office of the: chief engineer/ts, punjab state

65
1 PUNJAB STATE TRANSMISSION CORPORATION LIMITED Regd. Office: PSEB Head Office, The Mall, Patiala.147001 Office of: Chief Engineer/TS, 3rd Floor, Shakti Sadan Patiala-147001. Tele-0175-2303676 email: [email protected] FAX-0175-2207774+ Corporate Identity Number: U40109PB2010SGC033814 OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE TRANSMISSION CORP. LTD., 3 rd floor, SHAKTI SADAN, PATIALA-147001 Specification No.: STQ-7047 FOR PROCUREMENT OF 66KV LINE C&R PANELS (CL2 Type) Last date & Time for uploading of Tenders : Date and Time of opening of Tenders : TELEPHONES : DIRECT: 0175-2301537 MOBILE : 96461-17803 FAX : 0175-2207774

Upload: others

Post on 11-Jun-2022

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

1

PUNJAB STATE TRANSMISSION CORPORATION LIMITED Regd. Office: PSEB Head Office, The Mall, Patiala.147001

Office of: Chief Engineer/TS, 3rd Floor, Shakti Sadan Patiala-147001.

Tele-0175-2303676 email: [email protected] FAX-0175-2207774+ Corporate Identity Number: U40109PB2010SGC033814

OFFICE OF THE:

CHIEF ENGINEER/TS,

PUNJAB STATE TRANSMISSION CORP. LTD.,

3rd floor, SHAKTI SADAN,

PATIALA-147001

Specification No.: STQ-7047

FOR PROCUREMENT OF 66KV LINE C&R PANELS (CL2 Type)

Last date & Time for uploading of Tenders :

Date and Time of opening of Tenders :

TELEPHONES : DIRECT: 0175-2301537

MOBILE : 96461-17803

FAX : 0175-2207774

Page 2: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

2

NOTE:

1. Only FIRM Prices should be quoted. Offer with variable prices will not be accepted. 2. Draft for EMD in favor of AO / CPC, PSTCL or PEMD certificate issued by AO / CPC.

PSTCL may be furnished in separate envelopes up-to the last date/time of bid submission in the office of Dy. CE /Transmission System (Design), 1ST floor, Shakti Sadan, PSTCL, Patiala, failing which bids of the firms will not be opened.

3. Please note that the tenders against this tender enquiry are being invited through e- tendering mode. Submission of Manual tenders in any case shall not be accepted.

4. Prospective bidders are requested to get issued their digital signatures well in time for participation in the tender as no request for extension on this account will be entertained.

5. Details regarding e-tendering process are available on https://eproc.punjab.gov.in/nicgep/app or prospective bidders may contact Government eProcurement system of NIC at their toll free no. 0120-4001002,5. It may be noted that no hard copy of the specification will be issued by this office and the specification can only be downloaded from the above mentioned website.

6. Corrigendum if any will not be published in newspapers as the website https://eproc.punjab.gov.in/nicgep/app and www.pstcl.org may be visited regularly.

Superintending Engineer/TS (Design) PSTCL, Patiala.

Page 3: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

3

INDEX

Sr.No. Description Page

1. Section- I General Terms & Conditions

6-25

2. Section- II Technical Specification

26-39

a) ANNEXURE IIA : List of Annunciation windows

40

b) ANNEXURE IIB: Technical data for Line CT/PTs

41

c) ANNEXURE IIC: Schedule of Guaranteed Technical Particulars

42-49

d) ANNEXURE IID: Details of SCADA Terminal Blocks Required for C&R Panels

50

3. Section- III Schedule of Requirements

51

4. ANNEXURE-IIIA Bill of Material for 66 kV Line C&R Panels

52-54

5. Section-IV : Schedule of Prices

55

6. ANNEXURE-IV A Unit prices for loose items

56-57

7. Section –V: Schedule of Commercial Deviations

58

8. Section-VI : Schedule of Technical Deviations

59

9. Works appraisal performa 60-62

10. ANNEXURE-IV B List of Approved Vendors

63-64

11. ANNEXURE – IV C Techno- Commercial Details

65

Page 4: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

4

PUNJAB STATE TRANSMMISSION CORP. LTD.

(Regd. Office: The MALL, PATIALA

Notice Inviting Tender)

Type of tender Open tender

Name & complete address of office inviting tender

The Chief Engineer/ Transmission Systems, 3rd floor, Shakti Sadan, PSTCL, Patiala.

Tender Specification No. STQ 7047

Scope of Work PROCUREMENT OF 66KV LINE C&R PANELS (CL2)

Date of start of downloading of specification from PSTCL e-tendering website https://eproc.punjab.gov.in/nicgep/app

20.04.2020 03.00 PM

Last date/time for bid submission/ uploading

20.04.2020 03.00 PM

Date/time for opening of bids 22.04.2020 03.30 PM

“Tender specification can only be downloaded from website https://eproc.punjab.gov.in/nicgep/app Details regarding E-Tendering is available on website www.pstcl.in. All the prospective bidders are requested to get their digital signatures, register themselves on the web site https://eproc.punjab.gov.in/nicgep/app and get conversant with the process of on line submission of tenders well in time so as to upload the tender by the due deadline. No request for extension in the due date of tender opening on the above grounds shall be entertained.”

Note: - Those firms will not be considered where there is 25% or more default for 9 months or any quantity for more than 15 months in making supplies against earlier purchase orders placed on them.

Superintending Engineer/TS (Design), PSTCL, Patiala.

Page 5: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

5

CHECK LIST OF DOCUMENTS It is mandatory for the bidders to submit/upload/fill online the following

documents else the bid shall be considered unresponsive and hence rejected:- Sr. No.

DETAILS PART REMARKS

1. EMD / PEMD

Part-I

Submit original DD for cost of specification / EMD/ valid PEMD certificate in separate envelopes in the o/o CE/TS PSTCL before the last date & time of bid submission/uploading & Fill up the DD/PEMD details on- line

2. SECTION – I & II (Schedule Of General terms & conditions &

Technical parameters)

Part-II

FILL ONLINE /

UPLOAD SCANNED COPIES AS THE CASE MAY BE

a. Documents in support of fulfilling the qualifying criteria as in

section 2.28 and 2.34 of general terms and conditions

b. UNPRICED-BID

c. Section- III Schedule of Requirements

d. ANNEXURE IIC: Guaranteed Technical Particulars

e. Section –V: Schedule of Commercial Deviations

f. Section-VI : Schedule of Technical Deviations

g. ANNEXURE IIIA Bill of Material for 66KV Line C&R panels

h. ANNEXURE IVB Techno-Commercial Details

i. Works Appraisal Proforma

3. a.

Section-IV : Schedule of Prices

Part-III FILL ON-LINE

b. ANNEXURE – IV A Unit Prices For Loose Items

Page 6: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

6

SECTION-I

GENERAL TERMS AND CONDITIONS

1.00 GENERAL INSTRUCTIONS TO BE OBSERVED BY THE TENDERERS

1.01 GENERAL:

The following instructions must be carefully observed by all the Tenderers. Offer/Tender not strictly in accordance with these instructions will be liable to be rejected:-

i) The tenders must be complete in all respects. The following points should be carefully studied in order to ensure submission of a complete and comprehensive tender. Failure to comply with any of these instructions or to offer brief explanation for non-compliance is likely to render, effective comparison of the tender as a whole, impossible and may lead to rejection of an otherwise competitively lowest offer.

ii) Telegraphic quotations will not be accepted. iii) Offers/Tenders should positively be uploaded before the stipulated time and the last

date prescribed for their receipt. Those uploaded late will not be considered /opened at all.

iv) The Demand Draft/Cash receipt & other information concerning “Earnest Money” as per clause 2.02 shall be furnished in separately sealed envelope super scribed Earnest Money with the name of tendering firm. The firm having permanent security deposit of Rs.10.00 Lac (Rs. Ten Lacs) with the CHIEF ENGINEER /TS, PSTCL., PATIALA SHALL GIVE COMPLETE DETAILS OF THE DEPOSIT in the envelope meant for Earnest Money. The Money in separate cover shall be received in the office of Chief Engineer/TS, Transmission System Design, 1st Floor, Shakti Sadan, PSTCL, Patiala- 147001 on the due date. While opening the tender the envelope containing Earnest Money will be opened first and if the Earnest Money is found to be in accordance with the terms of specification only then the main tender will be opened, any tender /tenders without PEMD or EMD received late shall also not be opened.

v) Offers/tenders will be opened on the date and time prescribed in the N.I.T./ Enquiry in the presence of authorized representatives of Tenderers, who actually submitted the tender, If they present themselves at the time of opening of tenders. In case the date of opening of tender falls on a holiday or holiday is subsequently declared on that date, the tenders will be opened on the next working day following the holiday.

vi) The Purchaser reserves the right to modify the "Schedule of Requirements", technical particulars and the specification, at any time and to place the order as a whole or in parts and to reject any or all the tenders received without assigning any reason. He will not be responsible for and will not pay for expenses or losses that may be incurred by Tenderers in the preparation of the tenders.

vii) The material offered should be strictly according to the specifications laid down in the Enquiry. The quotations should also indicate the maker of the manufacturer, brand and company and accompanied with other descriptions, literature and sample, if any, at Tenderer's own cost.

viii) Conditional offers shall not be acceptable. ix) It has been decided by the PSTCL to accept Permanent Earnest Money of Rs. 10.00

Lac organization wise (Chief Engineer wise). As such the tendrers desirous of having

Page 7: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

7

permanent earnest money for TS Organization may submit demand draft for Rs. 10.00 Lac drawn in favour of Accounts Officer/CPC, PSTCL, Patiala in the envelope for earnest money. Firms who are already having PEMD of Rs. 10.00 Lac with the PSTCL and want to get the same transferred to Substation Organization may take up the matter with Accounts Officer/Cash, PSTCL, Patiala and obtain a certificate of transfer from Accounts Officer/Cash for PEMD having been transferred to TS Organization and attach the same with the tender, failing which the tender shall not be opened.

1.02 PREPARATION OF TENDER:

The tender shall be prepared in formal manner neatly typed or printed with all prices stated both in words and figures. A systematic form of totaling should be adopted to avoid any ambiguity with detailed description of the equipment offered.

1.03 SUBMISSION OF TENDERS :

a) The tender should be submitted strictly as per NIT/ Tender specification complete in all respects. Any deviations from NIT/Spec. shall be clearly brought out. Alternate suggestions conforming to some British, American or other internationally recognized standards or practice, if any, must be clearly detailed out, explained and justified. These variations should be detailed out clause-wise in the same chronological order as given in this specification. No post tender development will be allowed regarding any change in terms of prices or technical specification.

b) Tenderers should submit their offer in unambiguous wording failing which PSTCL’s interpretation will be final.

THREE PART BIDS

Tender shall be submitted/uploaded in three parts i.e. Part-I, Part-II and Part-III. The following procedure will be adopted for the opening of the tenders:-

Part-I Earnest Money: The first part will consist of earnest money deposit in the form of demand draft in favour of AO/CPC PSTCL Patiala. In case of permanent EMD, the envelop must containing certificate to this effect as per clause 2.02 ii (b)

Part-II Commercial/Technical bid: The second part will consist of technical specification, schedule of delivery and all other terms & conditions except the rates. All commercial terms including discount if any, GST, Entry Tax, Punjab Sale tax etc. should be specified in part-II of the bid, so that any ambiguities relating to general terms & conditions and technical details can be sorted out before the opening of Part-III i.e. price bid.

Part-III Price Bids: a) The third part will consist of the rates quoted for each item as well as other related

terms like freight, insurance, GST, Entry tax etc. No correspondence/clarification shall be entertained after the opening of part-III.

Firstly the main envelope containing the specification cost & EMD/PEMD will be opened in the presence of bidders representatives who choose to be present at the time, date and at the address named above. If earnest money is found to be as

Page 8: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

8

per the requirements of the spec. only then the Part-II shall be opened from website. The bids without earnest money shall be out rightly rejected.

b) After opening Part-II of the bids (Technical/Commercial), the bids will be evaluated by PSTCL. The third part of the bids (Price Bids) shall be opened in case of only those firms whose Part-II of the bids after evaluation is found to be conforming to the specification. The date and time for opening Part-III of the bids will be intimated to the qualifying firms. The price bids (Part-III) will be opened in the presence of representatives of the qualifying bidders who choose to attend.

c) If some new firm submits tender which has never supplied the tendered item to PSTCL earlier, its works appraisal shall be carried out before opening of the Part-III “Price Bid” to ascertain whether the offer of the firm is technically/Commercially acceptable or not.

For the works appraisal, if required firms shall have to deposit following charges:-

(i) Rs. 50,000/- + GST for the firms located outside Punjab.

(ii) Rs. 25,000/- + GST for the firms located within Punjab

All participating firms (new as well as old) should duly fill the self appraisal/works appraisal Performa enclosed as Annexure-A (General terms & conditions).

Note: - The offer of the firms is liable to be rejected in case works appraisal fee is not received. For the works appraisal, new firms have to deposit the above mentioned charges in the shape of DD in the name of AO/CPC, PSTCL Patiala. The above charges are non-refundable, and works appraisal of the firm does not entitle the firm for price bid opening/ placement of order.

1.04 VALIDITY:

The tender should be unconditionally valid for at least a period of 4 months (120 days) from the date of opening of the tender. Withdrawal or modification of the offer shall not be permitted. Any tenderer revising the offer within the validity period is likely to be black-listed.

2.00 GENERAL TERMS & CONDITIONS:

2.01 PRICES:

i) The unit rates should be quoted F.O.R. Destination at any Railway Station in Punjab/PSTCL Railway siding, where-ever existing or delivery at PSTCL's stores, through road transportation which will be treated at par with F.O.R. Destination.

Page 9: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

9

The breakup of the F.O.R. destination price should be given as under:-

a) The price of the material inclusive of packing and forwarding, part of production cost.

b) Packing cost not forming part of production cost, handling, cartage etc. freight charges and transit risk insurance covered in F.O.R. destination price.

ii) All taxes and duties livable on the price of finished goods as per sub-clause (i) (a) shall be paid extra and the same should be shown separately as prevalent on the date of opening of tender, to be paid at the rate as may be actually prevalent at the time of supply, otherwise these elements shall be deemed to be included in the quoted prices and will not be paid extra. No taxes & duties will be payable on the element of cost quoted under sub-clause (i) (b).

In addition to the breakup of total price i.e. Ex-works cost, GST, F & I and packing the bidder should also give split up of ex-works price. The breakup of prices shall be indicated in the respective Performa attached with specification. The filling up of the Performa shall be mandatory for the tenderers. The split up of ex-works prices shall indicate the cost of raw material, labour component and over head expenses. Raw material can further be divided into 3-4 parts depending upon type or material. The Performa for price schedule should be duly typed and hand written prices shall not be accepted.

iii) In case of rates ex-works/ex-Godown and for imported material, freight charges, transit risk insurance, handling and clearance charges, F.O.R. and C.I.F., commission of clearing agents at Ports, should also be indicated separately.

iv) Only FIRM prices may be quoted. Variable Prices will not be accepted.

v) The rates quoted F.O.R. destination or ex- works should be given both in figures and words and any overwriting, erosion, cutting etc. should be legibly signed or avoided.

vi) The prices tendered shall be such as to cover all the material destroyed under tests and no extra payment will be made for the material so destroyed.

vii) Hand written prices shall not be accepted and tender shall be rejected out-rightly in such cases.

viii) These firms who do not give break up of their rates as per spec. shall not be considered. Rates of GST must be indicated separately. Price bids not indicating ex- works including packing & forwarding charges forming cost of production, freight & insurance charges applicable. ED, CST may be liable for rejection.

NOTE:-

Page 10: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

10

(a) If any firm tends to supply the material/equipment from different works, then the unit F.O.R rates should be the same for all the works so that there is only one merit position irrespective of location of works. The offer of the firm with different F.O.R rates for different works shall be rejected.

(b) There should be only one option relating to technical/commercial specification, so that F.O.R destination rate is one. Any offer with multiple options shall be rejected.

2.02 EARNEST MONEY:

i) The Tenderers shall be required to submit Earnest Money at the following rates in the form of PSTCL Cash Receipt/Bank Draft exclusively for CE/TS at the time of tender opening:-

a) Tender valuing up- to Rs.50,000/-

NIL

b) Tender valuing above Rs.50,000/-

@ 2% of tendered value rounded off to multiple of Rs.10/- on the higher side subject to minimum of Rs.5000/- and maximum of Rs.10.00 Lac. In case of three part bid a fixed amount of earnest money worked out @ 2% may be got deposited from the prospective bidders depending upon the estimation done by the organization of the PSTCL.

Full EMD = Rs. 428320/-

Minimum 25% EMD acceptable = Rs. 107080/-

ii) The following shall be exempted from depositing Earnest Money:-

a) Suppliers having permanent Earnest Money of deposit Rs.10.00 Lac with CE/TS of the PSTCL. A certificate to this effect issued by the concerned Accounts Officer of the PSTCL during three months immediately preceding the due date of tender opening and showing the Serial Number / Account Number allotted in the Permanent Earnest Money Deposit Register shall be submitted by the Tenderers in the envelope for Earnest Money.

b) Sole Manufacturers/ Supplies of Proprietary items.

iii) a) In case of tenders not accompanied by full amount of Earnest Money for the items tendered but not less than 25% of the entire amount due, the order/contract shall be awarded only for part of material/equipment services limited to a value corre- sponding to the actual amount of Earnest Money submitted with the tenders provided the placing of such part order is otherwise feasible and is in the interest of the PSTCL, otherwise such tenders shall be ignored.

Page 11: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

11

b) The amount due as referred in 16 (iv) a shall be calculated @ 2% of the tender value and shall not be taken as Rs. 10 lac i.e. Maximum amount payable as EMD. Therefore, 25% of the earnest money shall thus be worked out on the basis of entire amount so calculated, which shall of course be subject to maximum of Rs. 10.00 Lac and minimum of Rs. 5,000/-

c) In order to dispel any doubt, the correct amount payable of earnest money, in case covered in clause 16 (iv) (a) shall be worked out as per illustration given hereunder:-

S. N.

Tender value

(Say)

EMD @ 2% of estimated value(Rs.)

EMD @ 25% of Col.(3)

Correct amount of 25% EMD to be deposited for qualifying to get 25% of NIT Qty.

Correct amount of EMD to be deposited

Remarks

1. 2 3. 4. 5. 6. 7.

1. 1 lac 2,000 500 5,000 5,000 Min.EMD per clause 2.02(i) above

2. 10 lac 20,000 5,000 5,000 20,000

3. 25 lac 50,000 12,500 12,500 50,000

4. 50 lac 1,00,000 25,000 25,000 1,00,000

5. 1 Crore 2,00,000 50,000 50,000 2,00,000

6. 5 Crore 10,00,000 2,50,000 2,50,000 10,00,000 Max.EMD per clause 2.02(i) above

7. 6 Crore 12,00,000 3,00,000 3,00,000 10,00,000 ---do---

8. 10Crore 20,00,000 5,00,000 5,00,000 10,00,000 ---do---

8. 10Crore 20,00,000 5,00,000 5,00,000 10,00,000 ---do---

9. 25Crore 50,00,000 12,50,000 12,50,000 10,00,000 ---do---

iv) Earnest Money shall be forfeited in case of withdrawal/ modification of an offer within the validity period as required in the NIT/Tender Specification after opening of Tenders.

v) In case of successful tendrers, Earnest Money shall be converted as security deposit and short fall, if any the contractor/supplier shall be got deposited for faithful execution of purchase order/contract.

Page 12: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

12

vi) In case of tenders not accepted, the earnest money shall be refunded within 30 days of the award of order/contract to successful tenderers.

2.03 GOODS AND SERVICE TAX :

PSTCL is registered centrally in the state under GSTIN 03AAFCP4714J1ZK.

i ) GST as applicable, will be paid as per prevailing provisions of GST Act, & Laws against

submission of documentary proof at rate (s) prevailing during the contracted delivery period

on the basis of actual. The following certificates shall have to be furnished along with

invoice-cum- gate pass duly signed by the authorized agent/signatory. The first invoice

should accompany the specimen signatures of the authorized signatory duly attested by the

Managing Director of the factory with a copy of orders regarding his appointment as

authorized signatory.

-Certified that the transaction on which the GST is claimed has been/shall be included in the

return submitted / to be submitted to the GST Authorities and the amount claimed from the

Punjab State Transmission Corporation Ltd., has been / shall be paid to the GST Authorities.

-Certified that the Goods on which GST has been charged have not been exempted under

GST Act or rule made there under and that the GST charged on these Goods is not more than

what is payable under the provisions of relevant act.

-Certified that we shall indemnify the Punjab State Transmission Corporation Ltd., in case, it

is found, at a later stage that wrong or incorrect payment had been received on account of

GST; the same will be refunded.

-Certified that we are registered dealer under the GST Act and our Registration No. is

.

ii) In case the GST is applicable and is required to be paid extra as referred to Para-(i) above,

the tendered should clearly indicate HSN code of item along with present rate (in

percentage) applicable to their company.

iii) The maximum rate (in percentage) up-to which the GST may become leviable/payable under

the prevailing Rules & Regulation applicable to their company, should also be clearly

indicated in their tender.

iv) In the case the GST is applicable /payable, necessary certificate of GST claimed / GST Gate

Pass duly authenticated by the authorized representative of GST Authorities, shall however,

be furnished by the supplier along with each consignment. The supplier should, therefore,

clearly indicate in their tender that whether such GST Gate Passes/Certificate shall be

furnished by them or not.

Page 13: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

13

NOTE: The firm indicating nil or concessional rate of GST in their tenders (if any) will have to

absorb GST up to the full rate applicable at the time of tendering.

v) FURTHER any loss due to non-availability of ITC or levy of penalty/interest payable by PSTCL

on account of non-filling of return or non- compliance or any miss-statement given under the

provisions of GST ACT by the firms shall be recoverable from them.

2.04 INSURANCE:

i) The rates are required to be quoted on F.O.R. destination basis and it is the responsibility of the Supplier to deliver the goods in sound condition F.O.R. destination and for that purpose the Supplier may at his option insure the material against all risks at his own cost during transit for full delivered value of the material up-to destination. All works in connection with-in making and settling of claims, if any, with Railway Authorities and/or Insurance Company shall be carried out by the Contractor for which no extra payment shall be made by the PSTCL. However, necessary assistance required in connection with making and settling of such claims, if any, shall be provided by the consignees.

ii) All damages and/or shortage during transit as covered by the Insurance shall be

made good immediately on receipt of such information from the consignees without waiting for settlement of claims. However, in case of apparent damages/shortages the consignees shall obtain the loss/damage certificate from the Railway authorities and send the same to contractor within a period thirty days from the date of receipt of material. A certificate shall be submitted by the Suppliers/Contractors with each bill to the effect till that the material has been duly insured.

iii) The consignees shall report losses and damages to the firm within 30 days of the

arrival of the equipment at the site. It will, however, be Supplier's responsibility to prefer timely claims to the insurance under-writers and to arrange replacement thereof to the consignees.

iv) The Suppliers shall be wholly responsible for the loss, shortages, damages etc, during

transit. Such shortages and damages etc. will have to be replaced/repaired by the supplier/Contractor free of cost immediately without waiting for maturing of the Supplier's/ Contractor's claims with the Road transport/Railway Authorities.

v) In case replacement/repair of defective material is not carried out within six months

of intimation of damages, Supplier shall have to pay interest at the rate of 12% per annum on the advance payments made by the Punjab State Transmission Corporation Ltd. from the date of the payment up-to the date of its re- commissioning of the equipment after replacement/repair or to the date the default is made good.

Page 14: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

14

2.05 DELIVERY SCHEDULE:

The offer should clearly indicated monthly/quarterly schedule of deliveries, date of commencement and completion of supply against that indicated in the Notice Inviting Tender/Specification which should normally cover period for entire job of manufacture, testing, inspection and supply after acceptance and shall be reckoned from the date of dispatch in case of rail transport and Receipted Challan/Goods Receipt in case of road transportation by Goods Carriers. The Purchase Orders shall be placed strictly on the above understanding. Ex-stock and quicker deliveries may be sometimes preferred.

2.06 CONTRACT:

The detailed order issued in accordance with agreed terms and conditions and accepted/acknowledged by the firm shall itself from valid contract along-with subsequent amendment, if any, and shall be construed and operated as such in terms and Indian contract Act-1872 as amended up to date.

It will be obligatory on the part of the successful Tenderer to execute within

30 days of the receipt of detailed order, a legal contract agreement on non-judicial stamp paper of the appropriate value. The detailed Purchase Order so issued shall be termed Purchase Order–Cum-Contract Agreement. The contract shall be made in duplicate and one copy will be retained by each party.

2.07 SECURITY DEPOSIT:

i) The successful Tenderers shall be required to submit security deposit for faithful execution of the Purchase Order/Contract of value exceeding Rs.50,000/- at the rate of two percent(2%) of order value rounded off to a multiple of Rs.10/- on the higher side.

ii) Ordinarily the Earnest Money received with tenders shall be converted into Security Deposit. If the amount of Earnest Money received with tender is more than the amount of security deposit required for the Purchase Order/Contract, the balance shall be refunded and in case of shortfall the Contractor/Supplier shall be required to deposit the additional amount.

iii) The Tenderers having permanent deposit of Rs. 10.00 Lac with CE/TS, PSTCL and hence exempted from depositing Earnest Money with tenders, shall also be required to submit Security Deposit of 2% of order value in the form of Bank Guarantee within 30 days from the award of Order/Contract.

iv) The following shall be exempted from depositing security against Orders / Contracts given to them:

Manufacturers/Suppliers of Proprietary items.

Page 15: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

15

v) On faithful execution of Purchase Order/Contract in all respects, including warranty period, if any, the security deposit of the Contractor/Supplier shall be released by the Contracting/Purchasing Agency.

vi) In the event of default on the part of the Contractor/Supplier in the faithful execution of Purchase Order/Contract his security deposit shall be forfeited by an order of the contracting/purchasing agencies.

The forfeiture of Security Deposit shall be without prejudice to any other rights arising or accruing to the PSTCL under relevant provisions of the Purchase Order/Contract, like penalty/damages for delay in delivery including suspension of business dealings with PSTCL for specific period.

2.08 INTIMATION TO THE CCF AND CONSIGNEES:

The Supplier will have to intimate the probable date or dispatch 15 days in advance followed by telegraphic advance intimation regarding the actual date of R.R. /LR to AO/Centralized Payment Cell, Punjab State Transmission Corporation Ltd., Patiala to enable him to arrange payment, failing which demurrage, wharf age etc. will be to Supplier's account. A copy of such intimation should be sent to the consignee and Chief Engineer/TS Design, 3rd floor, Shakti Sadan, PSTCL, Patiala-147001 also for reference, immediately.

2.09 INFORMATION REGARDING LIST OF THE BANKERS, THE PURCHASER DEALS WITH :

The PSTCL deals with the following Banks at Patiala:

i) State Bank of India, The Mall, Patiala.

a) The Railway Receipt/Goods Receipt and invoices etc. should be sent to the

authorities to be specified in the Purchase Order. b) Any demurrage occurring as a result of sending Railway Receipts/Goods Receipts

through a Bank other than the one with which the accounts of the Purchaser are operated will be to the account of the Supplier/Contractor.

c) No goods will be accepted by the consignees unless accompanied by priced challans or invoices.

2.10 TERMS OF PAYMENT:

100% of the contract value pro-rata for each consignment of operationally complete equipment dispatched after approval of inspecting Authority/Test Certificate etc. along-with 100% GST and other statutory levies as per contract shall be paid within 45 days against receipted challan subject to furnishing a Bank Guarantee of 5% of the amount valid for a period of three months after receipt of the material /equipment against that consignment. The payment shall be made through RTGS.

Page 16: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

16

For this purpose, following details/documents may be provided to AO/CPC, PSTCL, Patiala while entering contract agreement:-

(i) Name and address of the beneficiary

(ii) Name and address of the bank

(iii) Account No. of the beneficiary

(iv) IFSC code

(v) Cancelled cheque

2.11 FORCE MAJEURE:

During the pendency of the Contract/Purchase Order, if the performance in whole/part by either party or any obligation there-under, is prevented/delayed by causes arising out of any war, hostility, civil commotion, acts of the public enemy, sabotage, fire, floods, explosions, epidemics or non-availability of Government controlled raw material under Orders/Instructions of Central/State Government regulations strikes, lockouts, embargo, acts of Civil/Military authorities or any other causes beyond their reasonable control, neither of the two parties shall be made liable for loss or damages due to delay or failure to perform the contract during the currency of Force Majeure conditions, provided that the happening is notified in writing (with documentary proof) within 30 days from the date of the occurrence.

The supplies shall be resumed under the contract as soon as practicable after the happening (event) ceases to exist.

2.12 PENALTY/DAMAGES FOR DELAY IN DELIVERY:

If the supplier fails to deliver the material/equipment within the stipulated delivery period of the purchase order/contract, the same is liable to be rejected and if accepted, the supplier shall be liable to pay as penalty charges, a sum of Rs. 0.5% (half of one percent) of the cost of undelivered supply/incomplete equipment per week of delay or part thereof, not exceeding maximum limit of 10% of the cost of complete unit of undelivered equipment so delayed. There will be a slack of one month that will not entail any penalty and will not involve any additional financial implication. Delay beyond the slack period will attract penalty for the period of delay including slack period. However there will be no penalty/liquidated, damages in respect of purchase of proprietary items.

2.13 NEGLIGENCY AND DEFAULT

Page 17: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

17

In case of negligence on the part of supplier/Contractor to execute the order/ contract with due diligence and expedition and to comply with any reasonable orders given in writing by the Purchaser in connection with the Purchase Order/Contract or any contravention in the provisions of the Purchase Order/Contract, the Purchaser may give 21 days notice in writing to the supplier/Contractor to make good the failure or neglect or contravention and if the Supplier/Contractor fails to comply with the notice within time considered to be reasonable by the Purchaser, business dealings with the defaulting firms will be suspended/terminated for a specific period. The action taken under this clause will be notified to all the purchasing agencies and other PSTCLs by the concerned Purchasing Authority of PSTCL.

2.14 WARRANTY:

The Supplier/Contractor shall be responsible to replace free of cost with no transportation and insurance expenses to the Purchaser up to the destination of material/equipment, the whole or any part of the material, which under normal and proper use and maintenance proves defective in material or workmanship within 12 months from the date of commissioning or 18 months from the date of dispatch whichever expires earlier, provided the Purchaser gives prompt written notice of such defects to the Supplier/Contractor. Such replacement shall be affected by the Supplier/Contractor within a reasonable time not exceeding six months of the intimation of defects. Supplier’s/Contractor’s responsibility arising out of supply of material or its use whether on warranties or otherwise shall not in any case exceed the cost of correcting the defects or replacing the defective part/material and upon the expiry of the warranty period stipulated above, all such liabilities shall terminate. However this clause shall not be applicable in case of metal halide lamp. The above provision shall equally apply to the material so replaced/repaired by the Supplier/Contractor under this clause in case the same is again found to be defective within 12 months of its replacement/repair. In case the replacement/repair of defective material is not carried out within six months of intimation of defects, the Supplier/Contractor shall have to pay interest @ 12% per annum on the value of each complete operational unit of equipment beginning from the date of its becoming defective up to date of its re-commissioning after replacement/repair.

2.15 INSPECTION OF EQUIPMENT:-

(a) The PSTCL shall inspect, examine and test the equipment/material through its

official(s) and/or through an out-side agency nominated by PSTCL at the manufacturer’s/Supplier’s works, during or after the manufacture of goods prior to dispatch, on receipt of a clear notice of minimum two weeks in advance, to be reckoned from the date of receipt by the Purchaser. The Supplier/Contractor shall

Page 18: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

18

provide all facilities as may be required to carry out the tests in accordance with approved standards, free of cost.

b) CE/TS shall get stage inspection carried out at random at supplier works.

c) The random testing of material in the stores irrespective of the fact whether or not it was it was inspected before dispatch shall be carried out by PSTCL and in case of any failure the entire lot shall be rejected at the risk & cost of the supplier.

2.16 INTERCHANGERBILITY:

Corresponding parts of a plant/equipment shall be made to gauge or jig and shall be inter-changeable in every respect.

2.17 TRAINING FACILITIES:

The successful tender will be required to impart training to upto 2 Engineers and two technicians so as to fully acquaint them with Design, Testing and commissioning, including fault detection of protection schemes covered in this tender, if so desired by the Purchaser. The period of training shall be mutually agreed upon and all expenses shall be borne by the Purchaser.

2.18 CANCELLATION:

The Purchaser reserves the right to cancel the Purchase order a whole or in part at any time or in the event of default on the part of the Supplier prior to the receipt of intimation regarding taking in hand of the manufacture of material against the Purchase Order/dispatch of material to the consignee.

2.19 RAW MATERIAL:

The raw material to be used in the manufacture of the goods/equipment to be supplied against Purchase Order/Contract shall be of the best quality of its kind obtainable in the market. The Supplier shall be solely responsible for the Procurement of raw material required for the purpose.

2.20 MATERIAL & WORKMANSHIP:

All the materials used in the manufacture of equipment shall be of the best quality obtainable of their respective kinds and whole of the work shall be of the highest class, well finished and of approved design and make.

2.21 CHANGES:

Page 19: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

19

No variation or modification or waiver of any of the terms and provisions shall be deemed valid unless mutually agreed upon in writing by both the Purchaser and the Supplier.

2.22 PACKING:

All material should be suitably packed for transportation direct to the consignee and the Supplier shall be responsible for all damages/losses due to improper packing. All boxes shall be marked with the signs indicating up and down sides of the boxes and also unpacking instructions considered necessary by the Supplier. The contents of boxes shall have place marks corresponding to the number in the packing lists to enable easy identification. The prices quoted by the Tenderers shall be deemed to include the cost of packing.

2.23 TEST CERTIFICATES AND INSTRUCTION BOOK:

The Supplier / Contractor shall be required to furnish to the Purchaser's Office/consignees, wherever necessary, the following documents along-with the consignment:-

(i) Printed pamphlets &catalogues. 5 copies i) Instruction Books. 5 copies ii) Drawings. 5 copies iii) Any other relevant information (to be incorporated at the time of placing the

Purchase Order). 5 copies In case the goods have not been inspected/tested at the manufacturer's

works by the representative of the PSTCL, the Supplier/Contractor shall furnish the following certificates along-with consignment for facility of the consignees :-

a) Type Test Certificates. b) Routine Test Certificates.

2.24 CONSTITUTION, EXPERIENCE AND FINANCIAL STANDING

The Tenderers should invariable supply the following information with the tenders:

a) Constitution and composition of the firms:

i) If a joint stock company, copy of its Memorandum and Articles of Association and other particulars.

ii) If partnership, a copy of the partnership deed, particulars of partners. iii) If a proprietary concern, the standing of the proprietor and if registered with

the Registrar of Companies/Firms, their registration No.

b) In case of authorized representative:

i) Name & particulars of manufacturers.

Page 20: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

20

ii) Certificate copy of the Instrument of Authorization of the Supplier/Manufacturers.

c) Experience and standing in the market. d) Particulars of Purchase Order/Contracts executed with this PSTCL and other Boards

/Government Department as per "Performance Schedule" attached herewith.

e) Financial Position:- i) Balance sheet for the last three years including Trading Manufacturing, Profit

and Loss Account. ii) Bank references.

2.25 DISPATCH INSRUCTIONS:

The material shall be required to be dispatched as per the dispatch instructions issued by the Purchaser.

2.26 EXTENSION IN DELIVERY PERIOD:

Any genuine delay in approval of technical details, drawings, issuance of amendment of Purchase Order, conducting inspection and approval of Inspection Test Reports/Test Certificates for allowing dispatches etc., will count towards extension of the delivery period by corresponding period other than admissible under Force- Majeure conditions, if any, substantiated by the Supplier and duly accepted by the Purchaser. No Extension in delivery shall be granted in case of delay in payment. However for delayed payments beyond stipulated period as per terms of payment clause, compensation shall be credited @ 0.5% of the payment so delayed per month or part thereof to be adjusted against penalties levied or to be levied subject to a maximum of penalty leviable due to delay in deliveries under the contract.

2.27 CIVIL SUIT/JURISDICTION:

All legal & Arbitration proceedings in connection with Purchase Order/Contract shall be subject to the territorial jurisdiction of the Local Civil Court at Patiala only.

2.28 UNDERTAKING:

All the Tenderers are required to give the following undertakings on their letter head with the tender documents:

i) That they would not pay any commission etc. or engage any commission agent for dealing with PSTCL in any matter including purchase of equipment etc.

ii) That no officer/official of the PSTCL will deal with any person who claims to

be a commission agent or liaison agent of any company and that the

Page 21: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

21

officers/officials of the PSTCL must deal only with persons directly employed by the Suppliers.

2.29 PLACE (S) MANUFACTURE:

The equipment shall be brand new. The tenderer shall state the make, place(s) of manufacture as well as the places of testing and inspection of the equipment offered in his tender. It shall also be stated whether the equipment offered carries ISI: certification mark or not. The material carrying ISI mark will be preferred.

2.30 SPECIAL INSTRUCTIONS:

i) Incomplete tenders not submitted on the lines indicated above are liable to be rejected without correspondence.

ii) Request for extending the due date of tenders will be ignored.

iii) The tenders from the direct manufacturers or their sole selling agents only will be considered.

iv) No printed general conditions of Sale attached with the tender shall be accepted.

v) Tenders shall be accepted only from those firms or their authorized agents who purchase a copy of this tender specification.

vi) Only indigenous offers or such offers in which no import license is required would be considered.

vii) The Tenderer revising their offer or withdrawing the same within the validity period after opening of the tenders are liable to be ignored/black listed.

viii) Comments if any, on the clause contained in the 'General Terms and Condition' as well as in the Technical Specification should be offered, while submitting tenders, otherwise it will be presumed that all clauses stipulated therein are acceptable.

ix) The tender must be accompanied by detailed and fully dimensioned drawings of the equipment, technical particulars and detailed literature.

x) The tender should be accompanied by a reference list of Purchase Orders received/executed by the Tenderer for similar equipment in the following:-

Designation and Full Address of the

Purchase order No. and Date

Quality & Brief Description of equipment.

Status of suppliers

Remarks

Page 22: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

22

Purchaser

2.31 ARBITRATION:

a) If at any time any question, dispute or difference, what so-ever, shall arise between the Purchaser/PSTCL and the Contractor/Supplier, upon or in relation to, or in connection with the Purchase Order/Contract, either party may forthwith give to the other, notice in writing of the existence of such question, dispute or difference and the same shall be referred for sole arbitration by a nominee of the Purchaser/PSTCL, who shall give reasoned/speaking awards. The award of the Sole Arbitrator shall be final and binding on the parties under the provision of the Indian Arbitration Act 1996 and the rules there-under. Any statutory amendment, modification or re- enactment thereof for a time being in force, shall be deemed to apply to and be incorporated in the Contract/Purchase Order. It will not be objectionable if the Sole Arbitrator is an officer of the PSTCL and he has expressed his views on all or any of the matters in question of dispute or difference.

b) Upon every or any such reference, the cost of and incidental to the reference and award respectively shall be in the discretion of the Sole Arbitrator so appointed who may determine the amount thereof or direct the same to be taxed as between Solicitor and Client or as between party and party and shall direct by whom and to whom and in what manner the same is to be borne and paid.

c) The work under the Contract shall, if reasonably possible continue during the arbitration proceedings and no payment due or payable by the Purchaser/PSTCL shall be with-held on account of such proceedings.

2.32 REQUIREMENT:

The requirement mentioned in this specification can be increased or decreased at the time of actually placing the order.

2.33 ORDER PREFERENCE

The PSTCL would allow an order preference to such tenderers whose works are situated within the State of Punjab as per the procedure laid down as under:-

a) The rate of Punjab firms would be de-escalated by 15% for all the units. For Punjab based firms up to 20% of the total quantity can be reserved provided they fall in the consideration zone after application of price differential. For this purpose the merit position of the Punjab firms shall be prepared separately, however, where the, Punjab firms qualify amongst the lowest bidders on their own quoted rates, they shall form part of the original quoted list for the purposes of placing orders.

Page 23: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

23

b) The zone of consideration for placing of purchase order/contract would thereafter be demarcated taking into account the quantity of material required as per NIT and the quantities offered by the different tenderers.

c) The purchase on the Punjab firm claiming order preference and falling within this Zone would placed on the lowest rate of a firm not claiming order preference within the Zone of consideration or on the concerned Punjab firm’s own quoted rate whichever may be lower.

d) In the event of zone of consideration ending at the deescalated rate tendered by a firm claiming order preference, the rate to be allowed to such firms shall be the next quoted rate by the firm not claiming order preference or the concerned firm’s own quoted rate, whichever may be lower.

e) The Punjab based firms claiming order preference shall be required to furnish an undertaking in prescribed form (Section - X) on a non-judicial stamp papers of appropriate value to the effect that they shall execute the order if placed on them under ‘Order preference’ as per tender specification. Such undertaking should be submitted by the Punjab based tendering firms latest by the close of the day of opening of tenders. In case, no such undertaking is furnished by the Punjab based firms who are otherwise eligible for claiming ‘Order Preference’ as per the tender specification ,their tender shall not be considered for placement of any order under Order Preference. In the event of refusal by the Punjab based firms to execute the purchase order/contract at their quoted rates or offers made under Order Preference as per ‘c’ and ‘d’ above as the case may be after having furnished the above undertaking, their Earnest Money shall be forfeited apart from initiating further administrative action, such as suspending business dealings, blacklisting etc.

2.34 QUALIFYING CRITERIA:

To be technically suitable the bidder should:

A) Supply the main equipment (i.e. relays, BCUs, softwares etc.) of their own make or they are sole selling agents of manufacturer and backup guarantee for after sale service.

B) Submit Undertaking of manufacturer to ensure availability of spares and

software updation for a minimum period of 10 years from the date of issue of Purchase Order.

Bidder shall submit the proof in respect of the above (if applicable) along with tender documents and the aspect will be examined during the technical evaluation of the tender.

2.35 FAKE INSPECTION CALL:

Page 24: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

24

If the firm does not get the material inspected when the inspecting officer visit their works after receipt of inspection call on one pretext or the other, it will have to bear TA/DA for the journey performed by such inspecting office which shall be Rs. 15000/- (outside Punjab) &Rs. 5000/- (within Punjab) per visit of each officer. Beside the recovery against each fake call, a letter of warning shall be issued and it shall be counted towards firm’s performance for all intents & purposes. These charges shall be Rs. 15000/- &Rs. 5000/- per visit of each officer respectively in case the material fails during inspection.

2.36 REVERSE AUCTION:-

The Price Bids of the tenders of all eligible bidders shall be opened at the pre- notified date and time. Thereafter, the online Reverse Auction process shall start through the e-tendering portal. The following procedure and terms & conditions shall be applicable for Reverse Auction :-

• All the Bidders shall be assigned a unique user name and password by e-tendering agency of PSTCL. Bidders are advised to change the password after the receipt of initial password from PSTCL to ensure confidentiality. All bids made from Login IDs assigned to bidders shall be deemed to have been made by bidders/bidders’ company/ bidders' authorized representatives.

• Bidders shall be required to submit their acceptance to the stipulated terms and conditions before participating in the R.A.

• Online Reverse Auction shall be conducted by PSTCL on pre–specified date and time for duration of 1 Hour. The bidders may quote the bids from their own offices /place of their choice. Internet connectivity is to be ensured by bidders themselves.

• All bidders are required to submit their price bid along with submission of Techno-commercial bid as per schedule. Only those bidders who submit their original bids within the scheduled time and who are considered technically and commercially eligible, shall be eligible to participate in RA process.

• The ‘Opening Price’ i.e. start price for RA shall be decided by PSTCL. Bid Decrement shall be 0.1% of L-1 Bid Price obtained against a particular tender enquiry upon the opening of Price Bid of tender.

• The maximum limit for reducing prices during reverse auction process shall be 40% of received L-1 FOR destination rate in original price bid.

• Bidders shall be able to view the following on their screen along with the necessary fields during Online Reverse Auction:- a) Start Price b) Decrement Value c) Current Bid value of the Bidder (Total Bid Price) d) Best bid in the Auction (Current L1 price)

• Bidder may become 'L1 Bidder' by offering a price equal to or lower than the Next Valid Bid (i.e. current L-1 price minus decrement) and this shall continue as an iterative process.

• Auction Extension Time : If a valid bid is placed within 5 minutes of End Time of the RA, then Reverse Auction duration shall get automatically extended for another 5 minutes from the existing end time. It may be noted that the auto extension will take place if a valid Bid comes in those last five minutes. If a bid does not get accepted as the lowest Bid, the auto–extension

Page 25: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

25

will not take place even if the bid might have come in last five minutes. The above process shall continue till no valid bid is received in last 5 minutes which shall mark the completion of reverse auction. The bidders are advised not to wait till the last moment to enter their bid so as to avoid complications related to internet connectivity, network problems, system crash down, Power failure etc. No request for extension in time period of RA due to any of the above reasons shall be entertained by PSTCL.

• If no bid is received within the specified time duration of the online RA, then PSTCL shall reserve the rights to scrap the online RA process and proceed with the L-1 Bid Price received through e-tendering for further processing.

• After completion of online Reverse Auction, the Closing Price (CP) shall be considered as L1 rate for further processing including negotiations (if required). Based on the final price quoted by bidders, the successful bidders shall be required to submit summary of Final Price in prescribed format (Summary of Final Price-Reverse auction, Uploaded by PSTCL in Excel Sheet) within 2 hours of conclusion of the RA. In case of Turnkey projects, bidders shall be given 24 hours after completion of Reverse auction to submit the revised price breakup. The bidders shall uniformly reduce the pricing for all the items proportionately in total amount of each item while filling summary of final price. In case a bidder fails to submit the above Summary, then it may lead to cancellation of bid and call for action against the bidder which may include forfeiture of EMD/PEMD and suspension of business dealings etc.

• PSTCL shall reserve the rights to cancel/reschedule the RA process/ tender at any time, with due intimation to all concerned, without assigning any reason. Other terms and conditions shall be as per bidder’s Techno-Commercial offers and as per PSTCL's bidding documents and other up to date correspondence (if any).

Page 26: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

26

Section-II

TECHNICAL SPECIFICATION

2.01 Particulars of the system:

The equipment shall be suitable for use on 50 HZ, 3 phase system with neutral solidly grounded.

2.02 Scope

The following items are included in the scope of this specification:-

i) Design, fabrication, wiring & testing at manufacturer’s works, supply & delivery of 66 KV Line Control & Relay Panels as given in Schedule of requirement under Section-III.

ii) Procurement & mounting of all equipment included in the schedule of requirement together with auxiliary items adjunct or complementary to those specified.

iii) All wiring from the panel equipment to terminal blocks.

iv) The equipment offered by the tenderer shall be complete in all respects and any equipment of auxiliary nature not specifically mentioned but essentially required for proper design, co-ordination, operation and maintenance should be considered and included under scope of this specification without any extra cost to the purchaser, unless the same is clearly brought out in the tender.

v) The successful tenderer shall supply all equipment and accessories listed in the specification with such modifications and alterations as are agreed upon in writing after mutual consultations without any financial commitment to the purchaser. The offer for equipment shall include foundation frame, anchor and holding down bolts etc. All fittings, control devices and supports for equipment offered or required for linking up of all such equipment to the purchaser’s system shall be supplied by the tenderer. All spare contacts of relays, switches etc. should be wired to terminal blocks.

vi) The C&R panels shall be suitable for double DC source.

2.03 Standards

The equipment of control & relay panels shall conform to the latest edition of relevant Indian Standards/IEC specifications or any other recognized international standards except in so far as modified by the specification.

Page 27: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

27

The copies of the relevant standard specification may be attached with the tender. The tenderer shall state the standard specification to which the equipment conforms.

2.04 Deviations from specification

Should the tenderer wish to depart from the provisions of the specification either on account of better manufacturing practices or for any other good reasons, he shall draw attention to the proposed points of departure in his tender & submit such full information, drawings and specification so that the merit of his proposal may be fully understood. The specification shall be held binding unless the departures have been fully recorded as required above. Detailed calculations/ comments justifyingthe suitability of the relays/protection schemes offered should be given in the first instance. The calculations/comments should be supported by schematic drawings, write ups, wherever necessary.

2.05 Climatic Conditions

The climatic conditions prevailing at site under which the equipment shall operate satisfactorily are as follows:- i) Maximum temperature of the air in shade : 50 degree C

ii) Minimum temperature of the air in shade : 0 degree C

iii) Maximum temperature of the air in sun : 60 degree C

iv) Maximum relative humidity : 100%

v) Number of months for tropical monsoon : 3 Months (approx.)

condition per annum.

vi) Average number of dust storm days per annum : 40

vii) Earth quake incidences : Site susceptible earthquakes.

viii) Altitude : Not exceeding meters above mean sea level.

b) Tropical Treatment

All corrodible parts and surfaces shall be of such material and be provided with such protective finishes that no part of the installed equipment shall be injuriously affected by atmospheric conditions. All electrical auxiliary equipment shall be given special treatment for tropical conditions.

2.06 Drawings and literature :-

Page 28: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

28

a) The tenderer should submit with his tender dimensional drawings of the equipment offered along with illustrated and descriptive literature of protection scheme offered, the complete technical literature of each relay is to be submitted with the tender irrespective of the fact whether the similar literature has earlier been supplied or not. Also leaf-lets showing relay characteristics/ cutouts & other technical details of equipment to be mounted on the panel are to be submitted with the tender.

b) The successful tenderer shall furnish the following drawings within 2 weeks from the date of issue of purchase order:-

i) C&R panels arrangement drawings showing all equipment mounted on them. In addition, a list of equipment indicating specification, type, make and name plate particulars will be prepared and tabulated for each panel.

ii) Floor plan of panels showing loads, foundation frame, anchor bolts, floor opening details necessary to release the drawing for civil works.

iii) Drawing & data sheets for each piece of equipment. iv) Schematic drawings for protection, metering, annunciation, supervision,

Aux. A.C. & D.C. supplies and other circuits. v) Wiring diagram of each panel including external cables termination. All

external connections with the panel shall be clearly indicated in the wiring diagram. Ample space for workability for connecting customers’ cables.

vi) All interlocks of bay control circuits with wiring diagrams. vii) Floor plan of C&R panels showing location of wiring ways and terminal

blocks marked in accordance with wiring diagram. viii) Internal wiring diagrams of all instruments, relays, switches and contactors

i.e. wire wise schedule and also equipment wise schedule of the equipment mounted in the panel shall be supplied.

ix) Operation and maintenance manual for individual equipment.

After the approval of the above drawings, 3 sets of the approved drawings on A-3 paper size (duly bound) and manuals per panel along with 4 Nos. of soft copies (CDs) of the ordered quantity (if the ordered quantity is less than 5 panels) or One set of drawings and literature for each panel with 10 sets extra (if the ordered quantity is more than 5 panels) along with 4 Nos. of soft copies (CDs) shall be supplied for use of field offices. Photocopies of the literature shall not be accepted.

Also the firm shall submit the hard copy as well as soft copy of following files required for integration of IEDs in future :-

(i) *.ICD (ii) *.CID (iii) *.SCD (iv) *.SSD

Any other file required for above mentioned purpose may also be supplied.

Following drawings will be furnished to the supplier to prepare / co-ordinate wiring diagram and cable schedule:-

Page 29: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

29

a) Circuit breaker & isolator control interlock wiring diagram. b) Detail of CTs, PTs and carrier equipment etc. wherever needed will co-

ordinate / interface these drawings with the panel including isolator-breaker interlock. Marshalling kiosk terminals detail shall also be furnished to the supplier to incorporate in their drawings.

c) Marshalling Kiosk terminals of CTs, PTs, Breaker and Isolators etc. for indicating MB TB nos. in the schematic drawings.

2.07 Control and relay panels

The control and relays panels shall be self contained CRCA sheet steel fabricated suitable for floor mounting and having folded construction with vermin proof fitment, cable glands and suitable for extension on either side with similar panels. The sheet thickness of each panel must be of 3mm size for front, rear, side & bottom and 2mm size for balance. The panels shall be given suitable space heaters to avoid condensation of moisture. The tenderer shall supply the channel base, suitable grouting bolts, nuts, lock nuts, washers etc. along with the panels.

i) The control & relay panels shall be simplex type. The panels shall have generally the following dimensions:-

Simplex type

Total height 2312 mm

Width 1000 mm (minimum)

Depth 762 mm

ii) The width of control and relay panels should be sufficient to avoid jumbling of various control cables and also to facilitate access to work on the protection equipment installed on the panel. The width required to accommodate the equipment properly will be decided by the purchaser while approving the drawing. The edges of terminal blocks and cable troughs should be separated by at least 100mm for easy access to TB for connection of cables and fixed in a manner that they do not come out of their housing during normal use. The ample space should be provided for connecting various control cables to the terminal blocks. The terminals shall be of 650 Volts grade suitable for carrying continuously 15 Amps at 220 V DC or 20 Amps at 240 volts A.C. The simplex cubicle type panel shall be fitted with rear access door providing at least one lock & latch and automatic interior lighting. Requisite title plates will also be provided in each panel. The panel should conform to the requirements of class I P 31 of IS: 2147.

iii) Each simplex control & relay panel cubicle should be provided with 2X20W, 220/240V, 1-phase, 50 Hz A.C. CFL with switch fixtures for interior lighting. In addition to lighting switches, 1 No. door button switch operated

Page 30: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

30

incandescent/energy saver lamp shall also be provided which will illuminate the switchboard interior on opening of the door.

iv) Each panel shall have a suitable mounted mimic diagram of the circuit and connection of the switchgear under control as per details to be intimated later on. The semaphore indicators of position indication of the outdoor isolating switches and circuit breaker shall be mounted in the run of the diagram. Outside of all panels shall be painted light grey to shade -631 of IS-5. Interior of the panels shall have white enameled finish. Mimic colour (as applicable) should be according to relevant IS. For 66KV: Dark violet 796 of IS- 5.All doors’ removable plates shall be gasketed all around with neoprene gaskets.

v) All the CL2 panels shall have cut outs for providing bay control units (BCU) in future. The cut outs shall be of suitable size so as to accommodate the BCU of any manufacturer.

vi) CL2 panel shall have cut out for provision of the energy meter(TVM). Test terminal block for energy meters shall also be provided in the panels.

2.08 Matching

Some of the panels covered in this specification are required to be installed with existing panels either ABB make or GEC ALSTOM make, Venson Make, or Easun Reyrolle make for which requisite matching of colour, size, type, wiring and protection scheme shall have to be done by the supplier .The details of existing panels would be made available to the successful tenderer. In case of any fabrication problem to supply the exactly matching panels, the nearer possible size may be quoted. All the panels should be suitable for independent installation.

2.09 Wiring

Suitably coloured / marked PVC 1100/650 V grade FRLS insulated wires shall be used throughout. Wiring shall be with not less than 1.5 sq. mm copper conductor except CT circuit wiring which shall not be less than 2.5 sq. mm. copper conductor. All wiring shall be securely fixed in position and shall be so arranged as to enable connections to be easily traced and shall have small number of angles and bends. Connections to the instruments, relays etc. shall be so arranged or marked as to be neatly dressed right from the equipment to the TB and should not protrude in air giving it an indecent look & it should be easily traceable. The ferruling shall be as per relevant standards. At the terminals of each wire shall be provided as erinoid cap which shall have engraved on it a number corresponding to that on the wiring diagram of the control panels to the remote end of the multi-core cables. All trip circuits’ connection shall have additional red ferrules marked TRIP equipment wise/wire wise

Page 31: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

31

detailed wiring schedule including TBs detail of all panel shall be supplied to the purchaser before the inspection call is given.

At least 2 NO + 2 NC spare contacts of each relay and 2 T and 2 C contacts of switches should be wired to the T.B. All metallic cases in the panel shall be connected to the earth bus by copper wire not less than 2.5 Sq.mm.

2.10 Alarm Annunciation Scheme

All annunciation system shall be provided for the panels by means of visual and audible alarm in order to draw the attention of the operator to the abnormal operating conditions on the operation of some protective devices.

i) Annunciator shall be facia type with approx. 35mm X 50mm size plastic windows for each alarm point having block lettering. The annunciator shall be suitable for 220V DC. Inscriptions shall be as specified in list of annunciations as given in Annexure - IIA. Each annunciation window shall have 3 Nos. or more LEDs in parallel so that the annunciations are visible clearly even in broad daylight. All Trip facia shall have red colour and non-trip facia shall have white colour. Cover plate of facia window shall be flush with panel and shall be capable of easy removal to facilitate replacement of lamps.

ii) Annunciator shall be suitable for operation with normally open fault contacts which close on a fault. For fault contacts which open on a fault, it should be possible at site to change annunciation from close to fault to open to fault & vice versa.

iii) One set of three push buttons for “Accept"," Reset” and “Lamp Test” will be provided on each panel. A separate bell and Hooter will be provided for the trip & non trip alarm as indicated in the schedule of requirement. Only these items have been indicated under schedule of requirement and other items required for complete annunciation scheme are to be provided by the supplier.

iv) On receiving an alarm impulse, even if momentary, the appropriate alarm relay shall pick up energizing the corresponding flashing type visible audible alarm units. It shall be possible for the operator to reset the audible alarm even if the alarm condition persists. However, visible alarm shall not be reset unless alarm condition has disappeared. Only the flashing type light shall become steady. Supplier shall provide necessary equipment wiring and materials for making the audible alarm of the additional panels complete in itself.

v) The annunciator alarm scheme would be designed so that each indication is separate and any number will indicate an alarm whether they be on the same or different facias or whether one or more alarms have already been received and have not yet been reset. The annunciator system will respond to all the initiating contacts operating simultaneously wired to one facia with the provision of annunciation. Scheme given in para (iv) above. The annunciator shall be capable of registering fleeting signal with a minimum duration of 15 ms.

Page 32: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

32

vi) Means shall be provided for test checking the visual signals and alarm signals and alarm circuits at frequent intervals. Even if the fault occurs during the lamp test, the sequence mentioned above Para (iv) would take place with the overriding feature of the scheme.

vii) Spare way on the facia should be equipped with LEDs so that there is no confusion between a spare way and faulty lamp which is in service. The spare way should be left blank. One No. spare potential free contact per facia shall be provided for remote annunciation. 220V DC supply to the Annunciator shall be supervised separately through AC operated lamp & reset push button.

viii) The trip alarm will be accompanied by suitable flag/LED indication on concerned phase of relay, whereas all non-trip alarms will be accompanied by suitable flag/LED on Aux. relay.

ix) Write up of complete functional details of annunciation scheme must be supplied with the tender along with the deviation if any. Annunciator should comply with the requirements of IEC-60255.

2.11 Indicating Instruments

144X72 sq. mm Digital indicating instruments and metering equipment shall be of switch board type, back connected suitable for flush mounting and provided with dust and vermin proof cases for tropical use and finished in suitable colour. All fixing screws, nuts & threaded parts shall be designed to relevant standards. The indicating instruments shall be digital type with 4 and ½ digits.

The accuracy class and ISS/IEC nos. to which these indicating instruments shall conform may be stated.

2.12 Control Switches

Control and instruments switches shall be rotary type and provided with properly designated engraved plates, clearly marked to show operating positions, close and normal after close, trip, normal after trip.

The control switches shall be spring return to neutral type with pistol grip handles and shall have at least one spare contact in each operating position. The circuit Breaker Control Switch will have lost motion device.

2.13 Indicating lamps

All indicating lamps LED type with low wattage shall be provided with screwed translucent lamp cover of various colours, such as red, green, blue amber or white as specified under schedule of requirements and shall be preferably unbreakable molded from heat resisting translucent and fast colour material.

2.14 LED semaphore Indicators

Page 33: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

33

The semaphore should be LED type with distinct colours for OPEN (GREEN) and CLOSE (RED) conditions of circuit breakers, isolators and earthing switches. It should have operating voltage range as specified in the clause 2.17 of this specification.

2.15 Protection relays

i) All the main relays shall be dust & vermin proof as per requirement of class IP 5 X of IS 2147 and of draw out type modular construction in flush mounting pattern. In case of draw out type relays, arrangement shall be such as to short circuit the CT terminals automatically, the moment relay/relay module is taken out.

ii) Test blocks shall be provided in the panels for testing of Main protection relays. The test blocks shall be of suitable current rating and should have terminals for feeding current and DC supply to relays from an outside testing set without causing open circuit secondary of CTs or switching off the protection.

iii) All the relays shall comply fully with the requirements of ISS: 3231/8686 and relevant IEC or other internationally recognized standards. The requirement of protection schemes and the function performed by various relays are as detailed in the schedule of requirements. Necessary number of fast acting auxiliary relays and static output tripping devices for various annunciations and tripping functions shall be included in the scope of supply. Sufficient no. of I/O contacts should be provided in Numerical Directional Over Current/Earth Fault relay. The relays shall have electrically separate contacts for trip and alarm purposes. Master trip relay shall have 14 Nos. of NO/NC (10NO +4NC) contacts. LBB tripping relays shall have 5nos. NO/NC (3NO+2NC) contacts. All auxiliary relays & timers should also have sufficient Nos. of spare NO/NC contacts for future use. The list of various modules included in the different type of relays is to be enclosed with the tender otherwise it will be assumed that all modules, as mentioned in the literature/write up are covered under the scope of supply.

iv) Type test certificate of main protection schemes, issued by the recognized test house, should be submitted with the tender without which the bid is not likely to be considered. These type tests certificates must accompany the tender irrespective of the fact that same had already been submitted along with previous tenders. Also the copies of ISS/IEC or relevant extract thereof, according to which the type tests have been performed, must be enclosed with the tender.

v) Offered numeric distance protection relays should be conforming to IEC 61850 protocol. The offered relays shall be interoperable with all the IEC 61850 compliant relays of other makes (ABB, Siemens, Alstom, Schneider Electric, GE, Toshiba, Sifang etc.) already installed in C & R panels in PSTCL. During evaluation of the bids, the bidder may be asked to demonstrate interoperability of its offered relay(s) with other make relays if required by PSTCL. Test certificate regarding conformity of the offered numeric distance protection relays to IEC 61850 protocols from

Page 34: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

34

independent reputed / Govt. recognized Laboratory like KEMA must be submitted along with the tender.

vi) Features of Distance Protection Relay should be as per clause 2.25.

2.16 Cable Glands

The double compression type cables glands as per requirement given in BOM under Section-III shall be provided with each panel. Gland plate shall be connected to the earthing of Panel/Sub-Station through flexible braided copper conductor.

2.17 Auxiliary Supply

For illumination and heaters etc. single phase 230V, 50 Hz AC supply shall be made available through local station transformer. The auxiliary supply for control and protective relay circuits, DC alarm and for indication etc. shall be made available from 220V Double DC Source (normal operating range: 160V to 250V) through a two wire system from station storage battery. The supply should be divided as Protection, Trip Coil I and Trip Coil II, Indication/Annunciator DC supply and 240V AC supply. These supplies shall be supervised through individual relays and overall supervision of DC supply by a separate relay with Test, Reset & Accept Push Buttons, Bell/Buzzer, indication Lamp etc. AC supply to the panel shall be supervised through an independent relay.

2.18 Requirement of CTs and PTs

VA output of CTs & PTs at rated values and under different fault conditions, their accuracy class and accuracy limit factor required for the proposed protection schemes shall be stated in the tender. Knee point voltage and exciting current at knee point voltage requirements of CTs under worst fault conditions shall also be stated.

2.19 Completeness of the Equipment

All fittings, accessories, auxiliary relays and timers required for contact multiplication, monitoring of control supplies & circuits and other apparatus which may have not been specifically mentioned in the specification but which are actually necessary for the completeness of the equipment shall be deemed to have been included in the contract. All equipment shall, therefore, be complete in all respect whether such details are mentioned in the specification or not. Item wise bill of material, listing all devices mounted or to be supplied loose, is to be enclosed with the tender indicating complete technical specifications of each device alongwith their type and make.

Page 35: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

35

2.20 Tests

Following tests shall be carried out at the manufacturer’s works after complete assembly of control and relay panels and four copies of the test reports supplied and got approved from the purchaser before dispatching the equipment:-

i) Checking wiring of circuits and their continuity. ii) One minute applied voltage test for all equipment on panel and wiring. iii) Insulation resistance of complete wiring circuit with all equipment mounted on

the panels. iv) Checking the proper operating of the control, protection, annunciation and

power supply schemes. In addition to the above, the equipment shall comply with the requirement of the type tests and shall be subjected to routine tests specified in the Indian or other standards according to which the equipment has been manufactured. The detailed test results of each relay and meters should be submitted. The above certificates shall be got approved.

2.21 Spares Testing and other Loose Equipment :

i) Recommended spares shall be listed in the tender with item-wise prices, enough for 10 years normal operation and maintenance requirement.

ii) The tenderer shall quote unit prices for various type or testing instruments, test plugs and portable relay test sets required/maintenance of the relays, equipment being quoted, for the control and relay panels.

iii) Item wise unit prices for the instruments, metering equipment and all types of relays covered in this specification including semaphore indicators, bells and buzzers, control switches should be furnished in the tender to allow for variation if any, in the requirement of such equipment at the time of placing the order. The unit prices may also be taken into account to order any loose equipment/relays which might be considered essential at the time of ordering.

iv) The suppliers shall undertake to supply indigenous or imported spares for a period of at least 10 years from the date of delivery of equipment. In case the supplier or his principals decide to stop the manufacture of certain type or model of equipment at any stage, the decision shall be communicated to be purchaser so as to enable him to procure requisite imported/indigenous spares for equipment already purchased.

v) The supplier shall quote the unit prices of important module cards of the static protection relays being included in their tender.

vi) The tenderer shall also quote unit prices for any alternative/additional protections or relays considered necessary by them for providing effective and more reliable protection. These equipments shall be quoted separately as on alternative/addition to the main offer stating the prices separately. The unit prices must be quoted for destination indicating freight and insurance charges separately.

Page 36: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

36

2.22 SCADA TERMINALS :-

Voltage free terminals/circuited terminals for SCADA purpose are required as per details enclosed in the Annexure-II D.

2.23 TECHNICAL DATA :-

The requisite technical Data for C&R panels covered under schedule of requirement Section-III is given in Annexure-IIB. Detailed calculations/comments justifying the suitability of the protection scheme relays offered by the supplier must be given. The tenderer shall also indicate the Guaranteed Technical particulars as per Annexure-IIC.

2.24 VOLTAGE SELECTION RELAYS :-

Electrical reset latch type voltage selection relays shall have at least 8 NO contacts in each position.

2.25 FEATURES OF DISTANCE PROTECTION RELAY:-

Three Phase Numerical multi-loop (Non-switched) type relay with separate measurements for all phase-phase & phase-ground faults having following features:-

i) Suitable for 220VDC Aux. supply with variation of (-) 20% to (+) 10%, PT secondary voltage of 110 V, CT Secondary current of 1A & Frequency 50 Hz.

ii) Four independent Zones of protection with stepped time distance characteristics out of which three shall be forward and one shall be reverse looking zone (meant for carrier inter-tripping/blocking schemes or bus protection).

iii) Quadrilateral characteristics with independent R & X settings for each zone. iv) Minimum of two setting groups for line parameters and with minimum value

of 1st zone reactance reach not exceeding 0.1 ohms per phase and to be incremented in steps of 0.01 ohms per phase. Max value shall not be less than 150 ohms. The resistance setting should be able to look after the arc resistance, tower footing resistance & load encroachment.

v) Measurement accuracy better than or equal to 5% of set value for reach measurement in Zone-I and better than or equal to 10% of set value for Zone 2, 3 and reverse zone.

vi) An adjustable characteristic angle setting range of 45 to 85 degree (in steps of 1 Degree)

Page 37: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

37

vii) Shall have zero sequence compensation for earth faults for all the zones or at least zone-1 and zone-2.

viii) Operating time including tripping time should not be more than 50ms & resetting time of less than 55 ms including resetting time of trip relay.

ix) Two independent continuously variable time settings range of 0-3 sec for zone 2 & 0-5 seconds for Zone 3 & 4 with accuracy of better than or equal to 5% of set value in time measurement of Zone 2, 3& 4.

x) Three phase tripping feature available. xi) Channel aided protection (Basic/PUR/POR Zone Extension/Acceleration

options). xii) Broken conductor detection by measurement of negative sequence

imbalance or any other principal. xiii) Instantaneous operation for three phase fault and switch on to fault. xiv) VT & CT supervision. xv) Directional IDMT O/C & E/F protection. xvi) Continuous self-monitoring & diagnostic features and circuit breaker

status monitoring. xvii) The relay shall have:-

i) Minimum 16 no. of self-configurable output relay contacts ii) Minimum 8 no. of self-configurable input relays. iii) Minimum 8 no. LEDs for fault indication. Heavy duty internal/external contacts suitable to handle direct tripping of 220KV circuit breakers. There should be 3nos. I/P & O/P spare self- configurable potential free contact each for future use.

xviii) Continuous current rating of two times of rated current. The voltage circuit shall be capable of operation of 1.2 times rated voltage. The relay shall also be capable of carrying a high short time current of 70 times rated current without damage for a period of 1 sec.

xix) Suitable number of potential free contacts for carrier aided tripping, CB failure, DR and Data acquisition system.

xx) Inbuilt LBB feature with adjustable minimum time delay of 200 ms and with minimum current setting of 200 mA. Also, it should have reset ratio of 95% or better.

xxi) Fault recorder, disturbance recorder and fault locator available from serial communication port/ FO port / RJ 45 port in front panel or rear panel of the relay. Fault locater should display directly in percent of line length or kilo- meters in all zones and should have a minimum accuracy of 5% for a line length of 1Km and above.

xxii) Should have facility of time synchronization (SNTP). xxiii) Interfacing with numerical relays: Every protection provided on the unit

should be accessible for checking of the menu, setting and DR etc. at least in following three ways: a) HMI on front of the relay.

Page 38: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

38

b) The Numerical relays should display the menu, setting, DR/Events etc. in alpha-numeric on the front of the relay. These functions will be selected through the keyboard provided on the front of relay itself.

c) The scheme should have provision of RS-232/ RJ-45 port on front of the panel for accessing by using personal computer to go through the Menu, Setting measurements and Disturbance records etc. This may be on the propriety Protocol. The supply of software for this purpose will be deemed to be included in the relays.

d) Two optical ports at the rear of IED for Parallel Redundancy (In compliance to IEC 62439 – 3) in Networking on IEC 61850 protocol.

xxiv) IEC 61850 compliant as mentioned in clause 2.15 (v). xxv) Relevant software to configure and commission the relays including drawings

and literature and a back-up support for at-least 10 years from the date of supply should be provided.

NOTE: In case the numerical distance protection relay is not having any built in feature as per above, the same can be supplied as an independent feature.

2.26 BAY CONTROL UNITS

Dedicated numerical Bay Control Units (BCUs) shall be provided for the purpose of making the C&R panels compatible for unmanning through substations Automation for 132 kV side and 66 kV side bays of transformer for Control functionality on IEC-61850 standard.

1. The Bay Control unit shall communicate on the IEC61850 standard for Communication

Networks and shall comply with this standard for all applications for SAS. 2. The BCU shall have compatibility/ interoperability with all makes of SAS and all types

of IEC 61850 compliant IEDs. 3. The BCU have sufficient number of self programmable binary input and output

contacts (along with 3 Nos. spare potential free BIs and BOs each) to execute various commands to control Line/Transformer bays and auxiliaries on the sub-station and all types of inter-locking for the switchgears in the substation. It shall have sufficient number of analog inputs also.

4. BCU shall have inbuilt Auto Recloser (three phase). 5. Inbuilt LBB feature with adjustable minimum time delay of 200 ms and with minimum

current setting of 200 mA. Also, it should have Reset ratio of 95% or better. 6. There shall be local display on BCU to display mimic diagram of the bay and status of

switchgears, settings, measurements (power data etc.) and local control panel to control bay from BCU.

7. The bay control unit shall acquire and process all data for the bay (Equipment status, fault indications, measured values, alarms etc.) and transmit these to the other devices in sub-station automation system. This shall receive the operation commands from station HMI and control centre. The bay unit shall have the capability to store all the data for at least 24 hours.

8. The BCUs shall be complying with IEC 61850 protocol (as mentioned in clause 2.15 (iii)) for Networking and suitable for all applications of SAS. The BCUs shall have one RS

Page 39: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

39

232/RJ 45/USB port at the front for local parameter setting and data/disturbance/fault events downloading etc. and two optical ports at the rear of IED for Parallel Redundancy (In compliance to IEC 62439 – 3) in Networking on IEC 61850 protocol and to extract data of the bay.

9. Time Synchronization on SNTP. 10. One RS 485 port at the rear of the IED. 11. The BCUs shall have inbuilt feature of Synchro-check & dead end check. 12. The BCUs shall have Time synchronization port (SNTP). 13. The BCUs shall be able to communicate with all types of IEC 61850 compliant other

and similar make BCUs and the local and remote work stations via optical fiber communication.

14. BCUs shall include multi color LEDs with different colors for alarm and trip purposes. 15. BCUs shall support all control signals plus all the back-up protections. 16. BCUs shall be able to be used interchangeably between line bays and transformer

bays. 17. BCUs shall be able to communicate with relays of all the makes and models. 18. Shall have sufficient number of NO/NC contacts for the signals mentioned in the

clause 2.17 of this specification. 19. BCUs shall have facility for event logging and disturbance recording facility.

2.27 There shall be provision of space for Ethernet switch in the panels and also separate supply socket for its power supply.

2.28 All the BCUs shall be complying with IEC 61850 protocol as mentioned in clause 2.15(iii). There shall be separate ports for serial communication and LAN communication in the relays. Also there shall be provision for the fault event data to be extracted from the relays via both the serial port as well as LAN port.

2.29 DELIVERY :- “The Supply of panels shall be completed within 3 months from the date of drawing approval. The drawings shall be submitted by the firm within 2 weeks from the date of issue of PO ".

Page 40: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

40

ANNEXURE II-A

LIST OF ANNUNCIATION WINDOWS FOR 66KV LINE C&R PANELS

A) TRIP ALARM

1. Distance protection operated 2. O/C & E/F Relay trip 3. Numeric O/C & E/F (DPR) Relay Trip 4. Numeric LBB (DPR) Relay Trip 5. Master trip operated 6. SOTF operated. 7. Spare

B) NON TRIP ALARM

1. V.T. fuse fail 2. CB Air/Gas pressure low 3. CB Air/Gas pressure trip block. 4. Trip Circuit 1 Supervision op. 5. Trip Circuit II Supervision op. 6. DPR faulty. 7. DPR DC fail 8. 2 Spare

Page 41: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

41

ANNEXURE -IIB

TECHNICAL DATA OF 66 KV LINE CT/PTs

1. DATA OF 66 KV LINE CTs

Ratio: 800-400-200/1-1-1-1A 400-200-100/1-1-1-1A

Core I II III IV VA 25 25 25 25

ACC.CL 5P 5P 0.2s 0.2s ALF 15 15 -- -- ISF -- -- <5 <5

2. DATA OF 66 KV LINE PTs

RATIO: 66KV 110V / 110V / / 110V

√3 √3 √3 √3

Core I II III VA 150 150 50

Accuracy Class 0.2-3P 0.2-3P 0.2-3P

Page 42: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

42

ANNEXURE-IIC

SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS

Sr. No.

Description Details

1. CONTROL & RELAY PANELS H W D (mm)

i) Dimensions of C&R Panels

ii) Dimension of supporting channel

iii) Overall dimensions of C&R panels

iv) Thickness of CRCA steel plate proposed for use of panels

a) Front b) rear c) sides d) bottom e) balance

v) External & internal finish with colour.

2. LED SEMAPHORE INDICATORS

i) Type & make

ii) Operating voltage (volts)

3. INDICATION LAMPS (LED TYPE)

i) Type & make

ii) Wattage of the lamp in watts

4. SWITCH BOARD WIRING

i) Size of strandard copper wiring conductor

ii) Size of earthing bar safety earthing

iii) Whether wiring FRLS

Page 43: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

43

5. DIGITAL METERING EQUIPMENT (AMMETER, VOLTMETER, MW, MVAR ETC.)

i) a. Type b. Make c. Size (mm)

ii) Limit of error

iii) Short time overload capacity for 0.5 Sec. current voltage

iv) V.A. Burden: a) C.T. Circuit b) P.T. Circuit

v) I.S.S./B.S.S Grade of accuracy

vi) Whether magnetically shielded or not

vii) Number of Digits

6. NUMERIC OVER CURRENT & EARTH FAULT DIRECTIONAL RELAYS

i) a. Type b. Make

ii) Tap range

iii) Timing setting range (TMS)

iv) VA Burden

v) Trip contact rating in Amps & number of Trip contacts

vi) Continuous & short time rating, for earth fault relays

vii) Whether High set feature/element available

7. AUXILIARY RELAYS

i) a) Type b) Make

ii) Contact rating for making & breaking

iii) Short time rating

Page 44: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

44

iv) Aux./DC Voltage

v) Nos. of elements

vi) Nos. of NO & NC contacts.

8. NUMERICAL DISTANCE PROTECTION SCHEME:-

Sr.No. Description

Particulars to be filled by the Manufacturer

i. a) Type b) Make c) country of origin

ii. i) Rated C.T. Current ii) Rated CVT/PT Voltage iii) Rated Aux. D.C. Voltage with variation iv) Frequency

iii. VA burden under normal & fault conditions of i) Voltage Circuit ii) Current Circuit

iv. Type of measurement characteristic.

v. Does the scheme provide four independent zones of protection with stepped time distance characteristics out of which 3 shall be forward and one shall be reverse looking zone (meant for carrier inter-tripping/blocking schemes or bus protection).

vi. i) Max. Operating time including tripping time for Zone-1

ii) Max. resetting time including resetting time of trip relay

vii. i) Does the scheme provide for three independent continuously variable time setting ranges for zone-2, 3 &4? If yes, time setting range for

a) Zone-2 b) Zone-3 c) Zone-4

ii) Accuracy as % age of set value in time measurement of Zone-2, 3&4

Page 45: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

45

viii. Whether scheme has provision for Triple pole LBB Feature( Breaker failure protection)

a) Time delay setting of LBB b) Current setting range of LBB c) Reset ratio of LBB

ix. Whether VT/PT supervision provided.

x. Whether the scheme has in built features for self monitoring & self diagnostics and C.B. status monitoring.

xi. Whether the scheme has feature to detect broken conductor by measurement of -ve sequence imbalance or any other principal.

xii. Does the scheme has the facility for:- (i) Resistance setting to look after arc

resistance, tower footing & load encroachment.

(ii) Zero sequence compensation for all/some of the zones. If yes, for which zones.

xiii. i) No. of setting groups for line parameters.

ii) Min. Value of Ist zone reactance reach iii) Increments of (ii) above iv) Max. value

xiv. Measurement accuracy as % age of set value of reach measurement in:-

i) Zone-1 ii) Zone- 2, 3 and reverse zone.

xv. An adjustable characteristic angle i) Setting Range ii) In steps of

xvi. Is the relay having feature of instantaneous operation for 3-phase fault and switch on to fault?

xvii. Is the relay having feature of channel aided protection ( Basic/PUR /POR zone extn /Acceleration option)

xviii. Is the relay having IDMT O/C & E/F protection

Page 46: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

46

xix. No. of i) Self configurable output relay contacts ii) Self configurable input relays iii) LEDs for fault indication

xx. i) Continuous Current rating ii) Over voltage capability of Voltage

Circuit iii) How much high short time current the

relay can carry without damage.

xxi. Is the relay having Suitable number of potential free contacts for carrier aided tripping, Auto reclosing, CB failure, DR & Data acquisition system.

xxii. Is the relay having Two optical ports at the rear of IED for Parallel Redundancy ((In compliance to IEC 62439 – 3)) in Networking on IEC 61850 protocol.

xxiii. i) Whether Fault recorder, disturbance recorder and fault locator available from serial communication port and relay front panel.

ii) Whether the fault displays directly in % of line length or kilometers in all zones.

iii) Min. accuracy

xxiv. Interfacing with numerical relays:- Is the every protection provided on the unit accessible for checking of the menu, setting and DR etc. at least in following three ways :

a) HMI on front of the relay. b) Two optical ports at the rear of IED for Parallel

Redundancy (In compliance to IEC 62439 – 3) in Networking on IEC 61850 protocol

xxv. a) Does the Numerical relays display the menu, setting, DR/Events etc. in alpha-numeric on the front of the relay. Are these functions selectable through the keyboard provided on the front of relay itself. b) Is the scheme should having provision of RS- 232/ RJ-45 port on front of the panel for accessing by using personal computer to go through the Menu, Setting measurements and Disturbance records etc. This may be on the propriety Protocol. Is the supply of software for this purpose included in the relays? c) Is the scheme conforming to IEC-61850 protocol.

Page 47: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

47

xxvi. Will the Relevant software to configure and commission the relays including drawings and literature and a back-up support for at-least 10 years from the date of supply be provided?

9. FUSE FAILURE PROTECTION

i) a) Type b) Make

ii) Voltage & Frequency rating

iii) Operating time

10. TRIP CIRCUIT SUPERVISION RELAYS

i) Type and make

ii) Rating Voltage

iii) Time delay

11. TRIPPING RELAYS

a) Master Trip Relay

i) Type and make

ii) Rating Voltage

iii) NOs. of NO+NC contacts per element

iv) Operating Time

v) Accuracy

vi) Nos. of elements

b) LBB trip Relays

i) Type and make

ii) Rating Voltage

iii) NOs. of NO+NC contacts per element

iv) Operating Time

v) Accuracy

Page 48: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

48

vi) Nos. of elements

12. LBB PROTECTION

i) Type & make

ii) Rated Current and voltage

iii) Setting Range

iv) Operating time

v) Resetting time

vi) Resetting Ratio

vii) Time setting Range

viii) Description leaflets

ix) Sensitivity

x) Reference Standard

14. BAY CONTROL UNIT

i) a. Make b. Type

ii) Screen display size

iii) Number of multiple screens that the BCU supports

iv) Number of self programmable contacts and their rating.

v) Number of NO and NC contacts.

vi) Number of transducer inputs (4-20 mA)

Vii) Whether includes inbuilt LBB feature? a. Time delay setting of LBB

b. Current setting range of LBB c. Reset ratio of LBB

viii) Whether includes inbuilt Auto Reclose feature?

ix) Whether includes inbuilt Synchro-check feature?

x) Whether the BCU conforms to IEC-61850 protocol as per clause 2.15 of the specification?

15. DETAILS OF EL/DR I. Number of events that can be stored

II. Number of disturbances that can be stored

Page 49: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

49

III. Number of graphical disturbances that can be stored

16. DC Switching Relay

i) Type & make

ii) Auxiliary voltage supply

iii) Current breaking capacity

iv) Continuous current carrying capacity

Note:- 1. Specify the feature which is not built in feature of DPR and is being supplied

as an independent feature.

2. In addition, tenderer may give all the relevant technical particulars and guaranteed particulars for the ratings and protection scheme offered by him.

3. Detailed literature of all equipment including auxiliary relays, timer etc, installed on the panel be supplied.

Page 50: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

50

ANNEXURE-II D

DETAILS OF SCADA TERMINAL BLOCKS REQUIRED FOR C&R PANELS

A) SCADA TERMINAL BLOCK-I(ONLY TERMINALS TO BE PROVIDED BY THE FIRM) 1. 2 terminals for Bus-I Isolator. 2. 2 terminals for Bus-II Isolator. 3. 4 terminals for Circuit Breaker. 4. 2 terminals for Line Isolator. 5. 2 terminals for Bye Pass Isolator 6. 4 terminals for Bus Coupler Isolator. 7. 2 terminals for Bus Coupler Isolator-I. 8. 2 terminals for Bus Coupler Isolator-II. 9. 5 Spare terminals.

B) SCADA TERMINAL BLOCK-II(WIRING TO BE CARRIED OUT BY THE FIRM-All

CONTACTS TO BE ESSENTIAL POTENTIAL FREE) 1. 2 terminals for Master Trip operated. 2. 2 terminals for Back up protection operated. 3. 2 terminals for distance protection operated. 4. 2 terminals for bus-bar I protection operated. 5. 2 terminals for bus-bar-II protection operated 6. 2 terminals for LBB operated 7. 4 spare terminals.

C) SCADA TERMINAL BLOCK-III FOR CT & PT

1. 8 terminals for CT supply (Only terminals to be provided). 2. 4 terminals for selected voltage supply(wiring by the FIRM). 3. 4spare terminals.

D) SCADA TERMINAL BLOCK-IV(WIRING TO BE CARRIED OUT BY THE FIRM)

1. Positive DC Supply. 2. Negative DC Supply. 3. Trip Lead. 4. Close Lead. 5. 4 spare terminals.

Note :- 1. Each terminal should have input end, output end and central connecting/disconnecting link.

2. CT terminals should have arrangement for short circuiting all the four terminals for each set.

Page 51: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

51

SECTION-III

SCHEDULE OF REQUIREMENT

DETAILS 66KV LINE CONTROL & RELAY PANELS

All the control & relay panels shall be indoor type floor mounted sheet steel fabricated, simplex type with rear access door suitable for single/double bus arrangement. The panels shall be complete with internal lighting PUC small wiring, circuit labels, equipment name plates, MCBs, links, ferrules, supports, cleats, multi core cable glands, terminal boards earthing strips, foundation bolts, all sundries to complete the job & equipment as per specification indicated in Section-II. Panels to be equipped with various items given in the BOM. All the panels should be designed for 220V DC auxiliary supply.

Item No. Brief description of equipment Qty Panels to be equipped

With various items given in the BOM 1. 66KV line C&R panels for 220V

DC Aux, supply suitable for double bus arrangement type CL2

47

Note: The above panels should be equipped with various items given in the Bill of Material, Annexure-B

Page 52: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

52

ANNEXURE-III A

Bill of Material for 66KV Line C&R panels

Sr. No.

Description of items to be mounted on panel Type of panel

CL2

To be filled by bidder

1. Panel type & PO No. label. 2

2. Mimic diagram with painted 4 mm thick aluminum strip.

1

3. Automatic LED semaphore indicators for position indication of isolators & earth switch

4

4. Automatic LED semaphore indicator for position indication of circuit breaker

1

5. 3 position 16 ways circuit breaker control switch having lost motion device

1

6. Indicating lamps of LED type for CB closed (Red), CB open (Green), CB Auto trip (Amber), CB trip Ckt.-I & trip Ckt-II Healthy (white) & for spring charged indication.

-As required-

7. Facia type complete alarm annunciation scheme as per item 2.10. of Technical Specification Section-II. Inscription details as given in Ann.-II-A

1

( 16 windows)

8. Double pole push buttons for trip circuit I & II healthiness check, in ON/OFF position of CB

2

9. Trip Ckt. pre close & post close Supervision Relay for Trip Coil-I and Trip Coil-II

2

10. 72X144 sq.mm flush mounted 4 and ½ digit digital type Ammeter, 1A, Acc. Cl. 1.0 with settable current ratio from 100-800/1 A.

1

11. 72X144 sq. mm flush mounted 4 and ½ 1

Page 53: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

53

Digits, Digital type voltmeter (110V) Acc. Cl. 1.0 with settable voltage ratio from 66-220kV/110V.

12. 72X144 sq. mm flush mounted 4 and 1/2 digits, Digital type MW meter suitable for 3-phase, ¾ wire unbalanced load, 110 V,1A complete of best quality with accuracy Cl.1.0

1

13. 72X144 sq. mm flush mounted 4 and 1/2 digits, Digital type flush mounted MVAR meter suitable for 3-phase, ¾ wire unbalanced load, 110 V,1A complete of best quality with accuracy Cl.1.0

1

14. Distance protection scheme as per the description given in clause 2.25 of Section-II

1

15. Three pole or 3Nos. single pole Numeric directional IDMT type relays for back up protection with high set, 2 nos. for O/C protection with setting range of 50-200% of 1A and 1no. for E/F protection with setting range 10-40% of 1A

1

16. a) Master Trip Relay (hand reset & Electrically reset) Supervision relay(hand reset & Electrically reset) for item 18(a)

2 Set

17. DC fail annunciation scheme for 5 nos. DC auxiliary supply ckt. (5 nos. Relays) comprising (self reset)

a) DC/fail accept Aux. relay (1no.) b) Indicating lamp (Red, 1 no.) c) Push Buttons for DC fail test, accept &

reset (3 nos.) d) AC buzzer for DC fail alarm.

2set

18. AC supply Ckt. supervision relay 1

19. High speed tripping relays (Hand reset & Electrically reset) for LBB protection

1

20. Bus voltage Selection Scheme with electrically reset latch type relays

1 set

21. Auxiliary Relays with Electrical as well as Hand Reset 1 set

22. Space heater with On/Off switch. 1

23. 3 pin socket with switch of 15A rating for AC 1

Page 54: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

54

Supply.

24. 2 pin socket with switch of 5A rating for DC supply.

1

25. 1X20W, 230/VAC CLF light with fixtures along with lighting switch and 1 no. door button switch operated incandescent/energy saver lamp for interior illumination.

1set

26. SCADA terminals as per details given

in ANNEXURE- II D.

27. Cable glands (double compression type) glands (A set of following cable glands shall be supplied loose with each panel ):- SizeQty.(Nos.)

32/c 2.5 mm2 1 24/c 2.5 mm2 1 16/c 2.5 mm2 1 12/c 2.5 mm2 1 9/c 2.5 mm2 2 7/c 2.5 mm2 4 4/c 2.5 mm2 2 2/c 2.5 mm2 1

1set

28. Dedicated numerical Bay Control Unit for the purpose of making the compatible for unmanning through substation automation for 132kV & 66kV side bays of lines for control functionality on IEC- 61850 standards as per clause 2.29 of technical specifications.

1 no.

29. DC Switching relay for BCU 1 no.

Note:-

1. Any other item which is required, but inadvertently not listed, shall be provided by the firm. No extra charges shall be made for such item. 2. The tenderer should check the suitability of the distance protection relay offered by them for line length & other technical parameters given under item 2.25 technical data under section-II. The suitability of the protection relays be justified along with calculations. The tenderer should also indicate the minimum fault level and the minimum length for which the relays offered by them are suitable.

Page 55: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

55

SECTION-IV SCHEDULE OF PRICES

Validity: ---------- Prices: Firm

Sr. No.

(1)

Brief Description of material as detailed out in the spec. & schedule of requirement section-III

(2)

Qty.

(Nos.)

Unit Ex-

works price (Rs.)

(5)

Unit F&I

charg es

(Rs.) (6)

Total

(Rs)

(7=5+6)

GST @

%

(Rs.)

(8)

All inclusive Unit FOR

destination price (Rs.)

(9=7+8)

Price FIRM/

VARIABLE

NIT

(3)

Offered

(4)

1. 66KV Line C&R Panels suitable for double bus arrangement

Type CL2

47

B. Loose Items:For the purpose of addition and deletions in the panels/procurement as loose items, if required, the prices for loose items should be quoted as per Performa attached (Annexure-IVA) i.e. ex-works prices and F&I charges.

C. Break-Up of Prices:The tenderer shall indicate the split-up of ex-works prices as regards to cost of Raw material, Labour Component and Overhead expenses.

D. Filling up of the Price Schedule Performa: The above Performa should be filled by the tenderer on-line. Hand written prices shall not be accepted.

E. Discount:No overall discount shall be indicated on the quoted price for which spilt up has been furnished as per ‘D’ above. However, quantity/payment discount can be given in the main tender. Any discount on the quoted prices or discount offered after opening of the tender will lead to the rejection of the tender.

Page 56: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

56

Annexure-IV A

UNIT PRICES FOR LOOSE ITEMS

Sr. No.

Description of item Unit Ex- Works Price

Unit Freight & transit

Insurance

Unit FOR Destn. Price

1. Non Switched Numeric Distance Protection Relay 1A,220V DC including all features of Technical Specification(item 18 of BOM)

2. Split up prices of all the modules offered in Distance relay:

a) Power Supply b) Measurement modules: i) Phase to Phase ii) Phase to ground c) SOTF

3. Three pole Numeric directional IDMT O/C & E/F relay

4. Three or Single pole directional IDMT O/C relay

5. Single pole directional IDMT E/F relay

6. All types of Auxiliary relays.

7.(a)

b)

Tripping relays(10NO+4 NC) Tripping Relays( 3 NO+2NC)

8. LBB relay( Numeric)

9. V.T. fuse failure relay

10. AC fail annunciation scheme

11. DC fail annunciation scheme

Page 57: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

57

12. One No. Facia annunciation window

13 Circuit breaker control switch.

14. One. No. Simplex panel without equipment

15. Semaphore indicators for breaker.

16. Semaphore indicators for isolator/earth switches.

17. Indicating lamps LED type.

18. 1X20 Watt fluorescent tube light with fitting.

19. Digital type Ammeter

20. Digital type Voltmeter

21. Digital type MW meter

22. Digital type MVAR meter

23. Cable glands.

24. Pre & Post Close Trip Circuit Supervision Relay

25. Space Heater

26. DC switching relay

27. Bay Control Unit

Page 58: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

58

SECTION-V

SCHEDULE OF COMMERCIAL DEVIATIONS

All deviations and exceptions in respect of commercial clauses to the tender specification shall be clearly brought out by the tender as per the format given here under. The details shall be exhaustive in all respects.

------------------------------------------------------------------------------------------------------------

Sr. No Clause No. Page no. of Exceptions & Remarks

Tender Spec. Deviations from

the tender Spec.

------------------------------------------------------------------------------------------------------------

----------------------------------------------------------------------------------------------------------

Certified that the above listed deviations and exceptions are exhaustive and the contract shall be executed as per the tender specifications except for the above deviations and exceptions in the event of placing an order on us.

Date: For M/s

Place Signature

(By its constituted attorney) Seal

Page 59: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

59

SECTION-VI

SCHEDULE OF TECHNICAL DEVIATIONS

All deviations from technical clauses shall be clearly brought out by the tenderer as per the format given here under. The details shall be exhaustive in all respects.

-------------------------------------------------------------------------------------------------------------------

Sr. No Clause Page no. of Deviations/ Remarks

Technical Exceptions

Spec.

------------------------------------------------------------------------------------------------------------------

-----------------------------------------------------------------------------------------------------------

Certified that the above listed deviations and exceptions are exhaustive and the contract shall be executed as per the tender specifications except for the above deviations and exceptions in the event of placing an order on us.

Date: For M/s

Place Signature

(By its constituted attorney) Seal

Page 60: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

60

PROFORMA FOR ELICITING INFORMATION FOR APPRAISAL OF FIRM’s CAPABILITY & CAPACITY TO MANUFACTURE ITEM(S)/EQUIPMENT AS PER REQUIREMENT OF PSTCL.

1. A) Name of Tendering firm.

i) Complete address of the office.

ii) Telegraphic address:

iii) Telephone Number(s):

iv) Telex Number:

v) Fax No.

B) i) Name of two responsible Officers with Designation: (Managing Director/Partner/Chief Engineer/Works Engineer etc.)

ii) Day on which weekly holiday is observed.

C) Complete address of the works:

i) Telegraphic address:

ii) Telephone Number(s):

iii) Telex Number & Fax No.

iv) Name of two responsible Officers with Designation: (Managing Director/Partner/Chief Engineer/Works Engineer etc.)

v) Day on which weekly holiday is observed.

D) Name, address & telephone numbers of two references having facilities of P&T Telephones.

a) i) Name b) i) Name

ii) Address ii) Address

iii) Telephone No. iii) Telephone No.

2. Year of Establishment.

3. Constitution of the firm.

a) Private of Public Limited

b) Registered under the companies Act or any other Act, give Registration No. & Date.

Page 61: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

61

4. Financial Position.

i) a Land (Area & Value)

b Building (Covered Area and Value)

c Plant & Machinery:

d Total drawing Limit from Banks

ii) Annual Financial Turnover (duly audited for the last two years):

iii) Latest Income Tax clearance certificates:

5. Man Power:

a) Graduate Engineer (s):

b) Diploma Holder (s):

c) Skilled Workers:

d) Un-Skilled Workers:

6. Production capacity per month of the item covered in your quotation and justification for assessment.

a) Details of Plant & machinery installed (Please attach separate sheets, if necessary).

b) Details of raw material required:

c) Source of raw material

d) Stock of raw material

e) In case, any raw materials are required to be imported, indicate arrangements of its procurement.

f) Quality Controls exercised in procurement of raw materials.

7. a) Details of manufacturing process:

b) Scheme of quality controls:

i) During manufacturing process:

ii) At the finished stage

c) Whether, any record is being maintained in respect of quality controls exercised.

Page 62: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

62

8. Details of testing facilities available with the firm. Information may be supplied in the enclosed Performa.

9. Details of orders executed/under execution during the last three years. Photo copies of Purchase orders of similar material (along with performance certificates) supplied to other state utilities by them to the standard specified in this tender documents must be submitted.

a) With PSTCL

b) Other State Electricity Boards/State Govt. /Govt. Of India & other Institutions/undertaking:

c) Other important customers.

10. a) Whether the item(s) are on Punjab Govt./DGS&D/Central Govt. Approved Rate Contracts (Attach copies of Rate contracts)

b) Whether item offered conforms to ISs or any other internationally recognized Standards, if so, give reference:

c) Whether the firm is licensed to use ISI Mark of any other Govt. Quality Mark (copies of latest Test Certificates issued by Govt. Laboratories/Any recognized Test House be attached.)

SIGNATURE OF AUTHORISED SIGNATORY OF THE FIRM

WITH OFFICE STAMP

NOTE:

1. Please attach additional sheets, wherever required. 2. Copies of documents, attached with the Performa should be attested by the firm’s

authorized stamp mark of the firm.

Page 63: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

63

Annexure-IV B

LIST OF APPROVED VENDORS

Sr. No. Item Vendors

1

PVC wires/cables

Reliance Engineers Fixwell Finolex

SBEE Cables India Ltd. Fine Core Cables

RR Kabel Rolliflex Polycab

LAPP India Pvt. Ltd.

2

Terminal Blocks

Elmex Connectwell

Phoenix Wago

Weidmuller

3

Transducers

Automatic Electric Elster

Rishab Meco

Siemens

4

Indicating Instruments

Rishab Meco AE

Siemens Secure

AvanaElectrosystems EIC

Elcon Nippen Selec

5

Non-Numerical Relays

ABB GE

EasunReyrolle Ltd. Siemens

Crompton Greaves Ltd. Schneider Electric

N R Electric AvanaElectrosystems

Ashida

6

Push Buttons with elements

L&T Siemens Teknic ABB

Deepl Electricals Sahyadri Electro Control

Vaishno Ideal Alan DAV Merit

7

Selector Switches

Kaycee Recom Switron

Page 64: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

64

ABB GE

Salzer

8

Control Switches

GE Kaycee Recom Switron

ABB Siemens

9

Test Terminal Blocks

Control Dynamics IMP

Deepl Electricals NelsterWelcon

DAV GE

AvanaElectrosystems JVS

10

Semaphore Indicators

Deepl Electricals ABB DAV

Secure Microtech

Mimic AvanaElectrosystems

JVS

11

AC/DC MCBs

ABB Indo Asian

Siemens Legrand

Schneider Electric

12

Annunciator

Alan Electronic Systems Pvt. Ltd. Bharani Electronics

Sahyadari Electro Control Minilec Proton SECO JVS

Page 65: OFFICE OF THE: CHIEF ENGINEER/TS, PUNJAB STATE

65

Annexure-IV B

Techno-Commercial Details

1. Prices (whether Firm or Variable):

2. Quantity offered:

3. GST:

4. Other levies (if any):

5. Delivery:

6. Validity:

7. Place of Manufacture: