JHARKHAND STATE ELECTRICITY BOARD
JHARKHAND STATE ELECTRICITY BOARD
JHARKHAND STATE ELECTRICITY BOARD
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