE</strong> <strong>ELECTRICITY</strong> <strong>BOARD</strong><br />

ENGINEERING BUILDING, HEC, DHURWA, RANCHI-4<br />

FAX NO. 0651 – 2400799<br />

Annexure – ‘C’<br />

Tender Proforma for Part – I (Technical & Commercial)<br />

NIT No. /JSEB/PR/11-12 Due Date of opening of part-I 24.06.2011<br />

Sl.no. Parameters Bidders particulars Page no.-<br />

1. Name & Full address of the tenderer : of tender documents<br />

With Tele.no…………… fax no……..<br />

2. Name of Materials :<br />

3. Name of Manufacturer :<br />

4. Quantity offered :<br />

5. Whether the F.O.R. destination price has :<br />

been quoted giving freight element<br />

6. Whether quoted price is FIRM :<br />

7. Delivery period :<br />

8. Validity of the offer :<br />

(it should not be less than 90 days)<br />

9. Acceptance of the terms of payment :<br />

10. Acceptance of terms of security deposit :<br />

11. Details of deviation from the tender :<br />

Specification, if any<br />

12. Acceptance of the technical specification of :<br />

the materials for which offer is<br />

13. Guaranteed performance particulars :<br />

(copies of performance & Purchase order<br />

certificates should be attached)<br />

14. Guarantee :<br />

15. Acceptance of penalty clause :<br />

16. Particulars of payment made for Purchase of :<br />

BOQ and specification (Money receipt No.<br />

& date should be quoted)<br />

17. Amount of earnest money paid with money :<br />

receipt No. & Date<br />

32


18. Whether the firm is registered SSI unit of :<br />

Jharkhand or registered with NSIC/ DGS & D<br />

(give details of Registration etc. along with<br />

photo State copy of certificate.)<br />

19. Name of place where the materials will be :<br />

manufactured and will be available for<br />

inspection by the Board’s representative<br />

20. Whether Sales Tax<br />

clearance certificate submitted : Yes / No<br />

21. Sales Tax Registration No. :<br />

22. Whether proof of financial capability : Yes / No<br />

Submitted<br />

23. Details of past performance<br />

i) Whether list of past POs executed : Yes / No<br />

submitted<br />

ii) Whether copies of past Pos : Yes / No<br />

submitted<br />

iii) Whether copies of : Yes / No<br />

performance certificate enclosed<br />

24. Re-inspection charges supplied : Yes/No<br />

25. List of enclosures :<br />

26. Whether type-test report submitted : Type –test report no.<br />

27. Annual turn over as on 31.03.2010 :<br />

28. Whether, enrollment certificate of Bureau<br />

of Energy Efficiency for manufacturing of<br />

03 (three) star 63 kVA distribution<br />

transformer valid on due date of tender is<br />

submitted. :<br />

29. Whether bidder is accepting clause No. 27<br />

(quality control) of General Terms and<br />

conditions of NIT :<br />

30 Whether bidder is accepting clause No. 33<br />

(Extension order) of General Terms and<br />

conditions of NIT :<br />

31. Remarks :<br />

Signature of tenderer with full name<br />

Designation:……………………….<br />

Note: Must be filled in Board’s proforma only,<br />

Otherwise offer may be liable for rejection.<br />

Seal:………………………………..<br />

33


<strong>JHARKHAND</strong> <strong>STATE</strong> <strong>ELECTRICITY</strong> <strong>BOARD</strong><br />

ENGINEERING BUILDING, HEC, DHURWA, RANCHI-4<br />

FAX NO. 0651 – 2400799<br />

Annexure – ‘D’<br />

TENDER PERFORMA FOR PART – II (PRICE BID)<br />

NIT No. /JSEB/PR/11-12 Due Date of opening of part-I 24.06.2011<br />

1. Name & Full address of the tenderer :<br />

2. Name of Manufacturer :<br />

3. Name of Materials :<br />

4. Tender notice no. with due date :<br />

5. Quantity offered :<br />

6. Whether quoted price is firm : YES<br />

7. Unit Landed price Breakup :<br />

a–i) Ex-factory price of transformer<br />

Ex-works price shall be quoted after<br />

considering benefit under MODVAT<br />

or any other scheme to be retained by<br />

the supplier<br />

a- ii) Ex-works price of Lightning Arresters<br />

a-iii) Ex-works price of CSP<br />

(completely self protected) :<br />

b) Excise duty<br />

c) VAT / CST<br />

d) Freight<br />

(including loading, unloading at stores,:<br />

packing forwarding etc.)<br />

e) Other charges, if any :<br />

f) Entry tax, if applicable :<br />

g) Insurance – will be arrangement by the Board<br />

8. Discount, if any<br />

(Conditional discount will not be accepted)<br />

9. Total landed price<br />

10. Remarks: Must be filled in Board’s proforma only,<br />

Failing which offer may be liable for rejection.<br />

Signature of tenderer with full name<br />

Designation:……………………….<br />

Seal:………………………………..<br />

34


<strong>JHARKHAND</strong> <strong>STATE</strong> <strong>ELECTRICITY</strong> <strong>BOARD</strong><br />

ENGINEERING BUILDING, HEC, DHURWA, RANCHI-4<br />

FAX NO. 0651 – 2400151<br />

Annexure ‘E’<br />

NIT No. /JSEB/PR/11-12 Due Date of opening of part-I 24.06.2011<br />

GUARANTEED AND OTHER PARTICULARS FOR DISTRIBUTION<br />

TRANSFORMERS (63 kVA rating)<br />

Sl. No. Description To be filled by<br />

Bidder<br />

1. Make<br />

2. Name of Manufacturer<br />

3. Place of Manufacture<br />

4. Voltage Ratio<br />

5. Rating<br />

A. Rated output (KVA)<br />

B. Rated Voltage (HV)<br />

C. Rated Voltage (LV)<br />

D. Number of Phases<br />

E. Rated Frequency (Hz)<br />

F. Vector Group Symbol<br />

6. Core Material used and Grade:<br />

a. Flux density<br />

b. Over fluxing without saturation<br />

(Curve to be furnished by the Manufacturer in support of his claim)<br />

7. Maximum temperature rise of (without +ve tolerance)<br />

a) windings by resistance method<br />

b) Oil by thermometer<br />

8. Magnetising (no-load) current at:<br />

a) 90% Voltage<br />

b) 1 00% Voltage<br />

c) 110% Voltage<br />

9. Core loss in watts :<br />

a) Normal voltage<br />

b) Maximum voltage<br />

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

a. HV Winding (ohms)<br />

b. LV Winding (ohms)<br />

11. Full load losses (watts) at 75 °C (without +ve tolerance)<br />

12. Total Losses at 1 00% load at 75 °C (without +ve tolerance)<br />

35


13. Total Losses at 50% load at 75 °C (without +ve tolerance)<br />

14. Current density used for :<br />

a) HV Winding<br />

b) LV Winding<br />

15. Clearances : (mm)<br />

a) Core and LV<br />

b) LV and HV<br />

c) HV Phase to Phase<br />

d) End insulation clearance to earth<br />

e) Any point of winding to tank<br />

16. Efficiency at 75 °C :<br />

a) Unity P.P. and<br />

b) .0.8 P.P.<br />

1) 125% load<br />

2) 100% load<br />

3) 75% load<br />

4) 50% load<br />

5) 25% load<br />

17. Regulation at :<br />

a) Unity P.P.<br />

b) 0.8 P.P. at 75 °C<br />

18. % Impedance at 75 °C<br />

19. Flashiest:<br />

(i) HV 28 kV / 50 HZ for 1 minute<br />

(ii) LV 3 kV/50 Hz for 1 minute<br />

20. Over potential Test (Double Voltage and Double frequency<br />

for 1 minute)<br />

21. Impulse test<br />

22. Mass of : (kg)<br />

a) Core lamination (minimum)<br />

b) Windings (minimum)<br />

c) Tank and fittings<br />

d) Oil<br />

e) Oil quantity (minimum) (litre)<br />

f) Total weight (without –ve tolerance)<br />

23. Oil Data :<br />

1. Quantity for first filling (minimum) (litre)<br />

2. Grade of oil used<br />

3. Maker's name<br />

4. BDV at the time of filling<br />

24. Transformer:<br />

1) Overall length-x breadth x height (mm x mm x mm)<br />

2) Tank length x breadth x height<br />

3) Thickness of plates for (without–ve tolerance)<br />

a) Side plate (min)<br />

b) Top and bottom plate (min)<br />

4) Conservator Dimensions<br />

25. Radiation:<br />

1) Heat dissipation by tank walls excluding top and bottom<br />

2) Heat dissipation by cooling tube<br />

3) Diameter and thickness of cooling tube<br />

4) Whether calculation sheet for selecting cooling area to ensure that<br />

the transformer is capable of giving continuous rated output without<br />

36<br />

`


exceeding temperature rise is enclosed.<br />

26. Inter layer insulation provided in design for:<br />

1) Top and bottom layer<br />

2) In between all layer<br />

3) Details of end insulation<br />

4) Whether wedges are provided at 50% turns of the HV coil<br />

27. Insulation materials provided<br />

a) For Conductors<br />

(1) HV<br />

(2) LV<br />

b) Core<br />

28. Material and Size of the wire used<br />

1) HV Dia (mm) (SWG)<br />

2) LV<br />

a) Strip size<br />

b) No. of Conductors in parallel<br />

c) Total area of cross section (sq mm)<br />

29. Whether the name plate gives all particulars as required in Tender<br />

30. Particulars of bushings HV/LV<br />

1) Maker's name<br />

2) Type IS-3347/IS-2099/IS7421<br />

3) Rating as per IS<br />

4) Dry power frequency voltage withstand test<br />

5) Wet power frequency voltage withstand test<br />

31. Number of years for which the design offered has been in commercial<br />

use.<br />

32. Whether, painting performance requirement is guaranteed for a minimum<br />

period of 05 years from date of receipt of materials in store.<br />

33. Whether transformers have completely self protected and protective<br />

features, in accordance with Cl. # 27 and 28 of the GTP<br />

34 Whether transformer will have design of label, manner of display of label<br />

& it’s colour scheme as per cl # 44.1 of technical specification of NIT.<br />

35 Whether transformers will have load management signal light as per cl #<br />

29 & 29.1 of technical specification of NIT.<br />

Note:- GTP must be filled up by the bidders in the above Board’s proforma only, failing which<br />

offer shall be rejected.<br />

Signature of tenderer with full name<br />

Designation:……………………….<br />

Seal:………………………………..<br />

37


<strong>JHARKHAND</strong> <strong>STATE</strong> <strong>ELECTRICITY</strong> <strong>BOARD</strong><br />

ENGINEERING BUILDING, HEC, DHURWA, RANCHI-4<br />

FAX NO. 0651 – 2400799<br />

Annexure – ‘F ’<br />

NIT No. /JSEB/PR/11-12 Due Date of opening of part-I 24.06.2011<br />

SCHEDULE OF DEVIATIONS FROM SPECIFICATIONS<br />

Sl.<br />

No.<br />

SPECIFICATION / CLAUSE<br />

DEVIATION FROM<br />

SPECIFICATION<br />

(commercial & technical)<br />

JUSTIFICATION<br />

FOR DEVIATION<br />

Place:<br />

Signature of tenderer<br />

Date:<br />

Stamp<br />

NOTE:- Incase of not mentioning deviations in this deviation sheet & mentioning it elsewhere in<br />

the offer except in the tender proforma for part-1 (techno commercial), will be treated as no<br />

Deviations.<br />

38


<strong>JHARKHAND</strong> <strong>STATE</strong> <strong>ELECTRICITY</strong> <strong>BOARD</strong><br />

ENGINEERING BUILDING, HEC, DHURWA, RANCHI-4<br />

FAX NO. 0651 – 2400799<br />

Annexure – ‘G ’<br />

DETAILS OF TESTING FACILITIES<br />

NIT No. /JSEB/PR/11-12 Due Date of opening of part-I 24.06.2011<br />

Name of Test<br />

Details of testing<br />

Remarks<br />

1.<br />

i.<br />

ii.<br />

iii.<br />

iv.<br />

2.<br />

i.<br />

ii.<br />

iii.<br />

iv.<br />

3.<br />

i.<br />

ii.<br />

iii.<br />

iv.<br />

4.<br />

Test on Raw Material<br />

Routine Tests<br />

Acceptance Tests<br />

Type-tests<br />

facilities available<br />

______________________________<br />

______________________________<br />

______________________________<br />

______________________________<br />

______________________________<br />

______________________________<br />

i.<br />

ii.<br />

iii.<br />

iv.<br />

______________________________<br />

______________________________<br />

NOTE:- Incase testing facilities are not available for certain tests, indicate in the remarks columns<br />

from which testing House (S) / Institution (S) these tests will be got carried out.<br />

Signature & Seal of Tenderer<br />

39


<strong>JHARKHAND</strong> <strong>STATE</strong> <strong>ELECTRICITY</strong> <strong>BOARD</strong><br />

ENGINEERING BUILDING, HEC, DHURWA, RANCHI-4<br />

FAX NO. 0651 – 2400799<br />

Annexure – ‘H ’<br />

PROFORMA FOR SCHEDULE OF REQUIREMENT & SPECIFIED DELIVERIES FOR supply of type-tested, 03 star, 63 kVA, Al<br />

wd, CRGO core, distribution transformer fitted with light arresters<br />

NIT No. /JSEB/PR/11-12 Due Date of opening of part-I 24.06.2011<br />

DELIVERY SCHEDLUE<br />

Sl.<br />

No.<br />

Item Nos. required The material are to be delivered on or before<br />

07.07.2011 at Central Stores, Deoghar and<br />

Dumka..<br />

15 (fifteen)<br />

NOTE : - 1. Priorities of despatches will be as notified by the Purchaser at the time of pre-despatch inspection.<br />

Signature of tenderer :<br />

Name :<br />

Address :<br />

40


SELF DECLARATION CERTIFICATE<br />

Annexure- ‘I’<br />

It is Certified that M/s .................................................................................................... is not<br />

Black listed from Central Govt./ State Govt. / Central or State Govt. Undertaking / Public Sector<br />

Undertaking etc for the tendered item.<br />

Date:<br />

Name & Signature of the<br />

Tenderer & Seal<br />

41


SELF DECLARATION CERTIFICATE<br />

Annexure- ‘J’<br />

It is hereby declared that payment of Sales tax of M/s ........................................................is<br />

update & nothing is due with Sales tax Department.<br />

Date:<br />

Name & Signature of the<br />

Tenderer & Seal<br />

42


Annex-'K'<br />

Proforma for pre-delivery inspection of distribution transformers<br />

1 Name of the firm<br />

2 Details of offer made<br />

i) Order No and date<br />

ii) Rating<br />

iii) Quantity<br />

iv) Sl No. of transformers<br />

3 Date of stage inspection of the lot<br />

4 Reference of stage inspection clearance<br />

5 Quantity offered and inspected against the order prior<br />

to this lot<br />

A) Acceptance tests to be carried out<br />

Sl Particulars<br />

1 a) Ratio test<br />

Observations<br />

AB/an<br />

BC/bn<br />

b) Polarity test<br />

CA/Cn<br />

2 No load loss measurement<br />

W1<br />

W2<br />

W3<br />

Multiplying factor<br />

CT<br />

Watt meter<br />

Total<br />

Total x MF<br />

Net loss<br />

3 Load loss measurement<br />

W1<br />

W2<br />

43


W3<br />

Total<br />

Multiplying factor:-<br />

Sl Particulars<br />

CT<br />

Watt meter<br />

PT<br />

Total x MF<br />

Loss at ambient temperature (watt)<br />

Loss at 75°C (with calculation sheet) (watt)<br />

4 Winding resistance:<br />

HV (in ohms)<br />

Observations<br />

a) At ambient temperature of ……….°C A-B<br />

B-C<br />

C-A<br />

b) Resistance at 75°C A-B<br />

B-C<br />

C-A<br />

LV (in ohms)<br />

a) At ambient temperature of ……….°C a-b<br />

b-c<br />

c-a<br />

b) Per phase Resistance at 75°C a-n<br />

b-n<br />

c-n<br />

5 Insulation resistance (M ohm)<br />

HV-LV<br />

6 Separate source voltage withstand test voltage<br />

HV<br />

LV<br />

7 Induced over-voltage withstand test at double voltage<br />

and double frequency<br />

8 No load current at<br />

90% volts<br />

110% volts<br />

9 Unbalance current<br />

44<br />

HV-E<br />

LV-E<br />

28 kV for 60 secs<br />

3 kV for 60 secs<br />

100 Hz, 866 volts for<br />

60 seconds<br />

10 Vector group test Diagram and<br />

readings be shown in<br />

separate sheets<br />

Sl Particulars<br />

Observations


11 Percentage impedance at 75°C (please furnish<br />

calculation sheet)<br />

12 Transformer oil test (break down voltage)<br />

13 Oil leakage test<br />

14 Heat run test To be carried out<br />

once against the<br />

order<br />

15 Bushing clearance (mm)<br />

HV LV<br />

a) Phase to phase<br />

b) Phase to earth<br />

16 Comments on compliance by the firm on the<br />

modifications done as per stage inspection clearance<br />

letter issued<br />

17 Whether fittings of the order have been varified<br />

18 Whether aluminium dia cast silicagel breather with tin<br />

container is fitted on the transformers offered<br />

19 Whether engraving of sl no. and name of firm on core<br />

clamping channel, side wall and top cover of tank has<br />

been varified<br />

20 Whether MS plate of size 125x125 mm walded on<br />

with side of stiffner.<br />

21 Whether engraving of name of firm, si no. and rating<br />

of transformer, order no and date and date despatch<br />

on MS plate.<br />

22 Copy of calibration certificates of metering<br />

equipments be enclosed<br />

B Points to be seen/dimensions to be noted at the<br />

time of dismantling of transformers<br />

Sl Particulars<br />

1 Details of the transformer dismantled for physical<br />

verfication<br />

a) Rating (kVA)<br />

b) Sl No.<br />

Observations<br />

2 Whether GI Nut Bolts with one spring one plain<br />

washer provided for tightening the tank cover<br />

3 Details of gasket used between top cover and tank material<br />

i)Thickness (mm)<br />

ii) Type of joints<br />

4 Whether core is earthed properly with copper strip (one end<br />

should be tightended in between the core laminations and other<br />

end bolted on core clamping channel).<br />

5 Connections from winding to bushings (describe the manner in<br />

which it has been done)<br />

a) HV<br />

b) LV<br />

c) Formation of star connection on LV side<br />

45


6 Winding wire dia and cross sectional area<br />

a) HV<br />

Sl Particulars<br />

i) Dia (mm)<br />

ii) Area (sqmm)<br />

b) LV<br />

i) LxWxNos. of layer<br />

ii) Area (sqmm)<br />

7 Thickness of press board (s) provided between HV coils to cover<br />

the tie rods<br />

8 Whether painted with oil and corrosion resistant paint/varnish<br />

a) Inside of the tank<br />

b) Inside of the conservator tank<br />

c)Core clamping and core base channels<br />

d) Tie rods<br />

e) Core bolls<br />

9 Whether tie rods and core bolts insulated, if yes, material of<br />

insulation<br />

10 Whether flap on inner side of top cover provided to prevent direct<br />

falling of oil on core-coil assembly<br />

11 Method of joints<br />

a) Between HV coils<br />

b) Between tap coils<br />

c) For tap changer<br />

12 Whether engraving of sl no. and name of firm done on bottom<br />

channel of core coil assembly<br />

13 Diameter of copper wire, used of formation of delta (shuold not<br />

be less than 1.5 times the dia of conductor). (mm)<br />

14 Whether empire sleeves provided upto the end portion of HV<br />

winding joining to bushing<br />

15 HV coils:-<br />

a) Inner dia (mm)<br />

b) Outer dia (mm)<br />

16 LV coils:<br />

a) Inner dia (mm)<br />

b) Outer dia (mm)<br />

17 Core dia<br />

18 Core height including base channel and insulation in between<br />

(mm)<br />

19 Leg center of core<br />

20 Clearances between<br />

a) Core and LV (mm)<br />

b) HV and LV (mm)<br />

c) Phase to phase of HV coils (mm)<br />

d) Core coil assembly and tank body (mm)<br />

i) Length-wise<br />

ii) Width-wise<br />

e) Top of yoke and top cover (mm)<br />

f) Top most live part of tap changer and top cover<br />

21 Weight of core only (kg)<br />

22 Weight of winding only (kg)<br />

a) LV<br />

b) HV<br />

23 Whether core laminations are in one piece, used for<br />

a) Bottom yoke<br />

b) Top yoke<br />

24 Specific remark Regarding smoothness and heating of core used<br />

25 Volume of oil filled (to be done once against the order)<br />

Observations<br />

46


a) in conservator tank<br />

b) In tank of the transformer<br />

26 Weight of transformer (inclusive of all fittings, accessories, oil etc<br />

complete)<br />

Sl Particulars<br />

27 Inner dimensions of the tank<br />

a) Length<br />

b) Width<br />

c) Height<br />

i) LV side<br />

ii) HV side<br />

28 Remarks, if any<br />

Observations<br />

Note:- Please ensure that complete details have been filled in the<br />

proforma and no column has been lelf blank<br />

Signature of inspecting officer<br />

(with name and designation)<br />

Date of inspection<br />

Signature of firms<br />

Representative<br />

(with name and<br />

designation)<br />

47


SELF DECLARATION CERTIFICATE<br />

Annexure- ‘L’<br />

It is to undertake that M/s ................................................................................................. will<br />

supply additional quantity, if required by Board on same rate, terms and conditions, if extension<br />

order is placed within 12 month from the date of acceptance/ placement of order.<br />

Date:<br />

Name & Signature of the<br />

Tenderer & Seal<br />

48


Annexure- ‘M’<br />

DECLARATION CERTIFICATE<br />

It is hereby declared that none of the persons employed in the Board or his/her close family<br />

member/blood relations / proxies are related to M/s ……………………… ………………. directly or in<br />

directly.<br />

Date:<br />

Name & Signature of the<br />

Tenderer & Seal<br />

49


<strong>JHARKHAND</strong> <strong>STATE</strong> <strong>ELECTRICITY</strong> <strong>BOARD</strong><br />

OFFICE OF THE CHIEF ENGINEER (STORE & PURCHASE)<br />

ENGINEERING BUILDING, HEC, DHURWA, RANCHI-4<br />

NIT No.218/PR/JSEB/2011-12.<br />

for<br />

Manufacturing, testing & supply of type-tested, 11/.433 kV, 03 star, 100 kVA, Al wd,<br />

stack type CRGO core, distribution transformer fitted with lightning arresters (LA) and<br />

Completely self protected (CSP).<br />

Quantity: 28 #<br />

Due date of tender :24.06.2011 at 14.30 hrs.<br />

Issued to: _____________________________________<br />

______________________________________<br />

______________________________________<br />

Price of tender document:<br />

Rs. 2000/- (two thousand) only.<br />

FIRM price<br />

50


<strong>JHARKHAND</strong> <strong>STATE</strong> <strong>ELECTRICITY</strong> <strong>BOARD</strong><br />

ENGINEERING BUILDING, HEC, DHURWA, RANCHI-4<br />

FAX NO. 01191 – 2400799<br />

NIT No. /JSEB/PR/11-12 Due Date of opening of part-I 24.06.2011<br />

General Terms and Conditions for Submission of Tender for Supply of Materials<br />

1. Sealed tenders in duplicate are invited from reputed, experienced and financially sound manufacturer<br />

for procurement of transformers from ready stock (Ex-Stock) having adequate manufacturing &<br />

testing capacity, best facilities and capability only for supply of type-tested, 11/.433 kV, 03 star, 100<br />

kVA, Al wd, stack type CRGO core, distribution transformer fitted with lightning arresters (LA) and<br />

Completely self protected (CSP) as per specifications attached at Annexure ‘B’. Offers of<br />

manufacturers who have no past experience and adequate manufacturing capacity of the tendered<br />

item may not be considered valid and may be rejected.<br />

2. Quantity : 28 (twenty eight ) #<br />

(Actual Quantity may Increase or Decrease)<br />

3. The tender should be submitted in the prescribed enclosed proforma only in two parts i.e. Part – I<br />

(Technical & Commercial Part) and Part – II (Price Part) in two separate envelops duly sealed and<br />

super scribed on the top of the envelops as Technical and Commercial Part – I/ Price Part – II and<br />

addressed to Chief Engineer (S&P), JSEB Ranchi – 4. The name of the firm, NIT No., Due date,<br />

Name of materials offered, amount of earnest money deposited with money receipt # and date should<br />

be clearly indicated on the cover of the envelop.<br />

4. Both parts of the sealed tenders will be received upto 13.00 hrs. of 24.06.2011 in the office of Chief<br />

Engineer (S&P), JSEB Ranchi and the Part – I will be opened at 14.30 hrs. on the due date in<br />

presence of such of those tenderers or their authorized representatives as may desire to be present.<br />

The undersigned may extend the due date of opening of Part – I with intimation to all tenderers.<br />

The Price Part (Part–II) of those tenderers whose offers are found technically and<br />

commercially acceptable will be opened later on. The exact date will be intimated to the responsive<br />

tenderers.<br />

5. No offers/ tenders will be accepted after due date and time and shall be treated as rejected.<br />

The desirous tenderers can purchase tender documents including terms and conditions, BoQ and<br />

technical specification from the office of Chief Engineer (S&P), JSEB Ranchi on application and<br />

payment of Rs. 2000/- (Rupees two Thousand) only (non-refundable) in cash or in shape of<br />

demand draft issued by nationalized Bank/scheduled Bank in favour of Deputy Director of<br />

Accounts (Sectt.), JSEB Ranchi payable at Ranchi on any working day (working hours:-10.00 AM<br />

to 05.00 PM) up to one day before the due date (i.e., upto 23.06.2011 ) . No tenders will be accepted/<br />

considered unless the tenderer buy at least one copy of the tender documents by the prescribed date.<br />

51


6. Earnest money:<br />

a) Tender must be accompanied with an earnest money for Rs. 56,000/- (fifty six thousand)<br />

only for the offered quantity, unless exempted from such deposit, failing which the tender<br />

will be out rightly rejected.<br />

b) The earnest money should be deposited in cash with Dy. Director of Accounts (Sectt.),<br />

JSEB Ranchi and reference of the money receipt no. and date is to be given in the tender or<br />

in the form of Bank Draft drawn or BG of any Nationalized Bank, valid for 90 days from<br />

date of opening of tender, issued in favour of the Dy. Director of Accounts (Sectt.), JSEB,<br />

Ranchi payable at Ranchi and reference be given on the cover of the tender mode indicated<br />

in NIT. The Bank Guarantee with lesser validity will be rejected.<br />

c) Cheque/ Fixed Deposit receipt/ Money Order or and saving certificate etc. are not acceptable<br />

towards deposit of earnest money and tenders with above will be considered without earnest<br />

money and shall be rejected.<br />

d) Earnest money deposited by firms against any other tender of the Board/ or of this office will<br />

not be considered as earnest money for the present tender under any circumstances.<br />

e) No earnest money will be accepted after opening of the tender.<br />

f) No interest on the earnest money deposited by the tenderer will be payable by the<br />

purchaser.<br />

7. Exemption:<br />

The tenderers of following categories are exempted from deposit of earnest money subject to<br />

the conditions laid down below: -<br />

a) The firm registered with DGS&D for manufacture of the item for which tenders are to be<br />

submitted and the registration certificate should remain valid at the time of submission of the<br />

tender and during contract period. The tender in such case shall be accompanied with a<br />

certified photo state copy of the valid registration certificate failing which the tender shall be<br />

rejected. The estimated cost of the offered quantity, as per cl # 6 (a) of NIT, should be less<br />

than the monetary limit as mentioned in the DGS&D certificates, failing which the<br />

exemption will not be applicable & offer will be rejected.<br />

b) The State Govt./ Govt. of India undertaking.<br />

c) Firms registered with NSIC under single point registration scheme for manufacture of the<br />

item, provided that certificate is valid on the date of tender and during the period of delivery.<br />

The estimated cost of the offered quantity, as per cl # 6 (a) of NIT, should be less than the<br />

monetary limit as mentioned in the NSIC certificates, failing which the exemption will not<br />

be applicable & offer will be rejected.<br />

In case the Monetary limit of DGS&D certificate / NSIC certificate is less than the<br />

estimated cost of the offered quantity the bidder are allowed to deposit the Earnest Money<br />

Deposit of deferential estimated cost (estimated cost of offered quantity -Monetary limit of<br />

D G S & D certificate / NSIC certificate) as per clause 6 (a) of tender in shape of cash/Bank<br />

52


Draft/Bank Guarantee (of Nationalized Bank) along with bid, failing which the bid shall be<br />

rejected.<br />

d) The earnest money will be liable to be forfeited on revocation of tender before the validity of<br />

the quotations expires or on refusal to enter into a contract after the award (LoI/PO) is made<br />

to the tenderer.<br />

e) SSI unit of Jharkhand, registered with Department of Industries, Govt of Jharkhand /<br />

Industrial Area Development Authority, Govt of Jharkhand, for tendered item, valid on the<br />

due date of tender and during the period of contract. SSI unit of Jharkhand must submit self<br />

attested or notarized valid copy of SSI registration certificate for tendered item, issued from<br />

department of Industries/ Industrial Area Development Authority, Govt of Jharkhand, failing<br />

which, they will not be considered SSI unit.<br />

The tender in such cases should be accompanied with self attested or notarized copy<br />

of the valid registration certificate, failing which tender shall be rejected.<br />

NB: Aforementioned certificate must accompany with documentary evidence for its validity on<br />

the due date of the tender, failing which tenders will be rejected. As the documents<br />

mentioned herein above must be valid during the period of supply/ delivery also. Copy of the<br />

same shall be produced at the time of submission of bill for payment.<br />

8. Security Deposit and Contract Agreement:<br />

The successful tenderers shall have to deposit security money @ 2% of the ordered value at the time<br />

of executing the contract agreement. However, the SSI units of Jharkhand having permanent valid<br />

registration with Department of Industries /Industrial Area Development Authority (IADA) Govt. of<br />

Jharkhand for the manufacture of the item will be required to deposit security money @ 1% (one<br />

percent) of the ordered value. In no case, exemption from security money will be granted. Security<br />

money to be deposited may be adjusted from the earnest money deposited in shape of cash/ Bank<br />

Draft only, if any.<br />

The amount of security money shall be deposited with DDA (HQ), JSEB, Ranchi in cash or<br />

in shape of Bank Draft/ Bank Guarantee (of any Nationalised Bank) will be treated as a<br />

performance guarantee. The security money thus deposited will be released after completion of<br />

satisfactory supply of approximately full ordered quantity of materials and expiry of guarantee<br />

period. Payment will be made only after depositing the security money and execution of contract<br />

agreement.<br />

9. Annual turnover:<br />

Annual turnover of the firm for preceding three financial years must be at least 8.35 lacs. Certified /<br />

Attested copy of annual A/C (Balance sheet, profit & loss A/c etc) from practicing chartered<br />

Accountant or both for financial year 2007-08, 2008-09 & 2009-10 must be submitted along with<br />

the offer to establish financial credibility of the bidders. In absence of the above credentials, offer<br />

may be rejected. However, SSI units of Jharkhand are exempted from annual turnover clause.<br />

53


10. Delivery:<br />

The material are to be delivered on or before 07.07.2011 at Central Stores, Deoghar and Dumka..<br />

11. Penalty / Liquidated damage:<br />

The delivery of goods will be guaranteed under liquidated damage clause. Our usual terms of LDclause<br />

is ¼% (quarter percent) of the value of the materials delayed per week or part thereof subject<br />

to maximum 5% (Five percent).<br />

Type-tested, 11/.433 kV, 03 star, 100 kVA, Al wd, stack type CRGO core, distribution transformer<br />

fitted with lightning arresters (LA) and Completely self protected (CSP)will be deemed to have been<br />

delivered only when all its component parts are also delivered in stores of JSEB. If certain<br />

components are not delivered in time the equipment/item will be considered as delayed till such time<br />

as the missing parts are delivered.<br />

12. Price:<br />

Rate in figures and in words must be quoted in the enclosed proforma of price part on FIRM price,<br />

subject to any statutory change in due course of time, indicating therein Ex-factory price, freight<br />

element up to destination, element of Excise duty, sales tax and other charges. The Ex-works price<br />

shall be quoted after considering benefit under CENVAT or any other scheme to be retained by the<br />

supplier. The materials are to be dispatched to various destinations in Jharkhand as may be required.<br />

The responsibility of safe delivery will rest with the supplier. If the price elements are not quoted<br />

separately as indicated above, the tender will be liable for rejection. Freight element will include<br />

loading, unloading, packing and forwarding complete. If any other taxes are levied or reduced by the<br />

Govt. the same will be added or subtracted respectively to the landed cost for evaluation of the<br />

tender. If Excise Duty, Sale Tax / VAT or Entry Tax is not quoted separately or proof of exemption<br />

of the same is not given, the relevant duty and / or tax at the maximum rate will be added to evaluate<br />

landed cost of the bidder.<br />

Arithmetical errors will be rectified on the following basis: If there is discrepancy between<br />

unit price and the total price i.e obtained by multiplying the unit price and quantity, the unit price<br />

shall prevail and total price shall be corrected. If the bidder does not accept the correction of errors,<br />

his bid will be rejected & EMD will be forfeited. If there is a discrepancy between words and<br />

figures, the amount in words shall prevail.<br />

13 Insurance:<br />

The materials are to be insured with Board’s underwriter under its Incland Marine Cargo policy in<br />

all cases for which the supplier should complete the Board’s proforma and sent the original to the<br />

Chief Claim Officer, Jharkhand State Electricity Board, Ranchi for taking over a policy with copy to<br />

the consignees and paying officers concerned at the time of dispatch of each consignment. As such<br />

the Insurance premium should not be included in the quoted price. Failure to submit the insurance<br />

proforma duly filled in and signed by the suppliers shall make the suppliers liable for any damage<br />

during the transit of materials. Proforma for Insurance is enclosed as per annexure.<br />

In case the materials are insured under the Board’s open policy the consignee concerned will<br />

take prompt action to lodge a claim with the supplier, Carrier and the Insurance Company with an<br />

54


intimation to the Chief Claim Officer of the Board for the materials received short/ in damaged<br />

conditions and no recovery of the cost of such materials shall be effected from the supplier’s bill<br />

except for short supply for reason of defective packing or any other lapses on the part of consignor.<br />

If packing cases are not found intact conditions at the time of taking delivery and the materials<br />

therein are found short, the cost of such materials shall be recovered from the supplier’s bill.<br />

Similarly the supplier will be liable for compensation for defective packing. However, non recovery<br />

will be limited to amount reimbursed by Insurance Company and balance amount will be recovered.<br />

14. Import Licence:<br />

Import licence cannot be arranged by the Board for such of these materials, which are under banned<br />

category of import. When import is desired to be effected by the tenderers under their own quota<br />

licence, the value of quota specifically available against the tender should be stated. In case of<br />

availability of suitable indigenous make materials the same may be preferred.<br />

15. Tests:<br />

All routine tests will have to be conducted on the materials in case order is placed according to<br />

relevant standard and test certificate in triplicate will have to be furnished prior to supply of<br />

materials. Each lots of the materials shall be subjected to the test prescribed in the relevant standard<br />

(latest edition) before supply is affected. Untested material will not be accepted.<br />

16. (i) Inspection:<br />

The materials may be inspected by the Board’s representative during the process of<br />

manufacturing and prior to dispatch. The suppliers are requested to intimate the progress of<br />

manufacturing and testing at least 15 days in advance to Chief Engineer (S&P), JSEB Ranchi to<br />

enable them to depute an officer or an authorized representative for inspection. Failure to adhere to<br />

the specification will entail rejection of materials. All tests and inspection shall be made at the place<br />

of manufacture unless otherwise specially agreed upon by the manufacturer and purchaser at the<br />

time of purchase. The manufacturer shall offer the inspector representing the purchaser all<br />

reasonable facilities without charges to satisfy him that the material is being furnished in accordance<br />

with the specification. The materials cleared for dispatch after approval of inspection report should<br />

be dispatched/ delivered immediately to different consignees.<br />

(ii) The purchaser has the right to have the tests carried out at his own cost by an independent<br />

agency whenever there is a dispute regarding the quality of supply.<br />

(iii) During the pre-dispatch inspection the firm shall have to produce original copy of calibration<br />

certificate of testing equipments (not more than one year old)/ type test report/ BIS license/<br />

NSIC, DGS&D or SSI registration certificate to the inspecting officer for verification. If<br />

there is any discrepancies found during verification the materials may not be accepted. These<br />

documents should be authenticated by inspecting officer at the time of inspection and<br />

forwarded to accounts with bills of each lot.<br />

(iv) The pre-dispatch inspection & testing is mandatory unless an order for waiver of the same is<br />

given by the competent authority. These documents should be attested by inspecting officer<br />

at the time of inspection & forwarded to accounts with bills of each lot.<br />

55


17. Forfeiture of Earnest Money & Security Money Deposit:<br />

It should be clearly understood that in the event of the tenderers failing to accept and execute the<br />

telegraphic and detailed orders (LoI/PO), if its placed within the validity period of the offer, then the<br />

full amount of earnest money and security deposit will be forfeited and the Board’s decision in this<br />

respect will be final and binding on the tenderer. Earnest money of those tenderers will be forfeited<br />

who are found indulging in changing adding or deleting the conditions of the “downloaded tender<br />

document”.<br />

Earnest money of those tenderers will be forfeited who are found to form cartel.<br />

The forfeiture of earnest money and security money shall not in any way affect, limit or<br />

extinguish any remedy or relief to which above authority may at any time be lawfully entitled.<br />

18. Guaranteed Particulars:<br />

The performance particulars as required in the specifications should be sent along with the tender,<br />

other details not specified may also be given.<br />

19. Manufacturing Capacity:<br />

The tenderer must have sufficient manufacturing capacity to meet the delivery schedule as per clause<br />

10. The bidder should also be financially sound to manufacture the tendered item within scheduled<br />

time.<br />

In support of above capacity the tenderer must produce documentary evidence Viz Annual<br />

Accounts / Bankers Solvency certificate etc.<br />

20. Past Performance:<br />

Bidders must submit detailed list of executed purchase orders along with their copies for the same item or<br />

same item of higher size and capacity clearly indicating PO # and date with name of material and its<br />

quantity & value and also submit name and address of the ordering authority issued in atleast any one of<br />

the last 3 (three) years from the due date of tender, failing which the offer may be rejected. The bidder<br />

should also submit performance certificate if any, indicating period of supply, quantity and value for the<br />

tendered item issued during the above period with the offer.<br />

Offer of those firms who have not completed full of the ordered quantity against previous<br />

Purchase Orders of JSEB for this item issued during last one year from date of opening of this NIT,<br />

shall not be considered as valid and shall be rejected. On placement of order, Bidder has to supply<br />

full ordered quantity, failing which the bidder shall not be eligible to participate in forth coming<br />

tenders, for a period of at least one year from the date of issue of such purchase order. Past<br />

performance of the material supplied earlier by a bidder to JSEB may be taken in to account while<br />

finalizing this tender.<br />

21. Deviation from Specification:<br />

If there are some deviations, then it must be mentioned in the schedule of deviations from specification<br />

sheet annexed separately. In case of not mentioning deviations in the deviation sheet and just mentioning<br />

it at any other place of the offer except in the tender proforma for part-I (Techno commercial part) will be<br />

treated as no deviations.<br />

56


22. Income Tax and Sales Tax:<br />

Attested copies of Sales Tax clearance certificate at least valid upto 31.03.2010 should<br />

accompany the tender, failing which the tender is liable to be rejected. State and Central Sales<br />

Tax registration number of the tenderer should also be stated. Self declaration certificate with a<br />

declaration separately that nothing is due to Income Tax Department & payment of Income Tax is up<br />

to date should be enclosed with the offer.<br />

23. Taxes & Duties and Landed Unit Rate Evaluation Process:<br />

(i)The bidders must quote entry tax amount if applicable in price part II at the time of submission<br />

of the offer. In case the bidder doesn’t quote entry tax amount in the price part-II, or just<br />

mention entry tax amount “NIL” or quote absurd rate of entry tax then applicable rate of entry<br />

tax will be taken into account for evaluation of the tender. The evaluation of L-1 bidder shall<br />

be made on the landed unit rate (ie FoR destination basis), which is inclusive of the exworks<br />

price, excise duty, CST/VAT, freight, entry tax etc.<br />

(ii) Excise Duty / CST shall be paid at the rate quoted by the bidder in the price part-II submitted<br />

with the offer against the NIT subject to statutory variation (in case of both, increase or<br />

decrease) imposed by the Government but any increase in taxes and / or duties because of the<br />

increase in the bidders annual-turn-over etc, for which the firm is functionary, would be borne<br />

by the firm.<br />

No upward variation shall be payable beyond the contractual delivery schedule. In case<br />

supply against the contract is completed late and rate of ED/S. Tax undergoes upward revision,<br />

the payment will be continued on the basis of rates prevailing during the contractual schedule.<br />

24 Progress Report:<br />

The suppliers will have to submit monthly/ fortnightly progress report regularly until completion of<br />

delivery, to the Chief Engineer (S&P), JSEB Ranchi by the first week of every month following the<br />

month in which order is placed to monitor the progress made by the supplier towards proper<br />

execution of the order, alongwith copy to paying authority.<br />

25. Terms of Payment:<br />

a) 100% payment will be made by Dy. Director of Account (HQ), JSEB, Ranchi on submission of 5%<br />

Bank Guarantee from any Nationalised Bank of ordered value on non-judicial stamp Rs. 60/-<br />

(Rupees sixty) only valid for Guarantee period as per cl-39 and on receipt of SRV duly signed by<br />

the concerned consignee after receipt of the materials in good condition along with approved routine<br />

test certificate and duly filled check list for payment from Stores & Purchase wing.<br />

b) If the Bank Guarantee of any Nationalised Bank is not furnished, payment will be made after<br />

deducting 5% of the total order value from the first or consecutive bills after receipt of the materials<br />

in good condition along with approved routine test certificate and duly filled check list for payment<br />

from Stores & Purchase wing. The deducted amount will be kept back as performance guarantee<br />

and will be released after successful completion of guarantee period.<br />

For the above modes of payment ¼ % (Quarter percent) rebate will be deducted from the exfactory<br />

price of the materials. However, Excise Duty part will be paid only after production of<br />

documentary evidence as per prevailing Excise Rules. Sales Tax will be paid on submission of upto<br />

date income tax and sales tax deposit certificate by competent authority of respective department.<br />

The paying officer will accept the Bank Guarantee after confirmation from the concerned bank.<br />

57


Supplier must submit documentary evidence in support of claim for exemption from any tax or duty<br />

if any. The 5% amount / B.G. will be paid after expiry of Guarantee period. The above payment<br />

term is applicable in accordance with compliance of clause # 27 & 37 of the tender.<br />

26. Validity Period:<br />

Tenderer should specify the validity period of their offer which should not be less than 90 (ninety)<br />

days from the date of opening of tender, which may be extended on discretion of the Board. The<br />

offers with lesser validity period will be out- rightly rejected.<br />

27. Quality Control- (For Distribution Transformers only)<br />

3 star rating being new item to JSEB, 1(One) # from the supplied distribution transformer into the<br />

stores of JSEB, on each lot of offer of pre-dispatch inspection shall be randomly selected by<br />

JSEB & sent for CPRI for type-test (short circuit and lightning impulse) at the cost of JSEB. The<br />

payment to the supplier shall be made on submission of 100% B.G. of payable amount alongwith<br />

SRV & other documents. The BG thus submitted valid for 06 months, subject to extension till<br />

completion of type test, shall be released only after submission of successful type test from CPRI,<br />

failing which the BG of that particular offered lot will be encashed & bidders will be allowed to<br />

take back all the transformers supplied in that particular offer & pre-dispatch inspection lot, at<br />

their own cost.<br />

The Board may inspect / test / examine the quality of the raw materials at the<br />

premises of the prime supplier to the bidders of JSEB at the Boards own cost. Stage/factory<br />

inspections shall be conducted by the inspecting officers of the Board / third party inspection.<br />

28. Raw Materials:<br />

No raw materials will be arranged by the Board. Tenderers will have to arrange their requirements of<br />

raw materials themselves.<br />

The Purchaser reserves the right to inspect the raw material procured by the supplier for the<br />

purpose of manufacture of materials to check the genuineness of the raw materials. The purchase or<br />

his representative can demand the original invoices in respect of all the raw materials.<br />

29. Minimum Quantity:<br />

The requirement mentioned in the tender notice and general conditions is tentative and is subject to<br />

increase or decrease at the time of finalization of the tender. The tenderer must quote minimum<br />

50% of the tendered quantity. Tenders with lesser quantity will not be entertained.<br />

30. In case the order is placed, the firm will have to dispatch the materials in the name of the consignee<br />

only and “self booking” will not be accepted.<br />

31. The bidders should submit self-declaration Certificate, that the firm is not blacklisted from Central<br />

Govt / State Govt / Central or State Govt. undertakings/ Public Sector Undertaking etc. for the<br />

tendered item and also submit declaration Certificate that the firm is not related to any persons<br />

employed in the Board or his/her close family member/blood relations / proxies.<br />

58


32. Contract Form:<br />

The successful tenderers will have to execute contract agreement in the Board’s proforma prior to<br />

the placement of the purchase order. The contract agreement is to be executed on Rs. 200.00 non -<br />

judicial stamp paper.<br />

33. Extension Order:<br />

In the event of an order being placed on the tenderer, the tenderer requested to give his concurrence<br />

that he is willing to accept additional order on the same terms and conditions if the extension order is<br />

placed by Board within 12 (twelve) month from the date of acceptance/ placement of order. Bidder<br />

should submit an undertaking that they will supply additional quantity, if required by Board on same<br />

rate, terms and conditions, if extension order is placed within 12 month from the date of acceptance/<br />

placement of order.<br />

34. Tolerance of Electrical Performance:<br />

Tolerance shall be according to relevant I.S.S. unless & otherwise stated in technical specification.<br />

35. Packing:<br />

Materials shall be delivered suitably packed. Although method of packing is left to the discretion of<br />

the manufacturer it should be robust enough for rough handling that may be occasioned during<br />

transportation by Rail/ Road. Further it is to clarify hare that all the charges towards packing,<br />

forwarding, loading and unloading etc. Shall be borne by the supplier.<br />

36 Drawing & design of item:<br />

Drawing and design of item offered duly signed with firm seal should accompany the tender.<br />

Tenderer must furnish complete design details, dimensional details & drawing indicating the internal<br />

arrangement in addition to a drawing indicating outside dimensions and method of fixation of<br />

fittings etc. The tenderer shall submit design details supported by type test report of the<br />

manufactured item. The Board reserves the right to reject the tenders if design parameters are<br />

considered qualitatively inferior or prefer, the tenders whose design parameters are qualitatively<br />

considered better.<br />

However, due opportunity to be heard will be given to bidders before taking decision in this regard.<br />

37. Type Test Certificate:<br />

i) Tenderers must submit attested/ certified copy of complete volume of type test<br />

(iv)<br />

(v)<br />

(iv)<br />

certificates (short ckt & Lightning Impulse withstand voltage test) as per relevant ISS issued<br />

from CPRI / ERDA, Vadodara / National Test House Govt. of India, only for the tendered<br />

item, failing which the tender shall be rejected. The copy of test certificates must contain<br />

approved drawings, test report no & date, name of test, name of material, rating, transformer<br />

serial no etc.<br />

The submitted type-test reports must be in conformity to the technical specification of this<br />

NIT, failing which, offer will be rejected.<br />

Specification (GTP) of the offered transformer must conform to the specification of the NIT,<br />

failing which the offer will be rejected.<br />

If the offered item [Guaranteed Technical Particulars (GTP)] is not proto-type of type tested design<br />

but conforming the technical specification of NIT, then one transformer will randomly be selected and<br />

sealed by the Inspecting Authority of JSEB, at the time of pre-despatch inspection, from the<br />

59


manufactured and offered 1 st lot and the tenderer would have to get this transformer type tested at CPRI<br />

at their own cost. In such case 90% (ninety percent) payment of ordered value shall be made only after<br />

adherence of clause # 27 of tender and balance 10% (ten percent) payment shall be released after<br />

submission of successful type test reports. In case of failure of type-test, order will be cancelled for entire<br />

quantity & BG submitted at the time of payment shall be encashed and firm will be allowed to take back<br />

entire supplied transformers against above order at their cost. If offered item is proto type of type tested<br />

design, then fresh type test is not required, as offered design is already type-tested.<br />

38. Bank Guarantee for repairs of equipments / materials at the supplier’s works:<br />

In case the equipment fails, within the guarantee period and the same is required to be taken back to<br />

the supplier’s factory, the same shall be covered up by suitable Bank Guarantee of any<br />

Nationalised Bank of equivalent cost of equipment for period required for replacement. Further<br />

Bank Guarantee shall be furnished by the supplier within one week’s time on hearing from the<br />

consignees. He shall not lift the damaged/rejected equipment from our store unless the approval of<br />

acceptance of Bank Guarantee is received from our Deputy Director of Accounts (HQ).<br />

39. Guarantee Period:<br />

The materials shall be guaranteed for satisfactory performance and against defective or low quality<br />

materials and bad workmanship for minimum 24 months from the date of commissioning<br />

or minimum 30 months from the date of delivery in stores, whichever is earlier. If during the<br />

guarantee period the goods are found defective or defects observed in service, the same will be<br />

replaced/ repaired by the supplier free of all the charge within one month on receipt of intimation. In<br />

case defective stores/ materials are not replaced / rectified as per the above guarantee clause, the<br />

Board shall recover an equivalent amount plus 15% supervision charges from any of the bills/ Bank<br />

Guarantee.<br />

40. BEE Enrollment Certificate:<br />

Bidder must submit enrollment certificate of Bureau of Energy Efficiency (BEE), New Delhi with the<br />

offer for manufacturing 03 star rating 100 KVA Distribution Transformer valid on the due date of tender<br />

(i.e., on the date of opening of part-I), failing which offer will be rejected.<br />

However the SSI unit of Jharkhand, registered for the tendered item, who submits copy<br />

of type test report as per NIT & whose type test report conforms to the technical specification of<br />

NIT and also submit copy of applied for certificate of BEE with the offer, is allowed to submit<br />

final BEE enrollment certificate of tendered item, before opening of price part, failing which<br />

their offer of price part will not be opened. However, such relaxation does not absolve them<br />

from any other contractual obligation, of NIT, what so ever.<br />

41. Re-inspection Charge:<br />

Re-inspection charges as applicable shall be leviable in case it is found at the time of inspection at<br />

the works of the bidder that:<br />

a) The material /item/equipments was not ready for inspection and the inspection notice given by<br />

supplier was fictitious.<br />

60


) Quantity offered for inspection is short by more than 50% from the quantity in the inspection<br />

call.<br />

d) Inspection is not arranged / not got carried out due to any reason an account of supplier.<br />

d) Material/ item/equipments is found not confirming to provisions of Purchase order/ GTP/<br />

relevant BIS and thus rejected by inspecting officer.<br />

e) Manufacturing defects are observed during physical/ visual inspection/ checking.<br />

f) Quantity of item not found as per provisions of Purchase order.<br />

42. Termination of Contract:<br />

Note: a)<br />

61<br />

Or<br />

Or<br />

In case the contractor/ supplier fails to deliver the materials or any consignment there of within<br />

contracted period of delivery or in case the materials are found not in accordance with the prescribed<br />

specification the Board shall exercise its discretionary power either:<br />

A) To recover from the supplier the damages as provided in the penalty of general conditions of<br />

tender for supply under clause 11.<br />

Or<br />

B) To Purchase elsewhere after giving due notice to the supplier on account and at the risk &<br />

cost of supplier such material not so delivered or other of similar description without<br />

canceling the contract in respect of consignment not yet due for delivery.<br />

C) To cancel the contract reserving Board’s right to recover damages.<br />

Or<br />

Notwithstanding the powers, under (a), (b), (c) referred above are in addition to the rights<br />

and remedy available to this Board under the General Law of India relating to contracts.<br />

In the event of risk purchase of stores of similar description, the option of the Board shall be<br />

final. In the event of action taken under (a) or (b) above, the supplier shall be liable for any<br />

loss which the Board sustain on the account but the supplier shall not be entitled to any<br />

saving on such purchases made against default.<br />

c) The decision of the Board shall be final as regards the acceptability of the stores<br />

supplied by the supplier on the Board shall not be required to give any reason in writing or<br />

otherwise at any time for the rejection of the materials.<br />

43. No documents submitted by bidders after opening of the tender (Part-I) on their own shall be<br />

accepted, unless and until asked for.<br />

44. The tenderer must get all documents inclusive of their covering letter PAGINATED and INDEXED<br />

and mention their number in the covering letter in WORDS. Also all the documents<br />

MUST bear the signature of the person who signed in the covering letter followed with the stamp of<br />

the tenderer. Overwriting / cut mark / use of whitener must not be done in all documents; otherwise<br />

the offer of the bidder may stand cancelled.<br />

45. The Board reserves the right to reject the lowest or any of the tender either in whole or in part without<br />

assigning any reason.


46. Factory Inspection:<br />

Board’s officer/ authorized representative may inspect the factory regarding availability of adequate<br />

manufacturing and testing facilities for producing quality materials in case tenderers being considered for<br />

placement of order by the Board.<br />

47. General:<br />

Please again note that in incomplete offer not having specific comments on all the points of our<br />

specification and not supported by various information desired in our specifications shall be rejected<br />

out-right and no further correspondence shall be made with the supplier in respect of their offer<br />

which causes delay in finalizing the tender.<br />

48. Governing Language:<br />

The Contract shall be written in English or Hindi and shall be interpreted in accordance with the<br />

laws of the union of India.<br />

49. Jurisdiction of Court:<br />

The civil court Ranchi shall alone have an exclusive jurisdiction to decide any difference/ dispute/<br />

cases for and against JSEB/ Contractors/ Suppliers arising out of or in respect of the NIT, or contract<br />

agreement, or Purchase order.<br />

50. The Board reserves the right to distribute the materials among successful bidders depending upon the<br />

offered delivery schedule as per the requirement.<br />

51. The Board reserves the right to cancel full or part of the awarded contract without assigning any<br />

reason of those firms which will be found defaulter for delay in supply of materials or his supply or<br />

his supply sub-standard quality of the materials or whose design parameters are considered<br />

technically inferior.<br />

52. The Board reserves the right to change/enlist/delete the specification/GTP of NIT till before opening<br />

of part-I, for which, bidder will be given due opportunity for submission of their fresh bids/revised<br />

bids.<br />

Enclosure -<br />

(i)<br />

(ii)<br />

(iii)<br />

(iv)<br />

(v)<br />

(vi)<br />

(xiv)<br />

(xv)<br />

(xvi)<br />

(xvii)<br />

(xviii)<br />

(xix)<br />

(xx)<br />

Annexure ‘A’,<br />

Annexure ‘B’,<br />

Annexure ‘C’<br />

Annexure ‘D’<br />

Annexure ‘E’<br />

Annexure ‘F’<br />

Annexure ‘G’<br />

Annexure ‘H’<br />

Annexure ‘I’<br />

Annexure ‘J’<br />

Annexure ‘k’<br />

Annexure ‘L’<br />

Annexure ‘M’<br />

Electrical Superintending Engineer (Purchase)<br />

JSEB Ranchi<br />

62


<strong>JHARKHAND</strong> <strong>STATE</strong> <strong>ELECTRICITY</strong> <strong>BOARD</strong><br />

ENGINEERING BUILDING, HEC, DHURWA, RANCHI-4<br />

FAX NO. 0651 – 2400799<br />

NIT No. /JSEB/PR/11-12 Due Date of opening of part-I 24.06.2011<br />

Annexure – ‘A’<br />

;<br />

The following conditions are to be strictly fulfilled by the firm while submitting their tenders:-<br />

1. Tenders not accompanied by the prescribed earnest money will be rejected outright. The firm<br />

registered with DGS&D/ Registered with NSIC under single point registration /Permanently<br />

registered with department of Industries, Govt. of Jharkhand and also registered with NSIC for<br />

manufacture of the item/ Undertaking of Govt. of Jharkhand/ Govt. of India are however<br />

exempted but for the proof of registration certified or attested copy should be submitted together<br />

with documentary evidence of validity period on the due date of tender alongwith the tender.<br />

Otherwise tender shall be liable to be rejected.<br />

2. Tenderer has to accept the Guarantee clause, penalty clause, payment terms and security clause<br />

as per the terms and conditions of the tender otherwise tender will be considered as invalid.<br />

3. The offers, which are not kept valid for acceptance, for at least 90 days from the date of opening<br />

of tenders, will be rejected.<br />

4. Conditional/ Incomplete tenders which do not contain full details, technical particulars, literature<br />

test certificates, performance report, price of all equipments delivery period etc. will be rejected,<br />

GTP must be filled up item wise. Incomplete or mentioning ‘as per ‘IS’ shall not be acceptable.<br />

5. The prices are specifically asked to be submitted as FOR destination and are not so furnished,<br />

the tender shall not be considered as valid and will be rejected.<br />

6. Tender, which is not submitted in the Board’s prescribed proforma shall be rejected. Any<br />

additional particulars can be furnished in the accompanying letter of Statement.<br />

7. Tender received in this Office after the due date and time shall be rejected.<br />

8. Prices must be indicated bold in figure and Words failing which the tender may be rejected.<br />

9. Tenderers have to quote Firm price only.<br />

10. Drawing of equipments must be submitted, failing which the tender may be liable for rejected.<br />

11. 100 kVA distribution transformer are to be delivered along with suitable 3 (three) nos. of<br />

9 kV /11 kV Metal oxide Lightning Arresters with G I earth strip fixed with the transformer.<br />

Tenderer must quote the price of 100 kVA distribution transformer along with the cost of the<br />

lightning arresters.<br />

12. Specification of the offered item must conform to the technical specification of NIT, failing<br />

which the offer shall be rejected.<br />

13. Tenderers have to submit their Bid in SOFT copy (CD-R-Type) also besides Hard copy.<br />

Price part will be in Hard copy only in duly sealed envelope as said earlier; price part given in<br />

CD will be outrightly rejected. In case of any discrepancies observed between HARD copy &<br />

SOFT copy of bid documents, content of Hard copy shall prevails.<br />

Electrical Superintending Engineer (PUR)<br />

JSEB, Ranchi.<br />

63


<strong>JHARKHAND</strong> <strong>STATE</strong> <strong>ELECTRICITY</strong> <strong>BOARD</strong><br />

ENGINEERING BUILDING, HEC, DHURWA, RANCHI-4<br />

FAX NO. 0651 – 2400799<br />

Annexure ‘B’<br />

NIT No. /JSEB/PR/11-12 Due Date of opening of part-I 24.06.2011<br />

STANDARD TECHNICAL SPECIFICATION<br />

FOR<br />

OUTDOOR TYPE THREE PHASE OIL IMMERSED<br />

(INCLUDING COMPLETELY SELF PROTECTED)<br />

type tested, 03 star,11kV/433V, Al Wd, stack type,<br />

CRGO core, 100 KVA RATING DISTRIBUTION<br />

TRANSFORMERS with Lightning arresters (LA).<br />

64


TECHNICAL SPECIFICATION FOR OUTDOOR TYPE<br />

DISTRIBUTION TRANSFORMERS 11 kV/433 V (100 KVA rating)<br />

1 SCOPE:<br />

1.1 This specification covers design, engineering, manufacture, assembly, stage testing, inspection and<br />

testing before supply and delivery at site of oil immersed, naturally cooled 3 phase 11 kV/433 V<br />

distribution transformers for outdoor use.<br />

1.2 It is not the intent to specify completely herein all the details of the design and construction of<br />

equipment. However the equipment shall conform in all respects to high standards of engineering,<br />

design and workmanship and shall be capable of performing in continuous commercial operation, in a<br />

manner acceptable to the purchaser, who will interpret the meanings of drawings and specification and<br />

shall have the power to reject any work or material which, in his judgment is not in accordance<br />

therewith. The offered equipment shall be complete with all components necessary for their effective<br />

and trouble free operation. Such components shall be deemed to be within the scope of bidder's supply<br />

irrespective of whether those are specifically brought out in this specification and / or the commercial<br />

order or not.<br />

1.3 The transformer and accessories shall be designed to facilitate operation, inspection, maintenance and<br />

repairs. The design shall incorporate every precaution and provision for the safety of equipment as well<br />

as staff engaged in operation and maintenance of equipment.<br />

1.4 All outdoor apparatus, including bushing insulators with their mountings, shall be designed so as to<br />

avoid any accumulation of water.<br />

2 STANDARD RATINGS:<br />

2.1 The standard ratings shall be 100 KVA for 11 kV distribution transformers.<br />

3 STANDARDS:<br />

3.1 The materials shall conform in all respects to the relevant Indian/International Standards, with latest<br />

amendments thereof unless otherwise specified herein. Some of them are listed below:<br />

Indian<br />

Standard<br />

Title<br />

IS -2026 Specification for Power Transformers IEC76<br />

IS -1180<br />

Outdoor distribution Transformer up to and including 100KVA<br />

65<br />

International and<br />

Internationally recognized<br />

standards<br />

IS-335 Specification for Transformer Oil BS 148, D-1473, D-1 533-1<br />

934 IEC Pub 296<br />

IS- 5<br />

Specification for colors for ready mixed paints<br />

IS -104<br />

IS - 2099<br />

IS - 649<br />

IS -4257<br />

IS -7421<br />

Ready mixed paint, brushing zinc chromate, priming<br />

Specification for high voltage porcelain bushing<br />

Testing for steel sheets and strips and magnetic circuits<br />

Dimensions for clamping arrangements for bushings<br />

Specification for Low Voltage bushings<br />

IS - 3347 Specification for Outdoor Bushings DIN 42531 to 33<br />

IS - 5484 Specification for Al Wire rods ASTM B-233<br />

IS - 9335 Specification for Insulating Kraft Paper IEC 554<br />

IS -1576 Specification for Insulating Press Board. IEC 641


IS - 6600 Guide for loading of oil Immersed Transformers I EC 76<br />

IS - 2362<br />

IS -6162<br />

IS -6160<br />

IS- 5561<br />

IS -6103<br />

IS - 6262<br />

Determination of water content in oil for porcelain bushing of<br />

transformer<br />

Paper covered aluminium conductor<br />

Rectangular Electrical conductor for electrical machines<br />

Electrical power connector<br />

Testing of specific resistance of electrical insulating liquids<br />

Method of test for power factor and dielectric constant of<br />

electrical insulating liquids<br />

IS - 6792<br />

IS -10028<br />

Determination of electrical strength of insulating oil<br />

Installation and maintenance of transformers.<br />

3.2 Material conforming to other internationally accepted standards, which ensure equal or better quality<br />

than the standards mentioned above, would also be acceptable. In case the bidders who wish to offer<br />

material conforming to other standards, the bidder shall clearly bring out the salient points of<br />

difference between the standards adopted and the specific standards in relevant schedule. Four copies<br />

of such standards with authentic English translations shall be furnished along with the offer.<br />

However, the decision of Board, in this regard, shall be final.<br />

4. SERVICE CONDITIONS:<br />

4.1 The Distribution Transformers to be supplied against this Specification shall be suitable for<br />

satisfactory continuous operation under the following climatic conditions as per IS 2026 (Part -1).<br />

i Location : At various locations in the State of Jharkhand<br />

ii Maximum ambient air temperature (°C) : 50<br />

iii Minimum ambient air temperature (°C) : -5<br />

iv Maximum average daily ambient : 40<br />

air temperature (°C)<br />

v Maximum yearly weighted average : 32<br />

ambient temperature(°C)<br />

vi Maximum altitude above mean : 1000 meters<br />

sea level (Metres)<br />

Note:<br />

1 The equipment shall generally be for use in moderately hot and humid tropical climate, conducive to<br />

rust and fungus growth unless otherwise specified.<br />

5 PRINCIPAL PARAMETERS:<br />

5.1 The transformers shall be suitable for outdoor installation with three phase, 50 Hz, 11 kV system in<br />

which the neutral is effectively earthed and they should be suitable for service with fluctuations in<br />

supply voltage upto 12.5% to minus 12.5%.<br />

5.2 The transformers shall conform to the following specific parameters :<br />

SI.No. Item 11 kV Distribution Transformers<br />

1 System voltage (max.) 12 kV<br />

2 Rated voltage HV 11 kV<br />

3. Rated voltage LV 433 - 250 V<br />

66


4. Frequency 50 Hz +/- 5%<br />

5 No. of Phases Three<br />

6 Connection HV Delta<br />

7 Connection LV Star (Neutral brought out)<br />

8. Vector group Dyn-11<br />

9. Type of cooling ONAN<br />

10. Continuous capacity 100 KVA<br />

Audible sound levels (decibels) at rated voltage and frequency for liquid immersed distribution<br />

transformers shall be as below (NEMA Standards):<br />

kVA rating Audible sound levels (decibels)<br />

51-100 51<br />

6 TECHNICAL REQUIREMENTS:<br />

6.1.1 CORE MATERIAL – CRGO<br />

6.1.2 CRGO Material<br />

6.1.2.1 The core shall be stack type of high grade cold rolled grain oriented annealed steel lamination<br />

having low loss and good grain properties, coated with hot oil proof insulation, bolted together and<br />

to the frames firmly to prevent vibration or noise. The core shall be stress relieved by annealing<br />

under inert atmosphere if required. The complete design of core must ensure permanency of the<br />

core loss with continuous working of the transformers. The value of the maximum flux density<br />

allowed in the design and grade of lamination used shall be clearly stated in the offer.<br />

6.1.2.2 The bidder should offer the core for inspection and approval by the purchaser during manufacturing<br />

stage.<br />

6.1.2.3 The transformers core shall be suitable for over fluxing (due to combined effect of voltage and<br />

frequency) up to 12.5% without injurious heating at full load conditions and shall not get saturated.<br />

The bidder shall furnish necessary design data in support of this situation.<br />

6.1.2.4 No-load current shall not exceed 3% of full load current and will be measured by energising the<br />

transformer at 433 volts, 50 Hz on the secondary. Increase of voltage of 433 volts by 12.5% shall<br />

not increase the no-load current by 6% (maximum) of full load current.<br />

7. WINDINGS:<br />

7.1 Material:<br />

7.1.1 HV and LV windings shall be wound from Double Paper covered , aluminium conductor /strip.<br />

7.1.2 LV winding shall be such that neutral formation will be at top.<br />

7.1.3 The winding construction of single HV coil wound over LV coil is preferable<br />

7.1.4 Inter layer insulation shall be Nomex /Epoxy dotted Kraft Paper.<br />

7.1.5 Current density for HV and LV winding should not be more than 1.6 Ampere per sq mm for<br />

Aluminium Conductor.<br />

7.1.6 The core/coil assembly shall be securely held in position to avoid any movement under short circuit<br />

conditions.<br />

7.1.7 Joints in the winding shall be avoided. However, if jointing is necessary the joints shall be properly<br />

67


8 TAPS:<br />

brazed and the resistance of the joints shall be less than that of parent conductor. In case of foil<br />

windings, welding of leads to foil can be done within the winding.<br />

8.1 No tapping shall be provided for transformers up to 200 kVA rating.<br />

9. OIL:<br />

9.1 The insulating oil shall comply with the requirements of IS 335 or BS 148.<br />

Use of recycled oil is not acceptable. The specific resistance of the oil shall not be less than 2.5<br />

X10 12 ohm-cm at 27 °C when tested as per IS 6103.<br />

9.2 Oil shall be filtered and tested for break down voltage (BDV) and moisture content before filling.<br />

9.3 The oil shall be filled under vacuum.<br />

9.4 The design and all materials and processes used in the manufacture of the transformer, shall be such<br />

as to reduce to a minimum the risk of the development of acidity in the oil.<br />

10 INSULATION LEVELS:<br />

SI. No. Voltage (kV)<br />

Impulse Voltage (kV<br />

Peak)<br />

1 0.433 - 3<br />

2 11 95 28<br />

Power Frequency Voltage<br />

(kV)<br />

11 LOSSES:<br />

11.1 The bidder shall guarantee individually the no-load loss and load loss without any positive tolerance.<br />

The bidder shall also guarantee the total losses at 50% and 100% load condition (at rated voltage and<br />

frequency and at 75 °C).<br />

11.2 The maximum allowable losses at rated voltage and rated frequency permitted at 75 °C for 11/0.433<br />

kV transformers can be chosen by the utility from the values of 3 star rating as indicated below:<br />

Rating<br />

(kVA)<br />

Voltage Ratio<br />

3 Star<br />

Max. Losses at 50% loading<br />

(Watts)<br />

11 000/433 -250V 100 520 1800<br />

Max. Losses at 100% loading<br />

(Watts)<br />

Bids with higher losses than the above specified values would be treated as non-responsive.<br />

However, the manufacturer can offer losses less than above.<br />

12. TOLERANCES:<br />

12.1 No positive tolerance shall be allowed on the maximum losses displayed on the label for both<br />

50% and 100% loading values.<br />

13. PERCENTAGE IMPEDANCE:<br />

13.1 The value of impedance of transformers at 75 °C shall be 4.5% with tolerance in accordance with IS<br />

2026.<br />

14. Temperature rise: The temperature rise over ambient temp. (50 Degree Centigrade) shall not exceed<br />

the limits given below:<br />

14.1 Top oil temperature rise measured by thermometer : 35 °C<br />

14.2 Winding temperature rise measured by resistance method : 40 °C<br />

68


Bids not meeting the above limits of temperature rise will be treated as non-responsive.<br />

14.3 The transformer shall be capable of giving continuous rated output without exceeding the specified<br />

temperature rise. Bidder shall submit the calculation sheet in this regard.<br />

15. PENALTY FOR NON PERFORMANCE:<br />

15.1 During testing at supplier's works if it is found that the actual measured losses are more than<br />

the values quoted by the bidder, the purchaser shall reject the transformer and he shall also<br />

have the right to reject the complete lot.<br />

15.2 Purchaser shall reject the entire lot during the test at supplier's works, if the temperature rise<br />

exceeds the specified values.<br />

15.3 Purchaser shall reject any transformer during the test at supplier's works, if the impedance<br />

values differ from the guaranteed values including tolerance.<br />

16. INSULATION MATERIAL:<br />

16.1 Electrical grade insulation epoxy dotted Kraft Paper/Nomex and pressboard of standard make or any<br />

other superior material subject to approval of the purchaser shall be used.<br />

17. TANK<br />

16.2 All spacers, axial wedges / runners used in windings shall be made of pre-compressed Pressboardsolid,<br />

conforming to type B 3.1 of IEC 641-3-2. In case of cross-over coil winding of HV all spacers<br />

shall be properly sheared and dovetail punched to ensure proper locking. All axial wedges / runners<br />

shall be properly milled to dovetail shape so that they pass through the designed spacers freely.<br />

Insulation shearing, cutting, milling and punching operations shall be carried out in such a way, that<br />

there should not be any burr and dimensional variations.<br />

17.1 The internal clearance of tank shall be such, that it shall facilitate easy lifting of core with coils from<br />

the tank without dismantling LV bushings.<br />

17.2 All joints of tank and fittings shall be oil tight and no bulging should occur during service.<br />

17.3 Inside of tank shall be painted with varnish/hot oil resistant paint.<br />

17.4 The top cover of the tank shall be slightly sloping to drain rain water.<br />

17.5 The tank plate and the lifting lugs shall be of such strength that the complete transformer filled with<br />

oil may be lifted by means of lifting shackle.<br />

17.6 Manufacturer should carry out all welding operations as per the relevant ASME standards and submit<br />

a copy of the welding procedure and welder performance qualification certificates to the customer.<br />

17.2 PLAIN TANK:<br />

17.2.1 The transformer tank shall be of robust construction rectangular/octagonal/round/ elliptical in shape<br />

and shall be built up of electrically tested welded mild steel plates of thickness of 5.00 mm for the<br />

bottom and top and not less than 3.15 mm for the sides for distribution transformers upto and<br />

including 100 kVA.<br />

thickness shall be allowed.<br />

No negative tolerance than the above prescribed limits in the tank<br />

17.2.2 In case of transformers of 100 kVA and below, there shall be no joints at corners and there shall not<br />

be more than 2 joints in total.<br />

17.2.3 Under operating conditions the pressure generated inside the tank should not exceed 0.4 kg/ sq. cm<br />

positive or negative. There must be sufficient space from the core to the top cover to take care of oil<br />

expansion. The space above oil level in the tank shall be filled with dry air or nitrogen conforming to<br />

commercial grade of IS 1747.<br />

69


17.2.4 The tank shall be reinforced by welded flats on all the outside walls on the edge of the tank.<br />

17.2.5 Permanent deflection: The permanent deflection, when the tank without oil is subjected to a vacuum<br />

of 525 mm of mercury for rectangular tank and 760 mm of mercury for round tank, shall not be more<br />

than the values as given below:<br />

Horizontal length of flat plate<br />

Permanent deflection<br />

(All figures in mm)<br />

Up to and including 750 5.0<br />

751 to 1250 6.5<br />

1251 to 1750 8.0<br />

1751 to 2000 9.5<br />

2001 to 2250 11.0<br />

2251 to 2500 12.0<br />

2501 to 3000 16.0<br />

Above 3000 19.0<br />

17.2.6 The tank shall further be capable of withstanding a pressure of 0.8 kg/ sq.cm (g) and a vacuum of<br />

0.7 kg/sq.cm (g) without any deformation.<br />

17.2.7 The radiators can be tube type or fin type or pressed steel type to achieve the desired cooling to<br />

limit the specified temperature rise.<br />

18 CONSERVATOR:<br />

18.1 The conservator shall be provided on transformers of rating 63 kVA and above for plain tank.<br />

18.2 When a conservator is provided, oil gauge and the plain or dehydrating breathing device shall be<br />

fitted to the conservator which shall also be provided with a drain plug and a filling hole [32 mm<br />

(1%")] normal size thread with cover. In addition, the cover of the main tank shall be provided<br />

with an air release plug.<br />

18.3 The dehydrating agent shall be silica gel. The moisture absorption shall be indicated by a change<br />

in the colour of the silica gel crystals which should be easily visible from a distance. Volume of<br />

breather shall be suitable for 500g of silica gel conforming to IS 3401 for transformers upto 200<br />

kVA.<br />

18.4 The capacity of a conservator tank shall be designed keeping in view the total quantity of oil and<br />

its contraction and expansion due to temperature variations. The total volume of conservator shall<br />

be such as to contain 10% quantity of the oil. Normally 3% quantity the oil shall be contained in<br />

the conservator.<br />

18.5 The cover of main tank shall be provided with an air release plug to enable air trapped within to be<br />

released, unless the conservator is so located as to eliminate the possibility of air being trapped<br />

within the main tank.<br />

18.6 The inside diameter of the pipe connecting the conservator to the main tank should be within 20 to<br />

50 mm and it should be projected into the conservator so that its end is approximately 20 mm<br />

above the bottom of the conservator so as to create a sump for collection of impurities. The<br />

minimum oil level (corresponding to -5 °C) should be above the sump level.<br />

70


19 SURFACE PREPARATION AND PAINTING:<br />

19.1 GENERAL<br />

19.1.1 All paints, when applied in a normal full coat, shall be free from runs, sags, wrinkles, patchiness,<br />

brush marks or other defects.<br />

19.1.2 All primers shall'be well marked into the surface, particularly in areas where painting is evident<br />

and the first priming coat shall be applied as soon as possible after cleaning. The paint shall be<br />

applied by airless spray" according to manufacturer's recommendations. However, where ever<br />

airless spray is not possible, conventional spray be used with prior approval of purchaser.<br />

19.2 CLEANING AND SURFACE PREPARATION:<br />

19.2.1 After all machining, forming and welding has been completed, all steel work surfaces shall be<br />

thoroughly cleaned of rust, scale, welding slag or spatter and other contamination prior to any<br />

painting.<br />

19.2.2 Steel surfaces shall be prepared by shot blast cleaning (IS9954) to grade Sq. 2.5 of ISO 8501 -1 or<br />

chemical cleaning including phosphating of the appropriate quality (IS 3618).<br />

19.2.3 Chipping, scraping and steel wire brushing using manual or power driven tools cannot remove<br />

firmly adherent mill-scale. These methods shall only be used where blast cleaning is impractical.<br />

Manufacturer to clearly explain such areas in his technical offer<br />

19.3 PROTECTIVE COATING:<br />

19.3.1 As soon as all items have been cleaned and within four hours of the subsequent drying, they shall<br />

be given suitable anti-corrosion protection.<br />

19.4 PAINT MATERIAL:<br />

19.4.1 Following are the types of paint which may be suitably used for the items to be painted at shop and<br />

supply of matching paint to site:<br />

Heat resistant paint (Hot oil proof) for inside surface<br />

19.4.2 For external surfaces one coat of thermo setting powder paint or one coat of epoxy primer<br />

followed by two coats of synthetic enamel/polyurethene base paint. These paints can be either air<br />

drying or stoving.<br />

19.4.3 For highly polluted areas, chemical atmosphere or for places very near to the sea coast, paint as<br />

above with one coat of high build Micaceous iron oxide (MIO) as an intermediate coat may be<br />

used.<br />

19.5 PAINTING PROCEDURE:<br />

19.5.1 All prepared steel surfaces should be primed before visible re-rusting occurs or within 4 hours,<br />

whichever is sooner. Chemical treated steel surfaces shall be primed as soon as the surface is dry<br />

and while the surface is still warm.<br />

19.5.2 Where the quality of film is impaired by excess film thickness (wrinkling, mud cracking or general<br />

softness) the supplier shall remove the unsatisfactory paint coating and apply another coating. As a<br />

general rule, dry film thickness should not exceed the specified minimum dry film thickens by<br />

more than 25%.<br />

19.6 DAMAGED PAINTWORK:<br />

19.6.1 Any damage occurring to any part of a painting scheme shall be made good to the same standard<br />

71


of corrosion protection and appearance as that was originally applied.<br />

19.6.2 Any damaged paint work shall be made good as follows:<br />

19.6.2.1 The damaged area, together with an area extending 25 mm around its boundary, shall be cleaned<br />

down to bare metal.<br />

19.6.2.2 A priming coat shall be immediately applied, followed by a full paint finish equal to that originally<br />

applied and extending 50 mm around the perimeter of the original damage.<br />

19.6.2.3 The repainted surface shall present a smooth surface. This shall be obtained by carefully<br />

chamfering the paint edges before and after priming.<br />

19.7 DRY FILM THICKNESS:<br />

19.7.1 To the maximum extent practicable the coats shall be applied as a continuous film of uniform<br />

thickness and free of pores. Overspray, skips, runs, sags and drips should be avoided. The different<br />

coats may or may not be of the same colour.<br />

19.7.2 Each coat of paint shall be allowed to harden before the next is applied as per manufacturer's<br />

recommendation.<br />

19.7.3 Particular attention must be paid to full film thickness at the edges.<br />

19.7.4 The requirements for the dry film thickness (DFT) of paint and the materials to be used shall be as<br />

given below:<br />

SI. No. Paint type Area to be painted No. of Total dry film thickness (min.)<br />

coats (microns)<br />

1. Thermo setting powder paint inside outside 01 01 30 60<br />

2.<br />

Liquid paint<br />

a) Epoxy (primer) outside 01 30<br />

b) P.U. Paint (Finish coat) outside 02 25 each<br />

c) Hot oil paint/ Varnish inside 01 35/10<br />

19.8 TESTS FOR PAINTED SURFACE:<br />

19.8.1 The painted surface shall be tested for paint thickness.<br />

19.8.2 The painted surface shall pass the cross hatch adhesion test and impact test as acceptance tests and<br />

Note<br />

Salt spray test and Hardness test as type test as per the relevant ASTM standards.<br />

Supplier shall guarantee the painting performance requirement for a period of not less than<br />

2.5 years.<br />

20 BUSHINGS:<br />

20.1 The bushings shall conform to the relevant standards specified and shall be of outdoor type. The<br />

bushing rods and nuts shall be made of brass material 12 mm diameter for both HT and LT<br />

bushings. For transformers of 100 kVA and below the bushing can be mounted on pipes. The tests<br />

as per latest IS 2099 and IS 7421' shall be conducted on the transformer bushings.<br />

20.2 For 11 kV, 17.5 kV class bushings and for 0.433 kV, 1.1 kV class bushings shall be used.<br />

20.3 Bushing can be of porcelain/epoxy material. Polymer insulator bushings conforming with relevant I<br />

EC can also be used.<br />

20.4 Bushings of plain shades as per IS 3347 shall be mounted on the side of the Tank and not on top<br />

cover.<br />

20.5 Dimensions of the bushings of the voltage class shall conform to the Standards specified and<br />

dimension of clamping arrangement shall be as per IS 4257.<br />

72


20.6 Minimum external phase to phase and phase to earth clearances of bushing terminals shall be as follows:<br />

Voltage<br />

Clearance<br />

Phase to phase<br />

Phase to earth<br />

11 kV 255 mm 140 mm<br />

LV 75 mm 40 mm<br />

20.7 Arcing horns shall be provided on HV bushings.<br />

20.8 Brazing of all inter connections, jumpers from winding to bushing shall have cross section larger<br />

than the winding conductor. All the Brazes shall be qualified as per ASME, section – IX.<br />

20.9 The bushings shall be of reputed make supplied by those manufacturers who are having<br />

manufacturing and testing facilities for insulators.<br />

20.10 The terminal arrangement shall not require a separate oil chamber not connected to oil in the main<br />

tank.<br />

21 TERMINAL CONNECTORS:<br />

21.1 The LV and HV bushing stems shall be provided with suitable terminal connectors as per IS 5082<br />

so as to connect the jumper without disturbing the bushing stem. Connectors shall be with eye<br />

bolts so as to receive conductor for HV. Terminal connectors shall be type tested as per IS 5561.<br />

22 LIGHTNING ARRESTORS:<br />

22.1 9 kV, 5 kA metal oxide lightning arresters of reputed make conforming to IS 3070 Part-Ill, one<br />

number per phase shall be provided.(To be fitted under the HV bushing with Gl earth strip 25x4<br />

mm connected to the body of the transformer with necessary clamping arrangement) Lightening<br />

arrestors with polymer insulators in conformance with relevant IEC can also be used.<br />

23 TERMINAL MARKINGS:<br />

23.1 High voltage phase windings shall be marked both in the terminal boards inside the tank and on<br />

the outside with capital letter 1U, 1V, 1W and low voltage winding for the same phase marked by<br />

corresponding small letter 2u, 2v, 2w. The neutral point terminal shall be indicated by the letter<br />

2n. Neutral terminal is to be brought out and connected to local grounding terminal by an earthing<br />

strip.<br />

24 FITTINGS:<br />

24.1 The following standard fittings shall be provided :<br />

i<br />

ii<br />

iii<br />

iv<br />

v<br />

vi<br />

vii<br />

viii<br />

ix<br />

x<br />

xi<br />

Rating and terminal marking plates, non-detachable.<br />

Earthing terminals with lugs - 2 Nos.<br />

Lifting lugs for main tank and top cover<br />

Terminal connectors on the HV/LV bushings (For bare terminations only).<br />

Thermometer pocket with cap -1 No.<br />

Air release device<br />

HV bushings - 3 Nos.<br />

LV bushings - 4 Nos<br />

Pulling lugs<br />

Stiffener<br />

Radiators - Number. and length may be mentioned (as per heat dissipation calculations)/<br />

73


xii<br />

xiii<br />

xiv<br />

xv<br />

xvi<br />

xvii<br />

xviii<br />

xix<br />

corrugations.<br />

9 kV, 5 kA lightning arresters on HT side - 3 No.<br />

Prismatic oil level gauge,<br />

Drain cum sampling valve,<br />

Top filter valve<br />

Oil filling hole having p. 1 - %" thread with plug and drain plug on the conservator.<br />

Silica gel breather<br />

Base channel 75x40 mm for up to 100 kVA, 460 mm long with holes to make them suitable for<br />

fixing on a platform or plinth.<br />

Pressure relief device or explosion vent.<br />

25 FASTENERS:<br />

25.1 All bolts, studs, screw threads, pipe threads, bolt heads and nuts shall comply with the appropriate<br />

Indian Standards for metric threads, or the technical equivalent.<br />

25.2 Bolts or studs shall not be less than 6 mm in diameter except when used for small wiring<br />

terminals.<br />

25.3 All nuts and pins shall be adequately locked.<br />

25.4 Wherever possible bolts shall be fitted in such a manner that in the event of failure of locking<br />

resulting in the nuts working loose and falling off, the bolt will remain in position.<br />

25.5 All ferrous bolts, nuts and washers placed in outdoor positions shall be treated to prevent<br />

corrosion, by hot dip galvanising, except high tensile steel bolts and spring washers which shall<br />

be electro-galvanised / plated. Appropriate precautions shall be taken to prevent electrolytic<br />

action between dissimilar metals.<br />

25.6 Each bolt or stud shall project at least one thread but not more than three threads through the nut,<br />

except when otherwise approved for terminal board studs or relay stems. If bolts and nuts are<br />

placed so that they are inaccessible by means of ordinary spanners, special spanners shall be<br />

provided.<br />

25.7 The length of the screwed portion of the bolts shall be such that no screw thread may form part of<br />

a shear plane between members.<br />

25.8 Taper washers shall be provided where necessary.<br />

25.9 Protective washers of suitable material shall be provided front and back of the securing screws.<br />

26 OVERLOAD CAPACITY<br />

26.1 The transformers shall be suitable for loading as per IS 6600.<br />

27 COMPLETELY SELF PROTECTED (CSP) TRANSFORMERS:<br />

27.1 CSP transformers must be provided for ratings up to 200 kVA<br />

28 PROTECTION FEATURES:<br />

28.1 External Weather proof HV fuse on the HV side of transformer.<br />

28.1.1 The fuse is mounted normally inside of the primary bushing for the three phases and is connected<br />

to the high voltage winding through a terminal block. This has to protect that part of the electrical<br />

distribution system which is ahead of the distribution transformers from faults which occur inside<br />

the distribution transformer i.e., either in the windings or some other part of the transformer. It<br />

shall be ensured that this fuse does not blow for faults on the secondary side (LT side) of the<br />

transformer i.e., the blowing characteristics of the fuse and LT breaker shall be so coordinated<br />

74


such that the fuse shall not blow for any faults on the secondary side of the transformer beyond<br />

LT breakers and those faults shall be cleared by the LT breaker only.<br />

28.2 Externally weather proof Mounted LT Breaker on the LV Side of the Transformer:<br />

28.2.1 3 Pole LT circuit breaker: All LT faults after the breaker shall be cleared by this breaker. As such<br />

it shall be designed for perfect coordination with the HT fuse link. The bidder shall furnish the<br />

time / current characteristics of LT circuit breaker and 11 kV fuses for various current<br />

multiples.<br />

28.2.2 The two characteristics shall be drawn on the same sheet to indicate coordination between the<br />

circuit breaker and fuse. The bidder shall carry out coordination test as indicated above and this<br />

forms one of the tests for acceptance test.<br />

28.2.3 The breaker shall be coordinated thermally with the transformer design to follow closely the<br />

variations of oil temperature due to fluctuating loads and ambient temperatures.<br />

28.2.4 Arrangements shall be provided to enable the circuit breaker to be closed and opened<br />

manually standing on ground.<br />

28.2.5 The cross section of the current carrying parts of the breaker shall withstand the full load current<br />

at a current density not more than 2.5 A/sq. mm (for additional mechanical strength the area<br />

should be more).<br />

28.2.6 Rated short circuit breaking capacity of the breaker shall not be less than 2.5 kA. The circuit<br />

breaker shall confirm to IS 13947.<br />

29 LOAD MANAGEMENT SIGNAL LIGHT:<br />

29.1 A signal light shall be provided to give information about the loading condition of the<br />

transformer. It shall forewarn any overloading problem at the installation such that replacement of<br />

the existing transformer with a higher capacity transformer can be planned. The signal light<br />

mechanism shall not reset itself when the load drops from the overloaded condition. The signal<br />

light shall remain lighted once the signal light contacts close due to overload and can be turned<br />

off by manual operation. (The signal light shall not give indication for momentary overloading).<br />

Loading indication shall be available in adjustable steps of 10% starting from 70% to 110%<br />

30 LIGHTNING ARRESTORS:<br />

30.1 9 kV, 5 kA metal oxide lightning arrestors Distribution class type of reputed make as per relevant<br />

31 TESTS:<br />

standard, one number per phase shall be provided to be fitted under the HV bushing with Gl earth<br />

strip 25x4 mm connected to the body of the transformer with necessary clamping arrangement.<br />

31.1 All the equipment offered shall be fully type tested by the bidder or his collaborator as per the<br />

relevant standards including the additional type tests. The type test must have been conducted on<br />

a transformer of same design at the time of bidding. The bidder shall furnish two sets of type test<br />

reports along with the offer. Offers without type test reports will be treated as non-responsive.<br />

31.2 Special tests other than type and routine tests, as agreed between purchaser and bidder shall also<br />

be carried out as per the relevant standards<br />

31.3 The requirements of site tests are also given in this clause.<br />

31.4 The test certificates for a!! routine and type tests for the transformers and also for the bushings<br />

and transformer oil shall be submitted with the bid.<br />

31.5 The procedure for testing shall be in accordance with IS1180/2026 as the case may be except for<br />

temperature rise test.<br />

31.6 Before despatch each of the completely assembled transformers shall be subjected to the routine<br />

tests at the manufacturer's works.<br />

75


32 ROUTINE TESTS<br />

32.1 Ratio, polarity, phase sequence and vector group.<br />

32.2 No Load current and losses at service voltage and normal frequency.<br />

32.3 Load losses at rated current and normal frequency<br />

32.4 Impedance voltage test.<br />

32.5 Resistance of windings at each tap, cold (at or near the test bed temperature).<br />

32.6 Insulation resistance.<br />

32.7 Induced over voltage withstand test.<br />

32.8 Separate source voltage withstand test.<br />

32.9 Neutral current measurement-The value of zero sequence current in the neutral of the star winding<br />

shall not be more than 2% of the full load current.<br />

32.10 Oil samples (one sample per lot) to comply with IS 1866.<br />

32.11 Measurement of no load losses and magnetizing current at rated frequency and 90%, 100% and<br />

110% rated voltage.<br />

32.12 Pressure and vacuum test for checking the deflection.<br />

33 TYPE TESTS<br />

33.1 (i) Tenderers must submit attested / certified copy of complete volume of type test certificates<br />

(short ckt & Lightning Impulse withstand voltage test) as per relevant ISS issued from CPRI /<br />

ERDA, Vadodara / National Test House Govt. of India, only for the tendered item, failing which<br />

the tender shall be rejected. The copy of test certificates must , contain approved drawings, test<br />

report no & date, name of test, name of material, rating transformer serial no etc.<br />

(ii)<br />

The submitted type-test reports must be in conformity to the technical specification of this<br />

NIT, failing which, offer will be rejected.<br />

(iii)<br />

Specification of the offered transformer (GTP) must conform the specification of the NIT,<br />

failing which the offer will be rejected.<br />

(iv)<br />

If the offered item [Guaranteed Technical Particulars (GTP)] is not proto-type of type<br />

tested design but conforming the technical specification of NIT, then one transformer will<br />

randomly be selected and sealed by the Inspecting Authority of JSEB, at the time of pre-despatch<br />

inspection, from the manufactured and offered 1 st lot and the tenderer would have to get this<br />

transformer type tested afresh at CPRI at their own cost. In such case 90% (ninety percent)<br />

payment of ordered value shall be made only after adherence of clause # 28 of tender and balance<br />

10% (ten percent) payment shall be released after submission of successful type test reports. In<br />

case of failure of type-test, order will be cancelled for entire quantity & BG submitted at the time<br />

of payment shall be encashed and firm will be allowed to take back entire supplied transformers<br />

against above order. If offered item is proto type of type tested design, then fresh type test is not<br />

required, as offered design is already type-tested.<br />

33.2 In addition to the above type tests following additional tests may be conducted at CPRI, if Board<br />

desires, to do so, at the cost of the supplier.<br />

a. Temperature rise test for determining the maximum temperature rise after continuous full load<br />

run. The ambient temperature and time of test should be stated in the test certificate<br />

b. Air Pressure Test: As per IS - 1180.<br />

c. Magnetic Balance Test.<br />

d. Un-balanced current test: The value of unbalanced current indicated by the ammeter shall not be<br />

more than 2% of the full load current.<br />

e. Noise-level measurement.<br />

f. Measurement of zero-phase sequence impedance<br />

g. Measurement of Harmonics of no-load current for vacuum shall be tested at an internal pressure<br />

of 0.35 kg per sq cm absolute (250 mm of Hg) for one hour. The permanent deflection of flat<br />

plates after the vacuum has been released shall not exceed the values specified below:<br />

76


Horizontal length of flat plate (in mm)<br />

Permanent deflection (in mm)<br />

Upto and including 750 5.0<br />

751 to 1250 6.5<br />

1251 to 1750 8.0<br />

1751 to 2000 9.5<br />

2001 to 2250 11.0<br />

2251 to 2500 12.0<br />

2501 to 3000 16.0<br />

Above 3000 19.0<br />

h. Transformer tank together with its radiator and other fittings shall be subjected to pressure<br />

corresponding to twice the normal pressure or 0.35 kg / sq.cm which ever is lower, measured at the<br />

base of the tank and maintained for an hour. The permanent deflection of the flat plates after the<br />

excess pressure has been released, shall not exceed the figures for vacuum test.<br />

i. Pressure relief device test: The pressure relief device shall be subject to increasing fluid pressure. It<br />

shall operate before reaching the test pressure as specified in the above class. The operating<br />

pressure shall be recorded. The device shall seal-off after the excess pressure has been released.<br />

j. It may also be noted that the purchaser reserves the right to conduct short circuit test and impulse<br />

voltage withstand test in accordance with the IS, afresh on each ordered rating at purchaser cost,<br />

even if the transformers of the same rating and similar design are already tested. This test shall be<br />

carried out on a transformer to be selected by the purchaser either at the manufacturer's works when<br />

they are offered in a lot for supply or randomly from the supplies already made to purchaser's<br />

stores. The findings and conclusions of these tests shall be binding on the supplier.<br />

34. ACCEPTANCE TESTS:<br />

34.1 At least 10% transformers of the offered lot (minimum of one) shall be subjected to the following<br />

routine/ acceptance test in presence of purchaser's representative at the place of manufacture before<br />

dispatch without any extra charges. The testing shall be carried out in accordance with 18:1180 and<br />

IS:2026.<br />

34.2 Checking of weights, dimensions, fitting and accessories, tank sheet thickness, oil quality, material,<br />

finish and workmanship as per GTP and contract drawings.<br />

34.3 Physical verification of core coil assembly and measurement of flux density of one unit of each<br />

rating, in every inspection with reference to short circuit test report<br />

34.4 Temperature rise test on one unit of the total ordered quantity<br />

35 TESTS AT SITE:<br />

The purchaser reserves the right to conduct all tests on transformer after arrival at site and the<br />

manufacturer shall guarantee test certificate figures under actual service conditions.<br />

36. INSPECTION:<br />

36.1 In respect of raw material such as core stampings, winding conductors, insulating paper and oil,<br />

supplier shall use materials manufactured/supplied by standard manufacturers and furnish the<br />

manufacturers' test certificate as well as the proof of purchase from these manufacturers (excise<br />

gate pass) for information of the purchaser. The bidder shall furnish following documents along<br />

with their offer in respect of the raw materials:<br />

77


v. Invoice of supplier.<br />

vi.<br />

vii.<br />

viii.<br />

Mill's certificate<br />

Packing list.<br />

Bill of landing,<br />

v. Bill of entry certificate by custom.<br />

37 INSPECTION AND TESTING OF TRANSFORMER OIL:<br />

37.1 To ascertain the quality of the transformer oil, the original manufacturer's tests report should be<br />

submitted at the time of inspection. Arrangements should also be made for testing of transformer<br />

oil, after taking out the sample from the manufactured transformers and tested in the presence of<br />

purchaser's representative.<br />

37.2 To ensure about the quality of transformers, the inspection shall be carried out by the purchaser's<br />

representative at following two stages:-<br />

37.2.1 Online anytime during receipt of raw material and manufacture/ assembly whenever the purchaser<br />

desires.<br />

37.2.2 At finished stage i.e. transformers are fully assembled and are ready for despatch.<br />

37.3 The stage inspection may be carried out ,if Board, desires to do so.<br />

37.4 After the main raw-material i.e. core and coil material and tanks are arranged and transformers are<br />

taken for production on shop floor and a few assembly have been completed, the firm shall intimate<br />

the purchaser in this regard, so that an officer for carrying out such inspection could be deputed, as<br />

far as possible within seven days from the date of intimation. During the stage inspection a few<br />

assembled core shall be dismantled (only in case of CRGO material) to ensure that the CRGO<br />

laminations used are of good quality. Further, as and when the transformers are ready for despatch,<br />

an offer intimating about the readiness of transformers, for final inspection for carrying out tests as<br />

per relevant IS shall be sent by the firm along with Routine Test Certificates. The inspection shall<br />

normally be arranged by the purchaser at the earliest after receipt of offer for pre-delivery<br />

inspection. The proforma for pre delivery inspection of Distribution transformers is placed at<br />

Annex- ‘L’.<br />

37.5 In case of any defect/defective workmanship observed at any stage by the purchaser's Inspecting<br />

Officer, the same shall be pointed out to the firm in writing for taking remedial measures. Further<br />

processing should only be done after clearance from the Inspecting Officer/ purchaser.<br />

37.6 All tests and inspection shall be carried out at the place of manufacture unless otherwise<br />

specifically agreed upon by the manufacturer .and purchaser at the time of purchase. The<br />

manufacturer shall offer the Inspector representing the Purchaser all reasonable facilities, without<br />

charges, to satisfy him that the material is being supplied in accordance with this specification. This<br />

will include Stage Inspection during manufacturing stage as well as Active Part Inspection during<br />

Acceptance Tests.<br />

37.7 The manufacturer shall provide all services to establish and maintain quality of workman ship in his<br />

works and that of his sub-contractors to ensure the mechanical /electrical performance of<br />

components, compliance with drawings, identification and acceptability of all materials, parts and<br />

equipment as per latest quality standards of ISO 9000.<br />

37.8 Purchaser shall have every right to appoint a third party inspection to carryout the inspection<br />

process.<br />

37.9 The purchaser has the right to have the test carried out at his own cost by an independent agency<br />

78


wherever there is a dispute regarding the quality supplied. Purchaser has right to test 1 % of the<br />

supply selected either from the stores or field to check the quality of the product. In case of any<br />

deviation purchaser have every right to reject the entire lot or penalize the manufacturer, which may<br />

lead to blacklisting, among other things.<br />

38. QUALITY ASSURANCE PLAN:<br />

38.1 The bidder shall invariably furnish following information along with his bid, failing which his bid<br />

shall be liable for rejection. Information shall be separately given for individual type of equipment<br />

offered.<br />

38.2 Statement giving list of important raw materials, names of sub-suppliers for the raw materials, list<br />

of standards according to which the raw materials are tested, list of tests normally carried out on<br />

raw materials in the presence of bidder's representative, copies of test certificates.<br />

38.3 Information and copies of test certificates as above in respect of bought out accessories.<br />

38.4 List of manufacturing facilities available.<br />

38.5 Level of automation achieved and list of areas where manual processing exists.<br />

38.6 List of areas in manufacturing process, where stage inspections are normally carried out for quality<br />

control and details of such tests and inspection.<br />

38.7 List of testing equipment available with the bidder for final testing of equipment along with valid<br />

calibration reports. These shall be furnished with the bid. Manufacturer shall posses 0.1 accuracy<br />

class instruments for measurement of losses.<br />

38.8 Quality Assurance Plan (QAP) with hold points for purchaser's inspection.<br />

38.9 The successful bidder shall within 30 days of placement of order, submit following information to<br />

the purchaser:<br />

38.9.1 List of raw materials as well as bought out accessories and the names of sub-suppliers selected from<br />

those furnished along with offer.<br />

38.9.2 Type test certificates of the raw materials and bought out accessories.<br />

38.9.3 The successful bidder shall submit the routine test certificates of bought out accessories and central<br />

excise passes for raw material at the time of routine testing.<br />

39. DOCUMENTATION:<br />

39.1 The bidder shall furnish along with the bid the dimensional drawings of the items offered indicating<br />

all the fittings.<br />

39.2 Overall Dimensional tolerances.<br />

39.3 Weight of individual components and total weight.<br />

39.4 An outline drawing front (both primary and secondary sides) and end-elevation and plan of the tank<br />

and terminal gear, wherein the principal dimensions shall be given.<br />

39.5 Typical general arrangement drawings of the windings with the details of the insulation at each<br />

point and core construction of transformer.<br />

39.6 Typical general arrangement drawing showing both primary and secondary sides and end-elevation<br />

and plan of the transformer.<br />

40. PACKING AND FORWARDING:<br />

41.1 The packing shall be done as per the manufacturer's standard practice. However, it should be<br />

ensured that the packing is such that, the material would not get damaged during transit by Rail /<br />

Road / Sea.<br />

79


41.2 The marking on each package shall be as per the relevant IS.<br />

41. GUARANTEE:<br />

41.1 The manufacturers of the transformer shall provide a guarantee of 30 months from the date of<br />

receipt at the stores of the Utility or 24 months from the date of commissioning, whichever is<br />

earlier. In case the distribution transformer fails within the guarantee period the purchaser will<br />

immediately inform the supplier who shall take back the failed DT within 15 days from the date of<br />

the intimation at his own cost and replace/repair the transformer within forty five days of date of<br />

intimation with a roll over guarantee.<br />

41.2 The outage period i.e. period from the date of failure till unit is repaired/ replaced shall not be<br />

counted for arriving at the guarantee period.<br />

41.3 In the event of the supplier's inability to adhere to the aforesaid provisions, suitable penal action<br />

will be taken against the supplier which may inter alia include blacklisting of the firm for future<br />

business with the purchaser for a certain period.<br />

42 SCHEDULES:<br />

42.1 The bidder shall fill in the following schedule which will be part of the offer. If the schedule are not<br />

submitted duly filled in with the offer, the offer shall be liable for rejection.<br />

Annexure-‘C’<br />

Annexure- ‘F’<br />

43 DEVIATIONS :<br />

: In the Schedule of Deviations clause of techno – commercial part-I.<br />

: Schedule of Deviation<br />

43.1 The bidders are not allowed to deviate from the principal requirements of the Specifications.<br />

However, the bidder is required to submit with his bid in the relevant schedule a detailed list of all<br />

deviations without any ambiguity. In the absence of a deviation list in the deviation schedules, it is<br />

understood that such bid conforms to the bid specifications and no post-bid negotiations shall take<br />

place in this regard.<br />

43.2 The discrepancies, if any, between the specification and the catalogues and / or literatures submitted<br />

as part of the offer by the bidders, shall not be considered and representations in this regard shall<br />

not be entertained.<br />

43.2 If it is observed that there are deviations in the offer in guaranteed technical particulars other than<br />

those specified in the deviation schedules then such deviations shall be treated as deviations.<br />

43.4 All the schedules shall be prepared by vendor and are to be enclosed with the bid.<br />

44. Label design, manner of display of Star rating in the Distribution Transformer<br />

44.1 Material of the lable shall be non detachable weather proof type. The Design of the Label, manner<br />

of display of label and its colour scheme will be in accordance with the notification of Bureau of<br />

Energy Efficiency, New Delhi’s, appended as Annexure- ‘K’.<br />

Electrical Superintending Engineer (purchase)<br />

JSEB, Ranchi<br />

80


<strong>JHARKHAND</strong> <strong>STATE</strong> <strong>ELECTRICITY</strong> <strong>BOARD</strong><br />

ENGINEERING BUILDING, HEC, DHURWA, RANCHI-4<br />

FAX NO. 0651 – 2400799<br />

Annexure – ‘C’<br />

Tender Proforma for Part – I (Technical & Commercial)<br />

NIT No. /JSEB/PR/11-12 Due Date of opening of part-I 24.06.2011<br />

Sl.no. Parameters Bidders particulars Page no.-<br />

1. Name & Full address of the tenderer : of tender documents<br />

With Tele.no…………… fax no……..<br />

2. Name of Materials :<br />

3. Name of Manufacturer :<br />

4. Quantity offered :<br />

5. Whether the F.O.R. destination price has :<br />

been quoted giving freight element<br />

6. Whether quoted price is FIRM : :<br />

7. Delivery period :<br />

8. Validity of the offer :<br />

(it should not be less than 90 days)<br />

9. Acceptance of the terms of payment :<br />

10. Acceptance of terms of security deposit :<br />

11. Details of deviation from the tender :<br />

Specification, if any<br />

12. Acceptance of the technical specification of :<br />

the materials for which offer is<br />

13. Guaranteed performance particulars :<br />

(copies of performance & Purchase order<br />

certificates should be attached)<br />

14. Guarantee :<br />

15. Acceptance of penalty clause :<br />

16. Particulars of payment made for Purchase of :<br />

BOQ and specification (Money receipt No.<br />

& date should be quoted)<br />

17. Amount of earnest money paid with money :<br />

receipt No. & Date<br />

81


18. Whether the firm is registered SSI unit of :<br />

Jharkhand or registered with NSIC/ DGS & D<br />

(give details of Registration etc. along with<br />

photo State copy of certificate.)<br />

19. Name of place where the materials will be :<br />

manufactured and will be available for<br />

inspection by the Board’s representative<br />

21. Whether Sales Tax<br />

clearance certificate submitted : Yes / No<br />

21. Sales Tax Registration No. :<br />

22. Whether proof of financial capability : Yes / No<br />

Submitted<br />

23. Details of past performance<br />

i) Whether list of past POs executed : Yes / No<br />

submitted<br />

ii) Whether copies of past Pos : Yes / No<br />

submitted<br />

iii) Whether copies of : Yes / No<br />

performance certificate enclosed<br />

24. Re-inspection charges supplied : Yes/No<br />

25. List of enclosures :<br />

26. Whether type-test report submitted : Type –test report no.<br />

27. Annual turn over as on 31.03.2010 :<br />

28. Whether, enrollment certificate of Bureau<br />

of Energy Efficiency for manufacturing of<br />

03 (three) star 100 kVA distribution<br />

transformer valid on due date of tender is<br />

submitted. :<br />

29. Whether bidder is accepting clause No. 27<br />

(quality control) of General Terms and<br />

conditions of NIT :<br />

30 Whether bidder is accepting clause No. 33<br />

(Extension order) of General Terms and<br />

conditions of NIT :<br />

31. Remarks :<br />

Signature of tenderer with full name<br />

Designation:……………………….<br />

Note: Must be filled in Board’s proforma only,<br />

Otherwise offer may be liable for rejection.<br />

Seal:………………………………..<br />

82


.<br />

<strong>JHARKHAND</strong> <strong>STATE</strong> <strong>ELECTRICITY</strong> <strong>BOARD</strong><br />

ENGINEERING BUILDING, HEC, DHURWA, RANCHI-4<br />

FAX NO. 0651 – 2400799<br />

Annexure – ‘D’<br />

TENDER PERFORMA FOR PART – II (PRICE BID)<br />

NIT No. /JSEB/PR/11-12 Due Date of opening of part-I 24.06.2011<br />

1. Name & Full address of the tenderer :<br />

2. Name of Manufacturer :<br />

3. Name of Materials :<br />

4. Tender notice no. with due date :<br />

5. Quantity offered :<br />

6. Whether quoted price is FIRM : YES<br />

7. Unit Landed price Breakup :<br />

a–i) Ex-factory price of transformer<br />

Ex-works price shall be quoted after<br />

considering benefit under MODVAT<br />

or any other scheme to be retained by<br />

the supplier<br />

a-ii) Ex-works price of Lightning Arresters<br />

a-iii) Ex-works price of CSP<br />

(completely self protected) :<br />

b) Excise duty<br />

c) VAT / CST<br />

d) Freight<br />

(including loading, unloading at stores,:<br />

packing forwarding etc.)<br />

e) Other charges, if any :<br />

f) Entry tax, if applicable :<br />

g) Insurance – will be arrangement by the Board<br />

8. Discount, if any<br />

(Conditional discount will not be accepted)<br />

9. Total landed price<br />

10. Remarks: Must be filled in Board’s proforma only,<br />

Failing which offer may be liable for rejection.<br />

Signature of tenderer with full name<br />

Designation:……………………….<br />

83


Seal:………………………………..<br />

<strong>JHARKHAND</strong> <strong>STATE</strong> <strong>ELECTRICITY</strong> <strong>BOARD</strong><br />

ENGINEERING BUILDING, HEC, DHURWA, RANCHI-4<br />

FAX NO. 0651 – 2400151<br />

Annexure ‘E’<br />

NIT No. /JSEB/PR/11-12 Due Date of opening of part-I 24.06.2011<br />

GUARANTEED AND OTHER PARTICULARS FOR DISTRIBUTION<br />

TRANSFORMERS<br />

Sl. No. Description To be filled by<br />

Bidder<br />

1. Make<br />

2. Name of Manufacturer<br />

3. Place of Manufacture<br />

4. Voltage Ratio<br />

5. Rating<br />

A. Rated output (KVA)<br />

B. Rated Voltage (HV)<br />

C. Rated Voltage (LV)<br />

D. Number of Phases<br />

E. Rated Frequency (Hz)<br />

F. Vector Group Symbol<br />

6. Core Material used and Grade:<br />

a. Whether core of the offered transformer is stack type CRGO core, as<br />

required by NIT.<br />

b. Flux density<br />

c. Over fluxing without saturation<br />

(Curve to be furnished by the Manufacturer in support of his claim)<br />

7. Maximum temperature rise of (without +ve tolerance)<br />

a) windings by resistance method<br />

b) Oil by thermometer<br />

8. Magnetising (no-load) current at:<br />

a) 90% Voltage<br />

b) 1 00% Voltage<br />

c) 110% Voltage<br />

9. Core loss in watts :<br />

a) Normal voltage<br />

b) Maximum voltage<br />

84


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

a. HV Winding (ohms)<br />

b. LV Winding (ohms)<br />

11. Full load losses (watts) at 75 °C (without +ve tolerance)<br />

12. Total Losses at 1 00% load at 75 °C (without +ve tolerance)<br />

13. Total Losses at 50% load at 75 °C (without +ve tolerance)<br />

14. Current density used for :<br />

a) HV Winding<br />

b) LV Winding<br />

15. Clearances : (mm)<br />

a) Core and LV<br />

b) LV and HV<br />

c) HV Phase to Phase<br />

d) End insulation clearance to earth<br />

e) Any point of winding to tank<br />

16. Efficiency at 75 °C :<br />

a) Unity P.P. and<br />

b) .0.8 P.P.<br />

1) 125% load<br />

2) 100% load<br />

3) 75% load<br />

4) 50% load<br />

5) 25% load<br />

17. Regulation at :<br />

a) Unity P.P.<br />

b) 0.8 P.P. at 75 °C<br />

18. % Impedance at 75 °C<br />

19. Flashiest:<br />

(i) HV 28 kV / 50 HZ for 1 minute<br />

(ii) LV 3 kV/50 Hz for 1 minute<br />

20. Over potential Test (Double Voltage and Double frequency<br />

for 1 minute)<br />

21. Impulse test<br />

22. Mass of : (kg)<br />

a) Core lamination (minimum)<br />

b) Windings (minimum)<br />

c) Tank and fittings<br />

d) Oil<br />

e) Oil quantity (minimum) (litre)<br />

f) Total weight (without –ve tolerance)<br />

23. Oil Data :<br />

1. Quantity for first filling (minimum) (litre)<br />

2. Grade of oil used<br />

3. Maker's name<br />

4. BDV at the time of filling<br />

24. Transformer:<br />

1) Overall length-x breadth x height (mm x mm x mm)<br />

2) Tank length x breadth x height<br />

3) Thickness of plates for (without–ve tolerance)<br />

a) Side plate (min)<br />

b) Top and bottom plate (min)<br />

85


4) Conservator Dimensions<br />

25. Radiation:<br />

1) Heat dissipation by tank walls excluding top and bottom<br />

2) Heat dissipation by cooling tube<br />

3) Diameter and thickness of cooling tube<br />

4) Whether calculation sheet for selecting cooling area to ensure that<br />

the transformer is capable of giving continuous rated output without<br />

exceeding temperature rise is enclosed.<br />

`<br />

26. Inter layer insulation provided in design for:<br />

1) Top and bottom layer<br />

2) In between all layer<br />

3) Details of end insulation<br />

4) Whether wedges are provided at 50% turns of the HV coil<br />

27. Insulation materials provided<br />

a) For Conductors<br />

(1) HV<br />

(2) LV<br />

b) Core<br />

28. Material and Size of the wire used<br />

1) HV Dia (mm) (SWG)<br />

2) LV<br />

a) Strip size<br />

b) No. of Conductors in parallel<br />

c) Total area of cross section (sq mm)<br />

29. Whether the name plate gives all particulars as required in Tender<br />

30. Particulars of bushings HV/LV<br />

1) Maker's name<br />

2) Type IS-3347/IS-2099/IS7421<br />

3) Rating as per IS<br />

4) Dry power frequency voltage withstand test<br />

5) Wet power frequency voltage withstand test<br />

31. Number of years for which the design offered has been in commercial<br />

use.<br />

32. Whether, painting performance requirement is guaranteed for a minimum<br />

period of 2.5 years from date of receipt of materials in store.<br />

33. Whether transformers have completely self protected and protective<br />

features, in accordance with Cl. # 27 and 28 of the GTP<br />

34 Whether transformer will have design of label, manner of display of label<br />

& it’s colour scheme as per cl # 44.1 of technical specification of NIT.<br />

35 Whether transformers will have load management signal light as per cl #<br />

29 & 29.1 of technical specification of NIT.<br />

Note:- Bidder has to fill the above GTP in the Board’s proforma only, failing which offer will be<br />

rejected<br />

Date<br />

Sign & seal<br />

of the tenderer<br />

86


<strong>JHARKHAND</strong> <strong>STATE</strong> <strong>ELECTRICITY</strong> <strong>BOARD</strong><br />

ENGINEERING BUILDING, HEC, DHURWA, RANCHI-4<br />

FAX NO. 0651 – 2400799<br />

Annexure – ‘F ’<br />

NIT No. /JSEB/PR/11-12 Due Date of opening of part-I 24.06.2011<br />

SCHEDULE OF DEVIATIONS FROM SPECIFICATIONS<br />

Sl.<br />

No.<br />

SPECIFICATION / CLAUSE<br />

DEVIATION FROM<br />

SPECIFICATION<br />

(commercial & technical)<br />

JUSTIFICATION<br />

FOR DEVIATION<br />

Place:<br />

Signature of tenderer<br />

Date:<br />

Stamp<br />

NOTE:- Incase of not mentioning deviations in this deviation sheet & mentioning it elsewhere in the<br />

offer except in the tender proforma for part-1 (techno commercial), will be treated as no Deviations.<br />

87


<strong>JHARKHAND</strong> <strong>STATE</strong> <strong>ELECTRICITY</strong> <strong>BOARD</strong><br />

ENGINEERING BUILDING, HEC, DHURWA, RANCHI-4<br />

FAX NO. 0651 – 2400799<br />

NIT No. /JSEB/PR/11-12<br />

DETAILS OF TESTING FACILITIES<br />

Due Date of opening of part-I<br />

Annexure – ‘G ’<br />

Name of Test<br />

Details of testing<br />

Remarks<br />

1.<br />

i.<br />

ii.<br />

iii.<br />

iv.<br />

2.<br />

i.<br />

ii.<br />

iii.<br />

iv.<br />

3.<br />

i.<br />

ii.<br />

iii.<br />

iv.<br />

4.<br />

Test on Raw Material<br />

Routine Tests<br />

Acceptance Tests<br />

Type-tests<br />

facilities available<br />

______________________________<br />

______________________________<br />

______________________________<br />

______________________________<br />

______________________________<br />

______________________________<br />

i.<br />

ii.<br />

iii.<br />

iv.<br />

______________________________<br />

______________________________<br />

NOTE:- Incase testing facilities are not available for certain tests, indicate in the remarks columns from<br />

which testing House (S) / Institution (S) these tests will be got carried out.<br />

Signature & Seal of Tenderer<br />

88


<strong>JHARKHAND</strong> <strong>STATE</strong> <strong>ELECTRICITY</strong> <strong>BOARD</strong><br />

ENGINEERING BUILDING, HEC, DHURWA, RANCHI-4<br />

FAX NO. 0651 – 2400799<br />

Annexure – ‘H ’<br />

PROFORMA FOR SCHEDULE OF REQUIREMENT & SPECIFIED DELIVERIES FOR supply of type-tested, 11/.433 kV, 03 star,<br />

100 kVA, Al wd, stack type CRGO core, distribution transformer fitted with lightning arresters (LA) and<br />

Completely self protected (CSP)<br />

NIT No. /JSEB/PR/11-12 Due Date of opening of part-I 24.06.2011<br />

DELVERY SCHEDLUE<br />

Sl.<br />

No.<br />

Item<br />

Nos.<br />

Required<br />

The material are to be delivered on or before 07.07.2011 at Central<br />

Stores, Deoghar and Dumka..<br />

28<br />

(twenty<br />

eight)<br />

NOTE : - 1. Priorities of despatches will be as notified by the Purchaser at the time of pre-despatch inspection.<br />

Signature of tenderer :<br />

Name :<br />

Address :<br />

89


SELF DECLARATION CERTIFICATE<br />

Annexure- ‘I’<br />

It is Certified that M/s .................................................................................................... is<br />

not Black listed from Central Govt./ State Govt. / Central or State Govt. Undertaking / Public<br />

Sector Undertaking etc for the tendered item.<br />

Date:<br />

Name & Signature of the<br />

Tenderer & Seal<br />

H:\Deoghar short BoQ 11-12\63 kVA\BoQ.doc90


SELF DECLARATION CERTIFICATE<br />

Annexure- ‘J’<br />

It is hereby declared that payment of Sales tax of M/s<br />

........................................................is update & nothing is due with Sales tax Department.<br />

Date:<br />

Name & Signature of the<br />

Tenderer & Seal<br />

H:\Deoghar short BoQ 11-12\63 kVA\BoQ.doc91


Annex-'K'<br />

Proforma for pre-delivery inspection of distribution transformers<br />

1 Name of the firm<br />

2 Details of offer made<br />

i) Order No and date<br />

ii) Rating<br />

iii) Quantity<br />

iv) Sl No. of transformers<br />

3 Date of stage inspection of the lot<br />

4 Reference of stage inspection clearance<br />

5 Quantity offered and inspected against the order prior<br />

to this lot<br />

A) Acceptance tests to be carried out<br />

Sl Particulars<br />

1 a) Ratio test<br />

Observations<br />

AB/an<br />

BC/bn<br />

b) Polarity test<br />

CA/Cn<br />

2 No load loss measurement<br />

W1<br />

W2<br />

W3<br />

Multiplying factor<br />

CT<br />

Watt meter<br />

Total<br />

Total x MF<br />

Net loss<br />

H:\Deoghar short BoQ 11-12\63 kVA\BoQ.doc92


3 Load loss measurement<br />

W1<br />

W2<br />

W3<br />

Total<br />

Multiplying factor:-<br />

Sl Particulars<br />

CT<br />

Watt meter<br />

PT<br />

Total x MF<br />

Loss at ambient temperature (watt)<br />

Loss at 75°C (with calculation sheet) (watt)<br />

4 Winding resistance:<br />

HV (in ohms)<br />

Observations<br />

a) At ambient temperature of ……….°C A-B<br />

B-C<br />

C-A<br />

b) Resistance at 75°C A-B<br />

B-C<br />

C-A<br />

LV (in ohms)<br />

a) At ambient temperature of ……….°C a-b<br />

b-c<br />

c-a<br />

b) Per phase Resistance at 75°C a-n<br />

b-n<br />

c-n<br />

5 Insulation resistance (M ohm)<br />

HV-LV<br />

6 Separate source voltage withstand test voltage<br />

HV<br />

LV<br />

7 Induced over-voltage withstand test at double voltage<br />

and double frequency<br />

HV-E<br />

LV-E<br />

28 kV for 60 secs<br />

3 kV for 60 secs<br />

100 Hz, 866 volts for<br />

60 seconds<br />

H:\Deoghar short BoQ 11-12\63 kVA\BoQ.doc93


8 No load current at<br />

90% volts<br />

110% volts<br />

9 Unbalance current<br />

10 Vector group test Diagram and<br />

readings be shown in<br />

separate sheets<br />

Sl Particulars<br />

Observations<br />

11 Percentage impedance at 75°C (please furnish<br />

calculation sheet)<br />

12 Transformer oil test (break down voltage)<br />

13 Oil leakage test<br />

14 Heat run test To be carried out<br />

once against the<br />

order<br />

15 Bushing clearance (mm)<br />

HV LV<br />

a) Phase to phase<br />

b) Phase to earth<br />

16 Comments on compliance by the firm on the<br />

modifications done as per stage inspection clearance<br />

letter issued<br />

17 Whether fittings of the order have been varified<br />

18 Whether aluminium dia cast silicagel breather with tin<br />

container is fitted on the transformers offered<br />

19 Whether engraving of sl no. and name of firm on core<br />

clamping channel, side wall and top cover of tank has<br />

been varified<br />

20 Whether MS plate of size 125x125 mm walded on<br />

with side of stiffner.<br />

21 Whether engraving of name of firm, si no. and rating<br />

of transformer, order no and date and date despatch<br />

on MS plate.<br />

22 Copy of calibration certificates of metering<br />

equipments be enclosed<br />

B Points to be seen/dimensions to be noted at the<br />

time of dismantling of transformers<br />

Sl Particulars<br />

1 Details of the transformer dismantled for physical<br />

verfication<br />

Observations<br />

H:\Deoghar short BoQ 11-12\63 kVA\BoQ.doc94


a) Rating (kVA)<br />

b) Sl No.<br />

2 Whether GI Nut Bolts with one spring one plain<br />

washer provided for tightening the tank cover<br />

3 Details of gasket used between top cover and tank material<br />

i)Thickness (mm)<br />

ii) Type of joints<br />

4 Whether core is earthed properly with copper strip (one end<br />

should be tightended in between the core laminations and other<br />

end bolted on core clamping channel).<br />

5 Connections from winding to bushings (describe the manner in<br />

which it has been done)<br />

a) HV<br />

b) LV<br />

c) Formation of star connection on LV side<br />

6 Winding wire dia and cross sectional area<br />

a) HV<br />

Sl Particulars<br />

i) Dia (mm)<br />

ii) Area (sqmm)<br />

b) LV<br />

i) LxWxNos. of layer<br />

ii) Area (sqmm)<br />

7 Thickness of press board (s) provided between HV coils to cover<br />

the tie rods<br />

8 Whether painted with oil and corrosion resistant paint/varnish<br />

a) Inside of the tank<br />

b) Inside of the conservator tank<br />

c)Core clamping and core base channels<br />

d) Tie rods<br />

e) Core bolls<br />

9 Whether tie rods and core bolts insulated, if yes, material of<br />

insulation<br />

10 Whether flap on inner side of top cover provided to prevent direct<br />

falling of oil on core-coil assembly<br />

11 Method of joints<br />

a) Between HV coils<br />

b) Between tap coils<br />

c) For tap changer<br />

12 Whether engraving of sl no. and name of firm done on bottom<br />

channel of core coil assembly<br />

13 Diameter of copper wire, used of formation of delta (shuold not<br />

be less than 1.5 times the dia of conductor). (mm)<br />

14 Whether empire sleeves provided upto the end portion of HV<br />

winding joining to bushing<br />

15 HV coils:-<br />

a) Inner dia (mm)<br />

b) Outer dia (mm)<br />

16 LV coils:<br />

a) Inner dia (mm)<br />

b) Outer dia (mm)<br />

Observations<br />

H:\Deoghar short BoQ 11-12\63 kVA\BoQ.doc95


17 Core dia<br />

18 Core height including base channel and insulation in between<br />

(mm)<br />

19 Leg center of core<br />

20 Clearances between<br />

a) Core and LV (mm)<br />

b) HV and LV (mm)<br />

c) Phase to phase of HV coils (mm)<br />

d) Core coil assembly and tank body (mm)<br />

i) Length-wise<br />

ii) Width-wise<br />

e) Top of yoke and top cover (mm)<br />

f) Top most live part of tap changer and top cover<br />

21 Weight of core only (kg)<br />

22 Weight of winding only (kg)<br />

a) LV<br />

b) HV<br />

23 Whether core laminations are in one piece, used for<br />

a) Bottom yoke<br />

b) Top yoke<br />

24 Specific remark Regarding smoothness and heating of core used<br />

25 Volume of oil filled (to be done once against the order)<br />

a) in conservator tank<br />

b) In tank of the transformer<br />

26 Weight of transformer (inclusive of all fittings, accessories, oil etc<br />

complete)<br />

Sl Particulars<br />

27 Inner dimensions of the tank<br />

a) Length<br />

b) Width<br />

c) Height<br />

i) LV side<br />

ii) HV side<br />

28 Remarks, if any<br />

Observations<br />

Note:- Please ensure that complete details have been filled in the<br />

proforma and no column has been lelf blank<br />

Signature of inspecting officer<br />

(with name and designation)<br />

Date of inspection<br />

Signature of firms<br />

Representative<br />

(with name and<br />

designation)<br />

H:\Deoghar short BoQ 11-12\63 kVA\BoQ.doc96


SELF DECLARATION CERTIFICATE<br />

Annexure- ‘L’<br />

It is to undertake that M/s .................................................................................................<br />

will supply additional quantity, if required by Board on same rate, terms and<br />

conditions, if extension order is placed within 12 month from the date of acceptance/<br />

placement of order.<br />

Date:<br />

Name & Signature of the<br />

Tenderer & Seal<br />

H:\Deoghar short BoQ 11-12\63 kVA\BoQ.doc97


Annexure- ‘M’<br />

DECLARATION CERTIFICATE<br />

It is hereby declared that none of the persons employed in the Board or his/her close<br />

family member/blood relations / proxies are related to M/s ………………………<br />

………………. directly or in directly.<br />

Date:<br />

Name & Signature of the<br />

Tenderer & Seal<br />

H:\Deoghar short BoQ 11-12\63 kVA\BoQ.doc98

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!