VIDYUT SOUDHA, HYDERABAD-500082 SPECIFICATION No. e- …apgenco.gov.in/files/1508.pdf · VIDYUT...

58
1 ANDHRA PRADESH POWER GENERATION CORPORATION LIMITED VIDYUT SOUDHA, HYDERABAD-500082 SPECIFICATION No. e- 30 /HPC&HP/APGENCO/2016 (TWO PART BID) Design, manufacture, assembly, inspection and testing at the manufacturer’s works, packing, loading & unloading, Supply and delivery F.O.R (Destination)& Supervision of Erection, testing and commissioning of 2Nos. 2.5MVA capacity, 11KV/11KV voltage ratio, Delta/Star connected, ONAN cooling type, Dny1 vector group, 3Phase outdoor type Isolating transformers complete with all fittings, accessories, associated equipment along with mandatory spares as per the technical specification for Machkund Power House, Onukudelli-764042, Machkund, Koraput (Dt.), Odisha State” Summary sheet, Instructions to bidders, General, Financial Terms and Conditions, Technical Specification and schedules Phone No : 040-23499803/318 Fax No : 040-23499323 Sd/- SUPERINTENDING ENGINEER HYDEL-II/APGENCO VIDYUTSOUDHA, HYDERABAD-82

Transcript of VIDYUT SOUDHA, HYDERABAD-500082 SPECIFICATION No. e- …apgenco.gov.in/files/1508.pdf · VIDYUT...

1

ANDHRA PRADESH POWER GENERATION CORPORATION LIMITED

VIDYUT SOUDHA, HYDERABAD-500082

SPECIFICATION No. e- 30 /HPC&HP/APGENCO/2016

(TWO PART BID)

“Design, manufacture, assembly, inspection and testing at the manufacturer’s

works, packing, loading & unloading, Supply and delivery F.O.R (Destination)&

Supervision of Erection, testing and commissioning of 2Nos. 2.5MVA capacity,

11KV/11KV voltage ratio, Delta/Star connected, ONAN cooling type, Dny1 vector

group, 3Phase outdoor type Isolating transformers complete with all fittings,

accessories, associated equipment along with mandatory spares as per the

technical specification for Machkund Power House, Onukudelli-764042, Machkund,

Koraput (Dt.), Odisha State”

Summary sheet, Instructions to bidders, General, Financial Terms and

Conditions, Technical Specification and schedules

Phone No : 040-23499803/318

Fax No : 040-23499323

Sd/-

SUPERINTENDING ENGINEER HYDEL-II/APGENCO

VIDYUTSOUDHA, HYDERABAD-82

2

CONTENTS

SL.No.

Description

Page No.

1.

Notice Inviting Tender

3-7

2.

Important instructions

8-9

3.

Section –I Instructions to Bidders

10-19

4.

Section – II General Purchase conditions

20-27

5

Technical Specification

28-38

6.

Schedules 1 to 9 & A to C

39-50

7.

Annexure 1 to 5

51-58

3

ANDHRA PRADESH POWER GENERATION CORPORATION LIMITED

VIDYUT SOUDHA:: HYDERABAD – 500 082

Office of the

Chief Engineer,

HPC & Hydel Projects,

Vidyut Soudha/Hyderabad

NOTICE INVITING TENDERS

NO. E- 30 /HPC & HP/APGENCO/2016

1. Department Name Andhra Pradesh Power Generation Corporation

Limited

2. Circle/Division Name Chief Engineer / HPC & Hydel Projects /APGENCO,Vidyut Soudha, Hyderabad.

3. Tender Notice No. E- 30/HPC & HP/APGENCO/2016

4. Name of Work

“Design, manufacture, assembly, inspection and

testing at the manufacturer’s works, packing,

loading & unloading, Supply and delivery F.O.R

(Destination)& Supervision of Erection, testing

and commissioning of 2Nos. 2.5MVA capacity,

11KV/11KV voltage ratio, Delta/Star connected,

ONAN cooling type, Dny1 vector group, 3Phase

outdoor type Isolating transformers complete

with all fittings, accessories, associated

equipment along with mandatory spares as per

the technical specification for Machkund Power

House,Onukudelli-764042,Machkund,Koraput

(Dt.), Odisha State”.

5. Estimated Contract Value Rs.30Lakhs

6. Delivery period

a) Material: The material shall be delivered within Four Months from the date of issue of LOI/Purchase order. However, the delivery period shall include delivery and acceptance of the material in good condition at site.

b)Supervision for Erection, Testing &Commissioning: You shall depute your Engineer to site for supervision of erection, testing& commissioning of newly supplied Isolating Transformers with in 10days from the date of intimation of readiness of site.

7. Tender Type Open tender

8. Tender Category Products

9. Bid Security (EMD) By way of DD for Rs.15,000/- in favor of “Pay Officer, APGENCO, Vidyut Soudha, Hyderabad”. Whereas the PEMD holders are exempted from

4

furnishing of EMD. However they should upload a copy of PEMD approval issued by the competent authority along with other relevant documents.

10. Process Fee Not Applicable

11. Bid Start Date & Time 30-01-2017 @ 17:00 Hrs.

12. Bid Submission closing Date & time

28-02-2017 upto 15:00 Hrs.

13. Bid Submission Online

14. Bid Validity 180 days from the date of opening of the Bid

15. Pre Bid Meeting Not Applicable

16. Pre Qualification/ Tech. Bid

Opening Date 02-03-2017 @ 15:00 Hrs.

17. Price Bid Opening Date & Time 16-03-2017 @ 15:00 Hrs

18. Eligibility Criteria 1)The Bidder shall be Original Equipment manufacturer(OEM) having manufacturing unit in India and shall have an experience of at least 5 (FIVE) years in the manufacture and supply and commissioning of 11KV or higher voltage rated Power transformers for at least two organizations in India i.e., PSU’s/Electricity Boards/DISCOMS/any other Govt. Organizations and which are working satisfactorily for at least One year as on the date of bid submission and the satisfactory performance certificates issued by the end users along with purchase order copies for each type of material shall be uploaded. The experience from private organizations shall not be considered and the bid shall be rejected.

2) The bidder should have an annual turnover of not less than Rs.45Lakhs for at least Two years during the last ‘3’ years. The bidder should enclose copies of the audited financial statements of the last ‘3’ years so as to prove the financial capacity of the bidder to execute the order.

3) The equipment offered shall be type tested by the bidder as per the relevant Indian/International standards. The type tests must have been conducted on similar or higher capacity. The type test reports shall not be older than Ten years and shall be valid up to the expiry of validity of offer. The offers received without type test reports shall be treated as non-responsive.

19. Place of Opening of Tenders In the chambers of Superintending Engineer, Hydel-II, HPC & Hydel Projects wing, APGENCO,3rd

5

Floor, A-Block, Vidyut Soudha, Hyderabad-500082, Telangana State.

20. Officer Inviting Bids Superintending Engineer, Hydel-II, HPC & Hydel Projects wing, APGENCO,3rd Floor, A-Block, Vidyut Soudha, Hyderabad-500082, Telangana State. 21. Address

22. Contact Details Phone : (040) 23499801/318,

Fax : (040) 23499323

23. Procedure for bid submission 1) The bidders need to register on the electronic procurement market place of APGENCO, i.e. www.apgenco.gov.in.On registration on the APGENCO e-procurement website market place the bidder will be provided with a user ID and password by the system using which the bidder can submit their bids on line.

For any queries on registration and online bid submission, on APGENCO e-procurement Website, the bidders may contact HELP DESK of Service provider on https://etender.apgenco.gov.in

2) The guidelines for the bidders participating in the APGENCO e-procurement tender are detailed in the APGENCO website www.apgenco.gov.in.

3) Digital Certificate Authentication: i) The bidder shall authenticate the bid with his

Digital Certificate for submitting the bid electronically on APGENCO e-procurement website. Bids not authenticated by Digital Certificate of the bidder will not be accepted on the APGENCO e-procurement website.

ii) For obtaining Digital Signature Certificate, all the bidders are requested go through Guidelines to bidders for participating in APGENCO’s e-procurements tenders which is available in the APGENCO e-procurement website.

4) The tenderer should read and understand clearly the general instructions and terms and conditions of the tender document before uploading of documents and submission of the tender. The Bidder is also requested to down load the training Kit, along with above tender document and use the same to acquaint with the procedure. Any offline submission of the bid will be rejected and action will be taken against the bidder according to the norms of APGENCO e-procurement website.

5) The bids shall be submitted online. All the documents to be submitted as soft copies shall be signed & stamped, scanned and uploaded in

6

Zip format. Those documents which shall be submitted as hard copies shall be signed, stamped and sent to reach the tender inviting authority after written request from the tender inviting authority. List of the documents to be submitted in hard copies/ soft copies is given in Annexure-5.

24. Statutory Requirements The Tenderer shall fulfill the following statutory requirements. Income tax Clearance Certificate: Furnishing of income tax certificate is dispensed with; however the contractor shall furnish their copy of Permanent Account Number (PAN) card and copy of latest income tax returns submitted along with the other documents as and when called for.

25. Documents to be submitted

(Hard copies) to the Tender

inviting authority

The successful bidder should furnish all the hard copies of the information uploaded by him along with original EMD so as to receive by the tender inviting authority within in the stipulated date as communicated by the tender inviting authority after finalizing the tender and before issue of LOI / PO.

26. Other relevant information 1) APGENCO reserves the right to reject any or all the tenders without assigning any reasons thereof.

2) APGENCO reserves the right to amend or modify the tender and its conditions before last date/time for submission of bids.

3) Any other condition regarding receipt of tenders in conventional method appearing in the tender documents may please be treated as not applicable.

4) The contractors are requested to submit the original BGs/DDs along with other hard copies required as soon as requested by the tender inviting authority. For all clarifications & guidance, the bidders may contact the Superintending Engineer, Hydel-II, HPC & Hydel Projects wing /APGENCO, Vidyut Soudha, Hyderabad – 500 082.

27 Consignee & Destination Asst. Divisional Engineer, O&M Stores, PH Camp, Polluru, Mothugudem-507113, East Godavari (dt.) -531110.

28 GUARANTEE PERIOD The performance of the equipment to be supplied shall be guaranteed for a period of 36 months from the date of supply or 30 months from the date of Commissioning, whichever is earlier against any manufacturing defects or poor workmanship. If any deviation in the unit parameters is observed that needs immediate correction to ensure safe operation of the equipment, the contractor shall carryout the same without any additional financial commitment to APGENCO on emergency basis.

7

29 MAXIMUM PERIOD The Erection, testing & commissioning of the Generator Transformer will be completed by APGENCO within One year from the date of supply of the equipment. Hence, the supervision charges quoted for supervision of Erection &commissioning of equipment shall remain FIRM during this period.

30 Transaction Fee & Corpus Fund At Present these are not applicable as the tender is being processed through APGENCO e-procurement website i.e., https://etender.apgenco.gov.inor by using the link in the APGENCO website www.apgenco.gov.in

Sd/-

SUPERINTENDING ENGINEER

(HYDEL-II/APGENCO)

VIDYUT SOUDHA/HYDERABAD

8

IMPORTANT INSTRUCTIONS TO BIDDERS

2) The bidders need to register on the electronic procurement market place of APGENCO, i.e. www.apgenco.gov.in.On registration on the APGENCO e-procurement website market place the bidder will be provided with a user ID and password by the system using which the bidder can submit their bids on line. For any queries on registration and online bid submission, on APGENCO e-

procurement Website, the bidders may contact HELP DESK of Service provider

onhttps://etender.apgenco.gov.in

2) The guidelines for the bidders participating in the APGENCO e-procurement tender are

detailed in the APGENCO website www.apgenco.gov.in.

3) Digital Certificate Authentication:

i) The bidder shall authenticate the bid with his Digital Certificate for submitting the bid electronically on APGENCO e-procurement website. Bids not authenticated by Digital Certificate of the bidder will not be accepted on the APGENCO e-procurement website.

ii) For obtaining Digital Signature Certificate, all the bidders are requested go through Guidelines to bidders for participating in APGENCO’s e-procurements tenders which is available in the APGENCO e-procurement website.

4) The tenderer should read and understand clearly the general instructions and terms and

conditions of the tender document before uploading of documents and submission of

the tender. The Bidder is also requested to down load the training Kit, along with above

tender document and use the same to acquaint with the procedure. Any offline

submission of the bid will be rejected and action will be taken against the bidder

according to the norms of APGENCO e-procurement website.

5) The bids shall be submitted online. All the documents to be submitted as soft copies shall

be signed & stamped, scanned and uploaded in Zip format. Those documents which

shall be submitted as hard copies shall be signed, stamped and sent to reach the

tender inviting authority after written request from the tender inviting authority. List of

the documents to be submitted in hard copies/ soft copies is given in Annexure-5.

6) Bids will be processed in two stages (two part bid). In the first stage, bids will be evaluated in Technical terms. Only qualified bids will be considered for second stage of Price Bid opening/evaluation. The on-line system will not open the price-bids of tenderers who are not qualified in Technical terms.

7) If the due date for opening of the tenders happens to be a Public holiday, the opening of the tenders will be done on the next working day at the same time and venue as specified originally for opening. APGENCO reserves the right to amend or modify the tender and its conditions.

8) The Bids will be opened at the time and date specified in the tender notice by the Superintending Engineer or his authorized assistant in the presence of such of the bidders or their authorized representatives with valid authorization, who may desire to be present.

9) The tenders which contain the full information and which comply with the requirements regarding technical and financial qualifications, experience and equipment will be considered. 10) The APGENCO e-procurement website market place provides an online self service

registration facility to such of the Bidders who are already registered with the respective

participating departments for supply of specified goods and services.

9

11) Intending bidders can contact the O/o the Superintending Engineer, Hydel-II, APGENCO, 3rd Floor, A-Block, Vidyut Soudha, Hyderabad - 500082 for any clarification /information on any working day during working hours. Phone: 040 – 23499803/318.

12) The successful tenderer shall hand over the hard copies of the tender documents along with original EMD to the Superintending Engineer, Hydel-II/APGENCO/Vidyut soudha, Hyderabad-82 or any of his authorized representative either directly or through his agent or by registered post or by courier service after written request from the tender inviting authority before stipulated time. The date of submission of hard copies will be intimated after finalizing the successful tenderer through e-mail to the registered mail ID on APGENCO e-procurement website. It is the responsibility of the successful bidder to furnish the hard copies to the tender inviting authority within the stipulated date. A copy of valid Contractors Registration proceedings shall be enclosed along with the hard copies of Tender documents.

Special terms and conditions to bidders-E-Procurement platform

1. APGENCO reserves the right to respond to any e-mail received by it through their website. APGENCO does not warrant the privacy and/or security of e-mails during internet transmission.

2. Bidders should have a legally valid digital certificate as per India; IT act from the licensed certifying authorities on payment of requisitioned charges. Submission of bids by prospective bidders through e-procurement platform will be subjected to terms and conditions notified on www.apgenco.gov.in. Bidders are requested to read these terms and conditions carefully and act accordingly.

3. Bidders should have requisite internet connectivity preferably broadband.

4. Any downloading soft copy of the tender documents from the web site is at the sole risk and responsibility of the bidder. APGENCO will not be responsible for any delay/difficulty/inaccessibility of the downloading facility for any reason whatsoever.

5. Bidders ought to ensure that they have downloaded the complete set of bid documents and shall be sole responsible for the completeness of the bid documents and may note that any omission or lack of clarity in the downloaded copy will not be taken as a reason for submission of incomplete offer or will not entitle the bidders to claim for changing of schedule dates of the tender process. In such cases, it will be solely responsibility of the bidders to get clarifications from the tender inviting authority before submitting tenders on e-platform within stipulated time for submission of bids.

6. Amendments/Addendum, if any will also be posted on website for downloading. APGENCO will not hold any responsibility of amendments being or not being kept tracked from time to time by the bidders.

7. APGENCO reserves the right, without prejudice to other rights under terms and conditions of the NIT and tender documents or other remedies available to cancel tenders without assigning any reasons and will not entertain any correspondence in the matter. APGENCO accepts no liability whatsoever and will not be liable for any loss or damage arising directly or indirectly(including special, incidental or consequential loss or damage) from use of APGENCO e-procurement website or from cancellation of tenders.

10

SECTION-I INSTRUCTIONS TO BIDDERS

1.0.1 NAME OF WORK:

“Design, manufacture, assembly, inspection and testing at the manufacturer’s

works, packing, loading & unloading, Supply and delivery F.O.R (Destination)&

Supervision of Erection, testing and commissioning of 2Nos. 2.5MVA capacity,

11KV/11KV voltage ratio, Delta/Star connected, ONAN cooling type, Dny1 vector

group, 3Phase outdoor type Isolating transformers complete with all fittings,

accessories, associated equipment along with mandatory spares as per the

technical specification for Machkund Power House, Onukudelli-764042, Machkund,

Koraput (Dt.), Odisha State”

The Superintending Engineer, Hydel-II, APGENCO, Vidyut Soudha, Hyderabad-

500082, Andhra Pradesh invites bids for the above materials during the period, for

which dates and time specified in the NIT and will be opened by him or person

nominated by him at his office on the date and time mentioned in the NIT.

The scope of contract shall not be limited to the items of equipment scheduled in the

offer. Any item or equipment required for satisfactory performance of the equipment or

completeness of the contract shall be deemed to have been included in the scope of

supply and shall be complete in themselves, unless otherwise stated.

1.0.3 Bids not covering the entire scope of works shall be treated as incomplete and are liable to be rejected.

1.1 The intending Bidders would be required to enroll themselves on the APGENCO ‘e’-procurement market place at https://etender.apgenco.gov.in or by using the link in APGENCO website www.apgenco.gov.in .

1.2 The Bids should be in the prescribed form invited on e-procurement by the Superintending Engineer, Hydel-II, HPC & Hydel Projects wing, APGENCO, Vidyut Soudha, Hyderabad-500082, Andhra Pradesh (As specified in NIT)that can be downloaded free of cost from the website https://etender.apgenco.gov.in.

1.3 The dates stipulated in the Bid notice are firm and under any circumstances they will not be relaxed unless officially extended.

1.4 The Bidder should upload scanned copies of all enclosures required for the schedule’s & Annexure’s as mentioned in Annexure-5 and furnish hard copies (Bid security (EMD) & Transaction Fee) if requested by the Competent Authority within 3 (Three) days.

1.5 The Bid opening Authority will not consider any documents uploaded after opening date and time.

1.6 Transaction fee: at present not applicable.

1.7 Corpus Fund: at present not applicable.

1.8 The successful Bidder is expected to complete the supplies within the time period specified in the NIT.

11

2.0 QUALIFICATION REQUIREMENTS OF THE BIDDERS:

2.1 The Bidder shall furnish the following particulars in the formats provided online and supported documentary evidence shall be uploaded.

Attested copies of documents relating to the Registration of the firm, Registration as

Electrical Licensed Contractor, Partnership deed, Articles of Association, Commercial

Tax Registration, Latest Income Tax Clearance certificate/latest IT return and PAN

number from IT Department etc.

3.0 ELIGIBILITY CRITERIA: (TECHNICAL AND PRE-QUALIFICATION BID): The bidders who met the following requirements shall only quote:

a)The Bidder shall be Original Equipment manufacturer(OEM) having manufacturing

unit in India and shall have an experience of at least 5 (FIVE) years in the manufacture

and supply and commissioning of 11KV or higher voltage rated Power transformers

for at least two organizations in India i.e., PSU’s/Electricity Boards/DISCOMS/any other

Govt. Organizations and which are working satisfactorily for at least One year as on

the date of bid submission and the satisfactory performance certificates issued by the

end users along with purchase order copies for each type of material shall be

uploaded. The experience from private organizations shall not be considered and the

bid shall be rejected.

b)The bidder should have an annual turnover of not less than Rs.45Lakhs for at least

Two years during the last ‘3’ years. The bidder should enclose copies of the audited

financial statements of the last ‘3’ years so as to prove the financial capacity of the

bidder to execute the order.

c) The equipment offered shall be type tested by the bidder as per the relevant

Indian/International standards. The type tests must have been conducted on similar or

higher capacity transformer. The type test reports shall not be older than Ten years

and shall be valid up to the expiry of validity of offer. The offers received without type

test reports shall be treated as non-responsive.

3.1 The bidders have to furnish details of their technical capability along with their bid as

set out in Bid document with necessary supporting documents.

3.2 Bids not satisfying the above pre-qualification requirements 3.0 will be rejected.

4.0 DOCCUMENTS TO BE SUBMITTED:

(a) Documents evidencing the qualification requirements indicated in S.No.(3.0)

above, such as, copies of the following.

Invoice, Inspection Reports etc, evidencing supplies. Performance certificates issued by PSU’s/Electricity Boards/DISCOMS/any

other Govt. Organizations. (b) All relevant Bid Schedules, duly filled in, signed & stamped, along with

supporting documentation.

(c) Technical literature, brochures etc pertaining to the offered Materials.

12

5.0 COST OF BIDDING: The Bidders shall bear all costs associated with the preparation

and submission of its bid, and APGENCO will in no case be responsible or liable for those

costs, regardless of the contract or outcome of the bidding process.

6.0 AMENDMENT OF BIDDING DOCUMENTS:

6.1 At any time prior to the due date & time for submission of bids, the Purchaser may, for any

reason, whether at its own initiative or in response to a clarification requested by a

prospective Bidder, modify the Bidding Documents by amendment through e –platform.

6.2 In order to allow prospective Bidders reasonable time to make the amendment into

account in preparing their bids, the Purchaser may, at his discretion, extend the due date

& time for the submission of bids.

7.0 LANGUAGE OF BIDS:

7.1 The Bid prepared by the Bidder and all correspondence and documents relating to the bid

exchanged by the Bidder and the Purchaser, shall be written in English language only.

8.0 SCOPE OF THE CONTRACT:

8.1 The scope of the contract shall be as per the technical specification mentioned in

Section-III of tender specification. The contract shall be signed with the successful

bidder alone who would be referred to as the contractor.

9.0 DOCUMENTS COMPRISING THE ON LINE BID:

List of all documents which shall be submitted as softcopies/ hardcopies are given in the

Annexure-5. The documents which shall be submitted as softcopies shall be signed,

stamped and scanned and uploaded during bid submission. The documents which shall

be furnished as hardcopies shall be signed, stamped and sent as and when

requested by the tender inviting Authority by the successful bidder.

S.NO. DESCRIPTION

Part-I: Pre-qualification &Technical Bid

1 Bid Security (EMD)

2 Schedule-1: List of previous supplies /experiences along with purchase

order copies &satisfactory performance certificates from end users as

specified in the eligibility criteria.

3 Schedule-2: letter of transmittal

4 Schedule-3: Declaration

5 Schedule-4: Schedule of weights.

6 Schedule-5: Proforma of Guarantee for material performance.

7 Schedule-6: Schedule of General Terms and Condition.

8 Schedule-7: Schedule of Tests.

9 Schedule-8: Schedule of deviations from specification

13

10 Schedule-9: Guaranteed technical particulars

11 Schedule-A: Un-priced Proforma of summary price proposal

12 Annual turnover proofs for the last 3 successive years.

Part-II: Price Bid: The price bid shall contain the following:

Part-II: Price Bid

1 Schedule-A: Summary price proposal (Un-priced proforma)

2 Schedule-B: Schedule of Prices (shall be quoted through e-platform)

10.0 SUBMISSION OF BIDS:

Procedure for Submission of Bids:-

a) The tender should be in the prescribed forms which can be obtained from

APGENCOe-procurement platform from the date of electronic publication up to

the time and date indicated in the tender notice. The intending bidders shall

enroll themselves on the APGENCO e-procurement website

https://etender.apgenco.gov.in or by using the link provided in

www.apgenco.gov.inwebsite. The guidelines for bidders for participating in

the APGENCO e-procurement platform are available in the APGENCO website

or else the guidelines are mentioned in the tender specification.

b) Those bidders who register themselves in the APGENCO e-procurement market

place can download the tender schedules free of cost. The bidder shall

authenticate the bid with his digital certificate for submitting the bid electronically

on e- procurement platform and the bids not authenticated by digital certificate

of the bidder will not be accepted on the e-procurement platform.

c) Intending bidders can contact office of the Superintending Engineer, Hydel-II,

HPC & Hydel Projects wing, APGENCO, Vidyut Soudha, Hyderabad-500082,

Telangana for any clarification / information on any working day during working

hours.

d) The bidders who are desirous of participating in e-procurement shall submit

their bids in the standard formats prescribed in the Bid documents, displayed at

e-market place. The bidders should invariably upload the statement showing

the list of documents etc., in the e-market place in support of their technical

bids. The bidder should load scanned copies of all relevant certificates. The

bidder shall sign on all the statements, documents, certificates, uploaded by

him, owning responsibility for their correctness / authenticity.

e) If any tenderer fails to submit original DD for EMD, hard copies of uploaded

documents by the stipulated time after requested by the tender inviting

authority, the tenderer will be suspended/disqualified from participating in the

tenders on e- procurement platform for a period of 12 (Twelve) months from the

14

date of bid submission. The suspension of tenderer shall be automatically

enforced by the e- procurement system.

Pre-qualification &Technical bid evaluation of the tenderer’s would be done on the

certificates/ documents uploaded towards qualification criteria furnished by them.

11.0 PRICE ADJUSTMENT:

Prices quoted against this Specification towards execution of the order shall be FIRM and

FOR Destination.

12.0 ARTICLES OF ASSOCIATION:

12.1 All Bids must be accompanied by duly authenticated copies of the documents defining the

constitution of the company, power of attorney and other relevant documents, and any bid

submitted by a partnership firm must be accompanied by duly authenticated extracts from

the partnership deed or other documents, so as to show by which person and in what

manner contracts may be entered into by or on behalf of the company, partnership for the

due execution of such contracts and responsibilities.

12.2 The said documents must be legalized by the local authorities at the place of issue. Such

documents should indicate current address of the firm and full name and current address

of all partners of the firm.

12.3 Any Bid not containing these documents, or if such documents are incomplete, or do not conform to the aforesaid forms, may at the discretion of the Purchaser be excluded from the judicature.

13.0 DUE DATE & TIMEFOR SUBMISSION OF BIDS

13.1 Online bids will not be accepted after Bid Submission closing Date & Time indicated in

item no.12 of NIT. Documents sent through post/courier or in person will not be

accepted.

13.2 The Purchaser may, at his discretion, extend the due date & time for the submission of

bids through online corrigendum. However, all rights and obligations of the Purchaser and

Bidders previously subject to the due date & time will thereafter be subject to the due date

& time as extended.

14.0 BID OPENING:

14.1 Bids will be opened by Superintending Engineer, Hydel-II, APGENCO, Vidyut Soudha,

Hyderabad-500082, Telangana or his authorized representative at HPC & Hydel Projects

Wing, A-Block, Vidyut Soudha, Hyderabad on the day they are due as specified in NIT.

14.2 If the bid-opening day falls on a Holiday/Declared as Holiday the bid will be opened on the succeeding working day. Physical presence of the bidders is not required at the bid opening.

15.0 PRELIMINARY EXAMINATION:

15.1 The "Bid" under e-procurement package will be opened to assess whether the Bidder

qualifies and whether his offer is technically acceptable and substantially responsive. The

Purchaser will examine the Bids to determine whether they are complete, whether

required sureties have been furnished, whether the documents have been properly

signed, whether relevant hard copies have been furnished and whether the Bids are

generally in order. The bids of only such Bidders whose bids are technically and

15

commercially in accordance with the specification and who have submitted the necessary

Bid Security in the form required will be considered for opening of price bid / evaluation.

15.2 A responsive Bid is the one which accepts and fulfils all the terms and conditions of this

specifications and documents, supported by the necessary sureties, and is complete in

respect of details as requested in the Bid document.

15.3 The responsive Bids received will be evaluated by the Purchaser to ascertain the lowest

evaluated Bid for complete works covered under these specifications and documents.

15.4 Bidder shall quote for full quantity against all items. Part bids will not be considered.

15.5 The purchaser is the final authority in deciding the above and his decision cannot be contended.

16.0 CLARIFICATION OF BIDS:

16.1 To assist in the examination, evaluation and comparison of Bids, the Purchaser may, at

his discretion request the BIDDER for a clarification on his Bid. All responses to requests

for clarifications shall be in writing, and no change in the price or substance of the bid shall

be sought, offered or permitted. Clarifications will be sought for wherever needed on the

details furnished in the bid.

17.0 PURCHASER'S RIGHT TO VARY QUANTITIES DURING THE CONTRACT:

The Purchaser reserves the right to increase or decrease the quantity and services specified with

the same price and other terms and conditions, during the execution of the order/contract.

18.0 PURCHASER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS:

18.1 The Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to Award of Contract, without thereby incurring any liability to the affected Bidder or Bidders.

19.0 BID SECURITY (EMD)

19.1 Offers must accompany EMD as per summary sheet, Sl No.9 of NIT.

19.2 EMD must be furnished by way of Demand Draft from Nationalized Banks only.

19.3 Submission of EMD by any other form shall not be considered and shall be treated as disqualification.

19.4The EMD shall be forfeited, if

i) Bidder withdraws the bid before expiry of its validity.

ii) Successful bidder does not accept the order/LOI or fails to enter in to a contract within validity period of offer.

iii) Successful bidder fails to furnish Security Deposit within 30 days from the date of issue of P.O/ LOI.

iv)The offer is disqualified for the reasons outlined in clause 19.7.

19.5 Permanent/ Standing EMD Holders:

The bidder may deposit with APGENCO, the permanent fixed deposit of Rs.2,50,000/- (Rupees Two lakhs fifty thousand only) as EMD in the form of DD/Pay order/ Banker’s cheque. In case of BG, it shall be valid for a period of three years constituting the said sum security or due compliance with the obligation undertaken in the offer submitted by the bidder. No interest will be payable on such amount. Such bidder shall be entitled to have them considered without payment of EMD with each tender separately. They

16

need only refer to the Registration certificate No., and shall also furnish a copy of certificate along with the offer. The PEMD holders are exempted from furnishing EMD for an EMD amount of Rs.2.5Lakhs only beyond which the PEMD holders shall pay the balance EMD (EMD actually required – Rs.2.5Lakhs) amount in the form of Bank Guarantee from Nationalized banks.

19.6The fact of having enclosed the EMD, in requisite forms as indicated (19.2), or bidder holding permanent EMD (19.5),shall clearly mentioned in their offer, failing which their offer willnot be considered for evaluation whatsoever.

19.7 Post tender rebates or deviation in quoted prices and/or conditions or any other such offers which will give a benefit to the bidder will not only be rejected outright but also the original offer will itself get disqualified on this account, and bidders EMD shall be forfeited.

20.0 Validity of offers:

The offers shall be valid for a period of180 days from the date of opening of bids. The period of validity cannot be counted from any other date other than the date of opening the Pre-qualification bids.

During this period the bidder shall not be permitted to withdraw or vary their offers, once made and if they do so, the EMD shall be forfeited.

21.0. VAT/CST Registration certificate

The bidder shall submit along with their offers, the latest valid VAT/CST Registration certificate

22.0. Past Experience: The list of customers, to whom the bidder had supplied identical materials in the past along with P.O. details and performance reports from the Customers, shall be furnished.

23.0. Price Basis: Kindly quote F.O.R. destination prices and dispatch of materials through reputed transporter. However, for F.O.R. Destination prices, break- up of Packing and Forwarding and Freight component shall be furnished as Excise Duty and Sales Tax will be payable on Ex-works price only and will not be payable on freight charges.

24.0.Transit Insurance: Bidder shall quote FOR Destination prices inclusive of transit insurance charges till

such time material is unloaded at Project site including 30 days storage period. All the damaged parts during transit or otherwise, if any, are to be made good or replaced with good ones by the bidder/ supplier irrespective of the settlement of claims with insurance company.

25.0. Taxes and duties: Kindly indicate clearly as to whether the offered prices are inclusive or exclusive of

Sales Tax. The rate and nature of Sales Tax applicable shall be shown separately. Sales Tax will be paid to the seller at the rate at which it is liable to be assessed/ actually assessed on the date of supply, provided the transaction of sale is liable to Sales Tax. However, liability of APGENCO will be restricted to actual ED paid at the time of dispatch subject to production of Excise Gate Pass or Excise Invoices. In case the bidder quotes with ‘fixed rate’ of ED or specify ED as NIL, ‘the offer will be evaluated accordingly and payment will also be restricted accordingly. This will be subject to submission of Excise Invoice copy for having actually paid the Excise Duty or otherwise but claim for any upward revision will not be accepted at a later stage. Similarly if variable excise duty is payable, the payment of ED to the supplier against the order, if placed, will be actual amount paid subject to furnishing documentary proof (excise Gate Pass or Excise Invoice)

17

26.0. Cost Compensation for Deviation: Deviations specifically declared by the bidders in respective Deviation Schedules of Bid

Proposal Sheets only will be taken into account for the purpose of evaluation. If the bidder does not indicate the deviations clearly and mentions that the “deviations to tender specification are the differences in the GTP offered and GTP of tender specification” then such deviations will not be considered during evaluation and the supplier is liable to supply the material as per the tender specification. The bidders are required to declare the prices for the withdrawal of the deviations declared by them in the Deviation Schedules. In case the bidder refuses to withdraw the deviations at the cost of withdrawal indicated by the bidder in the deviation schedule, the EMD of bidder will be forfeited. Bidder may note that deviations, variations and additional conditions etc., found elsewhere in the bid other than those stated in the Deviation schedules, save those pertaining to any rebates, will not be given effect to in evaluation and it will be assumed that the bidder complies with all the conditions of Bidding Documents. In case bidder refuses to withdraw, without any cost to APGENCO, those deviations, which the bidder did not state in the Deviation Schedules, the EMD of the bidder will be forfeited.

Offers should strictly be in conformity with specifications/ drawings/ samples as stipulated in the enquiry. In case no deviations are indicated, it will be taken for granted that item (s) has/ have been offered strictly as per the requirements given in the enquiry.

27.0 Delivery Period: a)Material: The material shall be delivered within Four Months from the date of issue

of LOI/Purchase order. However, the delivery period shall include delivery and acceptance of the material in good condition at site.

b)Supervision of Erection, testing &commissioning: You shall depute your Engineer for supervision of Erection &commissioning of equipment with in 10days from the date of intimation of readiness of site.

27.1 Delivery Schedule: Offered delivery period shall be based on the schedule indicated in the enquiry. In case

of any deviation, bidder shall offer his best, realistic and firm delivery, which shall be specific and guaranteed. Delivery period shall be reckoned from the date of LOI/P.O. whichever is the first intimation of acceptance of bidder’s offer. Final date of delivery shall be evidenced by date of dispatch of materials as per transporter’s Lorry Receipt/ Goods Receipt/ RR. In case stage inspection or pre-dispatch inspection is involved, the bidder shall take into account 15 days notice to APGENCO to depute Inspection Engineer. In view of this, delivery time will be inclusive of time taken for inspection. For delivery beyond contractual delivery period, provisions of ‘General Purchase Conditions’ will apply.

28.0 Bidders are requested to fill in the enclosed proforma for Terms and Conditions and submit the same along with their offer.

29.0 Orders placed against this tender enquiry shall be subject to ‘General Purchase Conditions’ of APGENCO, a copy of which is enclosed. Bidders are requested to confirm acceptance in Toto in their offer.

30.0 Make/Brand of items offered shall be specified failing which offers are liable to be rejected. It shall be appreciated if one copy of detailed descriptive literature/ pamphlets shall be enclosed along with the offer, which may help technical evaluation.

31.0 In case material offered is ISI marked/tested at any Govt. recognized test lab copies of relevant certificate shall be furnished along with the offer.

18

FOR SPECIAL ATTENTION:

1.0 TENDERER TO INFORM HIMSELF

1.1 The Forms required to be filled in by the participating tenderers to demonstrate their qualification and the proforma of tender form are enclosed. All the information requested for in the enclosed Schedules 1 to 9 & A must be furnished with the tender form duly signed by the tenderer. If any particular query is not relevant it should be stated as “NOT APPLICABLE”. The tenderer is cautioned that giving incomplete information or making any change in the prescribed form, may render the tender to be considered non-responsive. Wherever required, tenderer may use additional sheets similar to the ones included in these documents.

1.2 The tenderer’s signature must appear on each page of application.

1.3 All overwriting or corrections shall be attested with tenderer’s initials in ink.

1.4 References, or certificates (if any furnished along with the application) from the respective clients certifying the suitability, technical capability of the tenderer should be signed by that client.

1.5 The schedules (1 to 9 & A) duly filled in (without mentioning price) along with supplementary information as considered necessary by the tenderer should be uploaded along with the bid duly signing all the documents.

All information received after the last date prescribed for submission of the tenders

may not be entertained by the Owner unless the same has been specifically called for

by the APGENCO.

1.6 The cost incurred by tenderer in preparing this application, in providing clarifications or attending discussions, conferences in connection with this documents will not be reimbursed by the Owner under any circumstances.

1.7 The following officer may be contacted for any other information on the tender.

The Superintending Engineer (Hydel-II),

APGENCO, 3rd Floor, HPC & Hydel Projects Wing, A- Block

Vidyut Soudha, Hyderabad – 500 082.

Telephone Number : 040-23499803/318

FAX Number : 040-23499323

2.0 SUBMISSION OF TENDERS:

2.1 The bidder shall submit hard copies only if found lowest and after request from this

office with the following superscriptions on the cover

A) PROJECT: Machkund Power House, Onukudelli-764042, Machkund,

Koraput(dt.), Odisha.

B)TENDER NOTICE NO. : e- 30/HPC & HP/APGENCO/2016

C) ADDRESSED TO : The Superintending engineer

(Hydel-II)3RD Floor, HPC & Hydel Projects Wing

‘A’ Block, APGENCO, VIDYUT SOUDHA,

HYDERABAD-500 082 (Telangana), INDIA.

19

2.2 Last date for submission of bids through e-platform is on 28-02-2017 before 15:00 Hrs. Tenders received late on account of any reason whatsoever will not be accepted by the e-procurement market place

2.3 Telegraphic tenders will not be entertained.

2.4 The owner reserves the right to reject any Bid which is not submitted according to the

instructions stipulated above.

3.0 METHOD OF TENDERING:

3.1 If the tender is made by an individual it shall be signed by the individual above his full name and current address.

3.2 If the tender is made by a proprietary firm it shall be signed by the proprietor above his full name and the full name of his firm with its current address.

3.3 If the tender is made by a firm in partnership, it shall be signed by all the partners of the firm above their full names and current address, or by a partner holding the power of attorney for signing the tender in which case a certified copy of the power of attorney shall accompany the tender. A certified copy of the partnership deed, current address of the firm and the full names and the current addresses of all the partners of the firm shall also accompany the tender.

3.4 If the tender is made by limited company or a limited corporation, it shall be signed by a duly authorized person holding the power of attorney for signing the tender in which case a certified copy of the power of attorney shall accompany the tender. Such limited company or corporation may be required to furnish satisfactory evidence of its existence before Contract is awarded.

3.5 If the tender is made by group of firms, the sponsoring firm shall submit complete information pertaining to each firm in the group and state along with the bid as to which of the firms shall have the responsibility for tendering and for completion of the Contract document and furnish evidence admissible in law in respect of the authority assigned to such firm on behalf of the group of firms for tendering and for completion of the Contract document. The full information and satisfactory evidence pertaining to the participation of each member of the group of firms in the tender shall be furnished along with the tender.

3.6 The documents and/or information as required by paras 3.1 to 3.5 herein above must be put by the tenderer.

3.7 All witnesses and sureties shall be persons of status and probity and their full names, occupations and addresses’ shall be stated below their signatures.

3.8 All signatures in the tender documents shall be dated.

3.0 DATE OF COMMENCEMENT OF CONTRACT: After issue of LOI/PO, the contract

agreement shall be executed between the Owner & the contractor. The contractor will

have to complete all the formalities like submission of Security Deposit etc. within

30days of issue of LOI/PO. Any delays in complying with the above formalities will be

to the account of the contractor.

20

GENERAL PURCHASE CONDITIONS

SECTION-I

1.1 The following terms and expressions herein used shall have the meaning as indicated therein: Supplier/ Vendors: Shall mean the individual; firm or company whether incorporated or otherwise in whose name this purchase order is addressed and shall include its permitted assigns and successors.

Purchaser/ corporation: Shall mean Andhra Pradesh Power Generation Corporation

Limited., (A Government of A.P. Undertaking), a company incorporated in India under

Companies Act 1956, having its Registered Office at Vidyut Soudha, Hyderabad –

500082, (Telangana)

1.2. Reference:

The purchase order number must appear on all the correspondence, packing slips,

invoices, drawings or any other document or paper connected with this purchase order.

1.3. Specifications and drawings:

Any information or details which are included in the specification but not indicated in

the drawings and vice-versa shall have the same effect and meaning as if included for

and shown both in the specifications and drawings. In case of any dispute between the

specifications and drawings, the decision of the Corporation or its authorized

representative shall be final and binding.

1.4. Additions/ Alteration/ Modifications.

The Corporation reserves the right to make additions/ alterations/ modifications to the

quantity of items in the purchase order. The supplier shall supply such quantities also

at the same rate as originally agreed to and incorporated in the purchase order. The

variation shall, however, be limited to +/- 20% of the quantity ordered.

1.5 Waiver:

Any waiver by the authority or any breach of the conditions of the purchase order shall

not constitute any right for subsequent waiver of any other terms and conditions.

1.6. Subletting and Assignment:

The supplier shall not, save with prior consent in writing of the Corporation, sublet,

transfer or assign this order or any part thereof or interest therein or benefit or

advantage thereof in any manner, whatsoever. Provided nevertheless that any such

consent shall not relieve the supplier from any obligation, duty or responsibilities under

the contract.

1.7. Information Provided by the Corporation: All drawings. Data and documentation that are given to the suppliers by the Corporation for the execution of the order are the property of the Corporation and shall be returned when demanded. Except for the purpose of executing the order of the Corporation, supplier shall ensure that the above documents are not used for any other purpose. The supplier shall further ensure that the information given by the Corporation is not disclosed to any person, firm, body, corporate and / or authority and every effort that the above information is kept confidential. All such information shall remain the absolute property of the Corporation.

21

1.8. Name Plate: Equipment should be provided with name plate giving full details of manufacture,

capacity and other details as specified in the relevant IS or other specification

stipulated. The purchase order number, date and year of supply and the words

“APGENCO” must be etched on the name plate.

1.9. Interchangeability: All similar materials and removable parts of similar equipment shall be interchangeable

with each other. A specific confirmation of this should be furnished along with the

invoices for the supplies.

1.10. Materials & Workmanship: Supplier shall fully warrant that the stores, equipment and component supplied against

the purchase order shall be new and first quality, according to the specifications and

shall be free from defects (even concealed faults, deficiency in design, materials and

workmanship)

1.11. Supplier’s liability: Supplier hereby accepts full responsibility and indemnifies the Corporation and shall

hold the Corporation harmless from all acts of omission and commission on the part of

the supplier, his agents, his subcontractors and employees in execution of the

purchase order. The supplier also agrees to defend and hereby undertakes to

indemnify the Corporation and also hold it harmless from any and all claims for injury to

or death of any and all persons including but not limited to employees and for damage

to the property arising out of or in connection with the performance of the work under

the purchase order.

1.12 Access to supplier’s Premises:

The Corporation and /or its authorized representative shall be provided access to

suppliers and / or his sub-contractor’s premises, at any time during the pendency of the

purchase order, for expediting the supplies, inspection, checking etc.

1.13 Sale conditions: With supplier’s acceptance of the provision of the purchase order, he waives and

considers as cancelled any of the general/ special sales conditions.

1.14 Modifications: The purchase order constitute and entire agreement between the parties hereto. Any

modification to the order shall become binding only upon the same confirmed in writing

duly signed by both the parties.

1.15 Inspection/checking/ testing: All materials/ equipment to be supplied against the purchase order shall be subject to

inspection/checking/testing by the Corporation or its authorized representative at all

stages and places, before, during and after the manufacture. All these tests shall be

carried out in presence of authorized representative of the Corporation. Supplier shall

notify the corporation for the inspection of materials/ equipment when they are ready,

giving at least 10 days notice. If upon receipt at our stores, the materials / equipment

does not meet the specifications, they shall be rejected and returned to the supplier for

repair/ modification etc., or for replacement. In such cases all expenses including to

22

and fro freight, repacking charges, transit insurance etc., shall be to the account of

supplier.

Inspection by the authorized representative of the Corporation or failure of the

Corporation to inspect the material/ equipment shall not relieve the supplier of any

responsibility or liability under the purchase order in respect of such materials

/equipment not be interpreted in any way to imply acceptance thereof by the

Corporation. Whenever specifically asked for by the Corporation, the supplier shall

arrange for inspection/ testing by institutional Agencies such as Lloyd’s Register of

Industrial services, Boiler Inspectorate, RITES etc. In such cases vendor shall adhere

to the inspection / testing procedures laid down by such agencies. All expenses

including inspection fees shall be to the suppliers account unless agreed to the

contrary and specified in the purchase order.

Accommodation and local conveyance shall be provided by the suppliers for the APGENCO/Third party representatives during inspection.

1.16 Packing and Marking: All materials/equipment shall be securely packed to the requirement of transportation by Rail/Road/Sea transport. All exposed services/ connections/ protrusions shall be properly protected. All unexposed part shall be packed with due care and the packages should bear the words ‘Handle with Care’. The packing requirements of Rail/ Road transport shall be complied with so as to obtain clear Railway/ Lorry Receipt i.e. without any qualifying remarks. All packages and unpacked materials shall be marked with the name of the Consignor, Consignee, Purchase Order No., gross and net weight, sign of handling, if any, with indelible paint in English at least at two places. In case of bundles, metallic plates marked with the above details shall be tagged with such bundles.

1.17 Dispatch of materials: The supplier is responsible for the safe delivery of the goods in good condition at

destination stores. The supplier should acquaint himself of the conditions obtaining for

handling and transport of the goods to destination and shall include and provide for

security and protective packing of the goods so as to avoid damage in transit. After

packing the materials / equipment those shall be strictly as per the provision of

purchase order. In case any changes in the mode of transportation and / or transporter

has to be done, the same shall be done only after obtaining prior approval in writing

failing which documents for advance payment through bank shall not be honored.

Normally the goods shall be dispatched through our approved transporter only as

indicated in the Purchase order. All formalities related to allotment of wagons, loading

permission from railways shall be completed by the supplier. The supplier shall

communicate immediately the dispatch details to the consignee as specified in the

purchase order. The original dispatch documents either directly or through bank shall

be forwarded immediately, failing which the supplier shall be responsible for any delay

in payment and consequential payments of demurrages and wharfages to the

transporter.

1.18 Demurrage/wharfage:

If the Documents are routed through Bank, any consequential charges i.e.,

demurrage/wharfage charges, due to late retirement of documents on account of: (i)

violation of inspection clause i.e., dispatch of materials without pre-dispatch whereas

pre-dispatch inspection is required as per the condition of P.O

23

(ii) Materials dispatch after expiry of delivery period without obtaining approval in

advance for extension of delivery period

(iii) Dispatch of materials not through authorized transporter as indicated in the P.O

(iv) Late receipt of invoice or due to violation of any other clause(s) of the purchase

order will be to supplier’s account. Supplier shall also be responsible for all such

payments due to late receipt of RR/LR and other documents.

1.19 Acceptance of order:

The Purchase order shall be sent to supplier in duplicate and he shall return one copy

along with enclosures, duly signed and stamped, within 15 days in token of having

received and accepted the order.

1.20 Jurisdiction: All and any dispute or difference arising out of or touching the order shall

be dedicated only by the courts or Tribunals situated in Hyderabad/ Secunderabad.

For the purpose of any legal obstruction, the material, spares etc. should be deemed to

pass into company’s owner ship only at the destination stores where they are delivered

and accepted.

1.21 Guarantee Period: The performance of the equipment to be supplied shall be

guaranteed for a period of 36 months from the date of supply or 30 months from the

date of Commissioning, whichever is earlier against any manufacturing defects or poor

workmanship. If any deviation in the unit parameters is observed that needs immediate

correction to ensure safe operation of the equipment, the contractor shall carryout the

same without any additional financial commitment to APGENCO on emergency basis.

24

FINANCIAL

Section-II 2.1. Prices: Price(s) mentioned in the purchase order shall be firm and not subject to

escalation on any account, till the order is executed in full and it’s subsequent amendments accepted by the supplier even though the completion/ execution of order may take longer timethan delivery period incorporated and accepted in purchase order.

2.2. Taxes, Levies and Duties: Sales Tax, Excise Duty and other levies payable shall be shown separately in the invoice. These shall be to the account of Corporation, unless otherwise mentioned in the purchase order.

2.3. Variations in Statutory Levies: Any variation, upward or down ward, in statutory levies or new levy is introduced after opening of the bids/ placement of order under this purchase order shall be to the account of the Corporation, unless otherwise mentioned in the P.O. provided that the delivery is completed within the contractual delivery schedule. In cases where delivery schedule is not adhered to by the supplier and there are upward variation/revision after the agreed delivery date, the bidder/supplier shall bear the impact of such increased levies and if there is downward variation/revision, the corporation shall be given advantage to that extent. All royalties for patent or charges for the use or infringement thereof that may be

involved in the construction or use of any equipment shall be included in the bid price.

The bidder /supplier shall protect the Corporation against any and all claims arising on

account of the use thereof the Corporation agreeing to furnish the supplier any

appropriate information or assistance.

2.4. Security Deposit (SD) 2.4.1. The successful bidder shall furnish within 30days from the date of issue of LOI/PO (if

the value of order is above Rs.1,00,000/-) security deposit equal to 2.5% of value of purchase order for full execution of supplies thereof.

2.4.2. SSI/NSIC units shall be exempted from payment of Security Deposit

2.4.3. Security deposit may be furnished in the shape of cash, by demand Draft drawn on any nationalized bank, payable to APGENCO or bank guarantee in lieu of cash from any Nationalized bank’s in prescribed proforma enclosed as Annexure-1 which shall be furnished along with purchase order (Bank Guarantee shall be accepted only if amount of SD is above Rs.10000/-) or Government Securities duly endorsed in favour of APGENCO. However, the Bank guarantee shall be valid for a period of 6months over and above the date of delivery period and the validity of the bank guarantee shall be extended suitably in case of delay in supply of material.

2.4.4. Alternatively, an amount of 2.5% of value of purchase order shall be deducted from the bills, if the supplier fails to furnish the security deposit within the stipulated period.

2.4.5. The security deposit amount shall be forfeited to the extent of financial loss suffered by the Corporation, if supplier fails to execute the order and fulfill its terms and conditions.

2.4.6. The Security deposit shall be returned promptly to the supplier as soon as order is fully executed and there is nothing outstanding either against this purchase order or any other purchase order placed by the corporation on the supplier.

25

2.5Terms of payment:

2.5.1The standard payment terms shall be:

a) MATERIAL PORTION:

i) Within the contractual delivery period: 85% of the all inclusive price of the materials shall be paid within 30 days on presentation of the contractor’s commercial invoice after receipt and acceptance of the material in good condition at site against furnishing of Bank Guarantee (as per Annexure-2 enclosed) for 10% value of the contract covering the guarantee period on presentation of the contractor’s commercial invoice. Balance 15% payment shall be paid within 30days after successful commissioning of the equipment in full shape. ii) Beyond the contractual delivery period: 80% of all inclusive price of the

materials shall be paid within 30 days on presentation of the contractor’s

commercial invoice after receipt and acceptance of the material in good condition at

site against furnishing of Bank Guarantee (As per Annexure-2 enclosed) for 10%

value of the contract covering the guarantee period. Balance payment shall be paid

within 30days after successful commissioning of the equipment in full shape subject

to effective performance of the contract and settlement of liquidated damages etc.

b) SUPERVISION CHARGES FOR ERECTION, TESTING & COMMISSIONING: 100% payment of the all inclusive price of supervision charges of equipment shall be paid within 30 days after successful completion of commissioning of the equipment in full shape on presentation of the contractor’s commercial invoice subject to settlement of liquidated damages etc. Note: No interest charges shall be paid to you in case the payment is delayed for

any reason.

2.5.2 Payments shall be made through account Payee CHEQUES ONLY. 2.5.3 If the supplier has received any over payments by mistake or if any amounts are due to

the Corporation due to any other reasons, when it is not possible to recover such

amount under the contract resulting out of this order the Corporation reserves the right

to collect the same from any other amounts and/or Bank Guarantee given by the

supplier due to or with the Corporation.

2.5.4 When the supplier does not at any time fulfill his obligations in replacing/rectifying etc.

of the damages/defective materials in part or whole, promptly to the satisfaction of the

corporation’s officers, the corporation reserves the right not to accept the bills against

subsequent dispatches made by the supplier and under these circumstance only the

supplier will be responsible for any demurrage, wharfage or damages occurring to the

consignments so dispatched.

2.6 Delivery Schedule: Time is essence of this order and no delay shall be allowed in the

delivery time/delivery schedule mentioned in the purchase order.

Delivery of equipment/materials described shall be deemed to constitute acceptance of

this order and terms and conditions by the supplier at the price specified.

2.7 Liquidated damages/ failure and termination: 2.7.1 In the event of any delay in the supplies of ordered materials/ delay in execution of

erection, testing & commissioning of the equipment beyond the stipulated date of delivery/ delivery schedule including any extension permitted in writing, the Corporation reserves the right to recover from the supplier a sum equivalent to 0.5% of the delayed materials/ work for each week of delay and part thereof subject to a maximum of 5% of the total value of the order.

26

2.7.2 Alternatively, the Corporation may resort to purchase the materials/equipment from elsewhere at the risk and cost of the supplier and recover all such extra cost incurred by the Corporation in procuring the materials by above procedure.

2.7.3 Alternatively, the Corporation may cancel the purchase Order completely or partly without prejudice to its right under the alternatives mentioned above.

2.7.4 In case of resource to alternative 2.8.2 and 2.8.3 above, the Corporation shall have the right to repurchase the materials which is readily available in the market to meet the urgency of requirements caused by supplier’s failure to comply with the scheduled delivery period irrespective of the fact whether the materials /equipment are similar not.

2.8 Performance Bank Guarantee: The supplier shall ensure that all materials/ equipment

under this purchase order shall conform to Corporation’s requirements and specifications. An additional security in the form of Performance Bank Guarantee is essential for satisfactory performance of the equipment over a period of time. In view of this, the suppliers of equipment/ instruments/ machinery shall be required to furnish a Bank Guarantee (10% of order Value) against any manufacturing defects/ poor workmanship/ poor performance valid for a period of 6months over and above the guarantee period. In case any deficiencies are found during guarantee period, the same shall be repaired/rectified/replaced free of cost. BG shall be from any Nationalized Bank in the prescribed proforma and got approved by APGENCO. OR otherwise, 10% of order value shall be deducted from the bills, if the supplier fails to furnish the Performance bank guarantee. The deducted 10% performance guarantee amount shall be released after expiry of guarantee period or against furnishing of Bank Guarantee on later date i.e., with in Guarantee period.

2.9 Insurance: Supplier shall arrange suitable marine insurance cover at their risk and

cost.

2.10 Removal of Rejected Goods and Replacement:

a. If upon delivery, the material/ equipment is found not in conformity with the specifications stipulated in the purchase order, whether inspected and

approved earlier or otherwise, those shall be unacceptable to the Corporation or

its authorized representative. A notification to this effect shall be issued to the

supplier, normally within 30 days from the date of receipt of materials at our

stores.

b. Supplier shall arrange suitable replacement supplies and remove the rejected goods within 30 days from the date of notification failing which, the goods shall be dispatched to vendor by road transport on ‘freight to pay basis’ at suppliers risk and cost.

c. External damages or shortages that are prima-facie the results of rough handling in transit or due to defective packing shall be intimated within a fortnight of the receipt of the materials, spares etc.. In case of internal defects, damage or shortages or any internal parts, which cannot ordinarily be detected on a superficial visual examination, though due to bad handling in transit or defective packing should be intimated within 3 months from the date of receipt of these articles. In either case the damaged or defective materials should be replaced by the supplier free of cost to the company.

d. If no steps are taken within 15 days of receipt of intimation of defects or such other reasonable time as company may deem proper to afford, the company may without prejudice to its other rights and remedies arrange for repairs/ rectification of the defective materials or replace the same and recover the expenditure incurred from the deposits such as EMD, SD and performance guarantees or other monies available with the company or by resorting to legal action.

27

e. However, if any advance payment had been made by the Corporation for the goods so rejected on technical ground, rejected materials shall be returned

to supplier after receipt of suitable replacement supplies. If the supplier does not

settle the rejection within a period of 60 days from the date of notification from

stores, rejected goods shall be sent back to supplier at his risk and cost. The

dispatch documents shall be negotiated through bank to recover the advance

payment already made. Supplier shall make the payment to the bank and take

possession of dispatch documents so as to collect the materials from the Road

Carrier.

2.11. Force Majeure:

2.11.1 The supplier shall not be liable for any delay or failing to supply the materials /equipment for reasons of Force Majeure such as Acts of God, Acts of War, Act of Public Enemy, Natural calamities, Fires, Floods, Frost, Strikes, Lockouts etc. Only those causes which have duration of more than 7 days shall be considered for force majeure.

2.11.2 The vendors shall within 10 days from the beginning of such delay notify to the

Corporation in writing the cause of delay. The corporation shall verify the facts and

grant such extension of time as facts justify.

2.11.3 No price variation shall be allowed during the period of force majeure and Liquidated

damages would not be levied for this period.

2.11.4 At the option of the Corporation, the order may be cancelled. Such cancellation, would be without any liability whatsoever on the part of the Corporation. In event of such cancellation, supplier shall refund any amount advanced or paid to him by the Corporation and release the facilities, if any provided by the Corporation.

2.12 Cancellation of Order: The Corporation reserves the right to cancel the order in part or in full by giving two weeks’ notice there by if

- The supplier fails to comply with any of the terms of the order. - The supplier becomes bankrupt or goes into liquidation. - The supplier make general assignment for the benefit of the creditors and - Any Receiver is appointed for the property owned by the supplier.

28

TECHNICAL SPECIFICATION 1. SCOPE: The scope of the contract covers “Design, manufacture, assembly,

inspection and testing at the manufacturer’s works, packing, loading & unloading, Supply and delivery F.O.R (Destination)& Supervision of Erection, testing and commissioning of 2Nos. 2.5MVA capacity, 11KV/11KV voltage ratio, Delta/Star connected, ONAN cooling type, Dny1 vector group, 3Phase outdoor type Isolating transformers complete with all fittings, accessories, associated equipment along with mandatory spares as per the technical specification for Machkund Power House, Onukudelli-764042, Machkund, Koraput (Dt.), Odisha State”.

2. SCHEDULE OF TECHNICAL REQUIREMENTS:

a) Normal continuous capacity. 2.5 MVA

b) Maximum continuous capacity 110%

c) Primary side winding connection Delta connection.

d) Secondary side winding connection Star connection with neutral solidly grounded.

e) Type of cooling ONAN f) No. of Phases Three g) Frequency 50 Hz h) Double wound or auto Double wound. i) Cooling medium Mineral oil

j) a)Rated voltage on Primary side 11KV (between lines) Delta connected side

k) b)Rated voltage on Secondary side 11 KV (between lines) Star connected side

l) Vector group Dny1

m) Taps

Taps required on Delta connected winding to give a variation of -10% to +10% in equal steps of 2.5% per step.

n) Method of tap changing OFF-LOAD tap changing gear with local control system.

o) Installation Outdoor on rails with provision for Clamping of wheels to the rails.

p) Impedance voltage

6.25%. Note: a) The impedance voltage refers to the principal tapping. No negative tolerance on this percentage impedance is allowed. A positive tolerance of +10% is allowed as per IEC 76 / IS 2026. b) Transformers of each rating shall have corresponding impedance per tap characteristics such that transformers of the same rating can be operated in parallel.

q) Delta connected winding line current 131.2 Amps

r) Star connected winding line current 131.2 Amps

s) Basic Insulation Level of transformer

Power frequency voltage(rms) : 28KV Lightning Impulse voltage (Peak) : 75kV(1.2/50 µ sec.)

t) Symmetrical short circuit As per IS:2026

29

current u) Location of transformer Outdoor

3. RATED CAPACITY: The MVA ratings shall be 2.5MVA based on natural cooling. The transformer shall be capable of supplying its rated power continuously at all tap positions with rated voltage on the Star connected winding. The transformers shall also be capable of delivering rated current at an applied voltage equal to 110% of the rated voltage. The transformer shall be capable of supplying its rated power continuously under ambient temperature conditions without the temperature rise of the top oil exceeding 50oC and without the temperature rise of the windings as measured by resistance exceeding 55oC. The ambient temperature conditions are as follows:

Maximum ambient temperature 50oC

Maximum daily average ambient temperature 35oC Maximum yearly weighted average ambient temperature 32oC

The transformer may be overloaded during emergency up to 150% of its continuous rating in accordance with IEC Publication 354 or IS 6600. Bushings, tap changer and other current-carrying parts shall also be designed for this condition.

4. SHORT CIRCUIT PERFORMANCE: The transformer shall be capable of withstanding the thermal and dynamic effects of

short circuits, as specified in IEC 76-5 ‘Ability to withstand short circuits’.

Each transformer shall be capable of withstanding for 2 seconds a bolted metallic short circuit on the terminals of either winding with rated voltage on the other winding and the tap-changer in any position. If short circuit tests have been carried out on the particular design of transformer

offered, the test results shall be supplied with the bid.

5. REGULATION: The regulation of each transformer from no-load to continuous rated output at 1.0 power

factor and at 0.85 lagging power factor shall be as guaranteed in the Technical Data

Schedules.

6. FLUX DENSITY: Each transformer shall be capable of operating continuously with rated current and with system maximum voltage applied to the Delta connected winding at a frequency of 96 per cent of rated frequency without exceeding the temperature rise specified in Clause 3. The limit of flux density at normal voltage and frequency shall be subject to the requirements for losses, harmonics and noise suppression but in any event shall not exceed 1.6 Tesla. The transformer core shall not be saturated at maximum system voltage i.e. 12.1kV.

7. HARMONIC CURRENTS: The transformers shall be designed with particular attention to the suppression of harmonic voltages, especially the 3rd, 5th and 7th harmonics, so as to eliminate wave form distortion and the possibility of high frequency disturbances, induction effect or of circulating current between neutral points at different transformer stations.

30

8. PARTIAL DISCHARGE: Each transformer shall be partial discharge free up to 120% of rated voltage as the voltage is reduced from 150% of rated voltage i.e. there shall be no significant rise above background level.

9. OFF-LOAD TAP CHANGER:

i. The transformers shall be provided with off-load taps on Star connected winding. ii. The Transformer with off load tap changing gear shall have taps running from -10%

to +10% in equal steps of 2.5% each on 11KV Delta connected winding for voltage variation

iii. The tap changing switch shall be located in a convenience position so that it can be operated from ground level. The switch handle shall be provided with locking arrangement along with top position indication thus enabling the switch to be locked in position.

iv. Suitable arrangement shall be provided to for local manual operation. Provisions in the circuit shall be kept for gang operation of the tap changer with the tap changers of the transformers which may be added in parallel to this transformer in future.

v. An out of step device shall be provided for each transformer which shall be arranged to prevent further tap changing when transformer in a group operating in parallel control are operated out of step.

10. COOLING AND TEMPERATURE CONTROL

The banks of cooling radiators shall be detachable from the tank for transport and maintenance. Shut-off valves shall be provided on the tanks of the transformers for this purpose. An air-vent and draining plug shall be provided on each radiator bank. All external surfaces of the radiators shall be hot dip galvanized.

Temperature control equipment shall be housed in a local control box mounted on the

side of the transformer.

A 150mm diameter dial thermometer shall be provided to indicate the temperature of

the top oil in the transformer. This thermometer shall be fitted in such a way that it can

easily be read from ground level through a window in the door of the control box. The

thermometer shall be fitted with two adjustable contacts, one connected to give an

alarm and one to trip associated circuit breakers. It shall also be fitted with a maximum

temperature pointer which shall be re-settable by hand.

A similar dial thermometer shall be provided in the control box to indicate winding temperature. This thermometer shall have two sets of adjustable contacts one connected to give an alarm and the other to trip associated circuit breakers and a maximum temperature pointer which shall be re-settable by hand. The minimum range of these contacts shall be 50°C to 100°C for alarm and 60°C to 120°C for trip. The temperature control box shall be weatherproofed to IP55 of IEC 529 or IS 2147 equivalent. Each box shall have a hinged gasketed door lockable by padlock. Solar gain can give rise to high temperature in a local control box. Adequate ventilation shall be provided to ensure that all equipment contained therein shall operate satisfactorily under these conditions.

A terminal block with 10% spare terminals shall be provided in each temperature control box.

11. TANK AND ACCESSORIES

a) General

The transformer tank shall be designed so that the complete transformer with oil and excluding conservator and radiators can be lifted and transported without permanent

31

deformation or oil leakage.

The tank and cover including the stiffeners shall be designed in such a manner as to leave no external pockets in which water can lodge, or internal pockets where gas/air can collect. All fittings shall be designed so as to prevent entry of air or leakage of oil from the tank.

All pipes, shall be externally welded to the tank wall.

The tank and cover shall be of structural quality, weldable mild steel with a thickness as per standards so as to withstand vacuum of 760mm of mercury. All welding shall be stress relieved. The requirement of post weld heat treatment of tank/ stress relieving shall be based on recommendation of BS-5500 table 4.4.3.1.

The tank lid shall not be welded shut, but shall be secured by bolts and provided with

suitable oil-tight gasket.

The tank is to withstand vacuum up to 760mm of mercury and any pressure of oil developed during operation conditions including short circuits. The permanent deflection of flat plates after the vacuum has been released shall not

exceed the relevant IS/BS standards.

The base of each track shall be so designed that it is possible to move the complete transformer unit in any direction without injury when using rollers, plates or rails. A design, which required that slide rails be placed in a particular position, is not to be used. The Isolating transformers shall be provided with base plates having bi-directional wheels for placing on rails.

b) Surface Treatment: The transformer tank and accessories shall be adequately protected against corrosion. The inside of the tank shall be painted with an approved oil resisting varnish. The outside of the tank shall be painted with enamel paint. External surfaces of radiators shall be hot-dip galvanized.

c) Conservator Tank: A conservator tank shall be provided of adequate capacity between lowest and highest visible levels to meet expansion of oil from 0oC to 100 oC. A suitable oil level gauge shall be located on the tank so that it can be easily read from ground level. The gauge shall be graduated for temperatures of 0oC, +45oC and +90oC. Each gauge shall be provided with contacts for separate low oil level alarm and trip signals. The conservator shall be fitted with a filling hole with cap and drain valve. It shall be inclined at about 5 degrees towards the drain valve. The pipe connecting the conservator to the main tank shall project 20mm above the bottom of the conservator for collection of impurities.

d) Breather: The conservator tank shall be fitted with a breather in which silica gel is the dehydrating agent. The breather shall be a moulded type transparent case of adequate size and so designed that :

• the passage of air through the silica gel does not give rise to any excess pressure rise;

• silica gel crystal of not less than 5mm. size is used; • the silica gel is sealed from the external atmosphere by means of an oil seal; • the moisture absorption indicated by a change in colour of the crystals can be easily

observed from a distance; • the breather mounting height facilitates maintenance from ground level without

switching out the transformer. e) Explosion Vent or Pressure Relief Device: An explosion vent or pressure relief device shall be provided to release any severe

build-up of pressure within the tank. The vent shall be designed such that in the event

of an explosion, rain,

32

sand or any other foreign bodies are prevented from getting into the tank. The vent shall

be positioned so as to direct the explosion safely into the oil pit.

f) Oil Sampling Devices:

Oil sampling devices shall be fitted to the main tank. They shall be located suitably for

easy access especially during maintenance, one near the bottom of the tank and one

near the top.

g) Oil Filtration:

Two filter valves of suitable size as per the standards shall be fitted to the tank, one on

the top and the other diagonally opposite on the bottom.

h) Lifting Lugs/Eyes:

Lifting lugs shall be provided for supporting the weight of the transformer including core

and windings and fittings and with the tank filled with oil.

i) Jacking Pads:

Four jacking pads shall be provided near the corners of the tank of each transformer. These pads shall be designed to take the complete weight of the transformer filled with oil.

j) Hauling Eyes: Hauling eyes shall be provided on all sides of the transformer.

k) Earthing Terminals: Earthing terminals shall be provided on the transformer close to

each of the four corners of the tank to facilitate easy earthing of the transformer on site. l) Oil Valves: In addition to the valves already mentioned, a drain valve of suitable size as

per the standards shall be provided near the bottom of the tank All oil valves shall be provided with means for securing them in the open or closed position.

m) Detachable radiators: Where radiators are designed to be detachable from the main

tank or headers, they shall be provided with machined or ground inlet and outlet

branches. Plugs shall be provided at the top and bottom of each radiator and header

for draining, filling and deaeration. Valves shall be provided at each point of connection to the tank or headers to facilitate radiator removal without having to drain down the

tank. Blanking plates shall be provided where the valves are not drip tight. n) The transformer shall be designed to suit in the existing space of old transformers and

the single line diagram with detailed dimensions is enclosed as Annexure-4 of this

tender specification for reference. Hence, the bidder is requested to visit the Machkund Power House in order to assess the correct dimensions of available space at site to

enable to design the transformer accordingly. o) Under Carriage:

i) The transformer tank shall be supported on a structural steel base equipped with

forged steel or cast steel single flanged wheels (four Nos), suitable for moving the

transformer completely filled with oil. Arrangement for clamping of the wheel with

the rails capable of being put on and off easily shall also be provided.

ii) Jacking steps shall be provided. It shall be possible to change the direction of the wheels through an angle of 90° when the transformer is moved both in longitudinal and transverse directions. A suitable convenient track gauge in both longitudinal and transverse direction shall be provided. Means shall be provided for locking the swivel movements in positions parallel to and at right angles to the longitudinal axis of the tank. Suitable stoppers for the track wheel shall also be supplied. Adequate number of hydraulic jacks for lifting the transformer for changing the plane of rotation of wheels shall be provided by the supplier.

iii) Pulling eyes shall be provided to facilitate moving the transformer and they shall be suitably braced in a vertical direction so that bending does not occur when the pull has vertical components.

33

12. CORE AND WINDINGS:

12.1. Core

The core shall be constructed from high grade, non-ageing, cold rolled grain oriented silicon steel laminations or superior material.

The core and winding shall be capable of withstanding shocks during transport, installation and service. Provision shall be made to prevent movement of the core and windings relative to the tank during these conditions and also during short circuits.

The design shall avoid the presence of pockets which would prevent the complete

emptying of the tank through the drain valve.

12.2. Windings: The winding conductor shall be of electrolytic copper. The insulation shall be free from insulating compounds which are liable to soften, ooze out, shrink or collapse. It shall be non catalytic and chemically inert in transformer oil during normal service. The stacks of windings are to receive adequate shrinkage treatment. The windings and connections are to be braced to withstand shocks during transport, switching, short circuit or other transient conditions.

13. THERMOMETERS: Thermometer pockets shall be provided on all transformer top

covers with screwed top to avoid ingress of moisture.

14. TRANSFORMER OIL: The insulation oil shall be mineral oil to the IS 335. The complete

first filling shall be of new oil free from inhibitors and additives. Transformers shall be

shipped with oil filled at least to cover the core and coil assembly and the balance, with

ten percent extra quantities to cover spillage during filling oil to be supplied in non

returnable steel drums.

15. BUCHHOLZ AND GAS PRESSURE RELAYS:

A double float Buchholz relay shall be provided in the pipe connection from the main tank to the oil conservator. It shall be provided with isolating valves. The upper float of the Buchholz relay shall operate a contact to give an alarm on accumulation of gases caused by a gradual fault. The lower float shall operate a contact to make a circuit to trip associated circuit breakers in the event of further gas accumulation or a sudden flow of oil caused by an explosive development of gases. The gas release connection from the Buchholz relay shall be brought down to a gas sampling device accessible from the ground to facilitate sampling with the transformer in service. The test connection from the Buchholz relay may be brought to the gas sampling device if suitable or may be terminated beside it. Isolating valves accessible from ground level shall be provided in both of these connections.

The gas sampling device shall have the following facilities: a. Gas connection from the Buchholz relay through an isolating valve on the gas

sampling device.

b. Coupling in the pipe connections to enable the device to be removed from the transformer.

c. Gas sampling valve at the top with outlet approximately 3mm diameter to

make rubber tube connection. The outlet shall have a captive screwed cap.

d. Oil drain valve at the bottom with blanking plug. e. The oil level in the device shall be visible from the front.

34

An oil surge relay shall be mounted in the pipe leading from the tap-changer head to the oil conservator. The relay shall be actuated by an oil flow caused by a tap-changer fault and its contact shall make a circuit to trip associated circuit breakers and provide annunciation in the control room.

16. TERMINALS: Outdoor bushings shall be provided for the 11 KV terminations. The 11 KV terminations shall include a neutral bushing of identical type and rating to the phase bushings. All bushing shall have a minimum creepage distance of 25 mm/ KV. The protected creepage distance shall not be less than 50 % of the total. All bushings and terminations including the 11 KV neutral shall have a continuous current rating of 200 % of the transformer rating and a 3 second short time rating equal to nominal short circuit current of the system. Bushing shall be easily replaceable. Cemented in types will not be accepted. Bushing shall conform to IEC 137 and IEC 815/ IS 3347 and IS 2099. They shall be sufficiently robust to withstand the normal transport and erection hazards. 11 KV bushing terminals shall be suitable for connection of multiple AAAC conductor using a bimetallic connectors. Bidders shall provide detailed drawing of the terminal with their bid. Terminal Markings: The terminal markings shall be clearly and permanently shown. Painted markings are

not acceptable. The windings shall be labeled as follows:

Delta Connected winding : 3 phases U1 V1 W1

Star connected winding : 3 phases and neutral U2 V2 W2 N

Terminals U1, V1, W1 and U2, V2, W2 shall be connected to phases R, Y, B, respectively.

17. NOISE LEVEL AND RADIO INFLUENCE LEVEL : The noise level shall be guaranteed by the Supplier and measured in accordance with IEC 551/IS:2026. The guaranteed value shall be stated in the Technical Schedules and the measured noise level shall not exceed this value.

18. LABELS AND RATING PLATES: Labels, plates, markings, and instructions shall be clear and indelible and in the English language. Cast-in or moulded-in words not in English shall be covered with a permanently fixed non-ferrous label inscribed in English. A rating plate shall be provided in accordance with IEC Publication 76 / IS 2026. In

addition a plate showing the location of all valves and air release cocks or plugs shall

be provided.

19. GUARANTEE, PENALTIES AND BID EVALUATION:

a) The no-load losses in kilowatts at rated voltage and rated frequency, the total losses in

kilowatts at rated output, rated voltage and rated frequency shall be guaranteed under

penalty for the generator transformer. For the purpose of penalty computation, the test

figures of the no load and total losses shall be compared with the corresponding

guaranteed figures.

b) The penalties shall be separately evaluated from:-

i) the excess of the test figure of the no load losses in kilowatts over the

corresponding guaranteed figure.

ii) The excess of the difference between the test value of the total losses and the no load losses in kilowatts, over the difference of the corresponding guaranteed value.

35

c) The penalties shall be calculated at the rate of Rs.53,466/- per kilowatt for the excess of no load loss and at the rate of Rs.34,120/- per kilowatt for the excess of the load loss over the guaranteed values. The details are shown in Schedule-C of the tender specification.

d) For fraction of a kilowatt the penalties will be applied prorate basis. e) For the purpose of comparison of tender, the quoted prices shall be equalized for the

transformer losses at the same rate as given for the penalty on the basis of the guaranteed loss figures.

g) No change in the tendered values of the transformer loss will be permitted after opening of bids and evaluation shall be carried on the basis of information furnished by the tenderer.

h) On testing the transformer after placement of order on the successful bidder, if it is

found that actual losses are more than the values quoted, liquidated damages shall be

recovered from the bills of the successful bidder in line with the above rates for excess

of kW than quoted value.

h) The purchaser reserves the right to reject any transformer if during tests at works, the total no load losses, or total load losses (including the auxiliary losses) exceed the guaranteed values by more than 15%.

20. TESTING: 20.1 General:

Tests shall be carried out on transformers in accordance with IEC Publication 76 / IS 2026,

IEC Publication 214 and as specified below. 20.2 Routine Tests:

The following shall be regarded as routine tests and shall be carried out on each transformer.

a) Voltage-ratio measurement and check of vector group. b) Measurement of the impedance voltage at principal tap and two extreme taps. c) Measurement of the load loss. d) Measurement of no-load loss and no-load current, including measurement of

harmonics. e) Applied voltage test to all auxiliary circuits. f) Tests on Off-load tap-changer (fully assembled on transformer). g) Induced over-voltage withstand test. The voltage applied shall be the relevant

power frequency voltage specified in the clause on Insulation Levels. h) Separate source voltage withstand test. The applied voltage shall be the relevant

power frequency voltage specified in the clause on Insulation Levels. i) Polarisation index test (1 minute and 10 minute). Index shall be not less than 1.5. j) Magnetic balance test.

20.3. Routine Test Sequence

The sequence of tests shall be: a) Winding resistance measurement, voltage ratio measurement and vector group

check. b) Separate source voltage withstand test, induced over-voltage withstand test. c) Impedance voltage and loss measurements. d) Tap changer test. e) Tests on auxiliary circuits.

The following tests on site will be carried out under a different contract after plant is fully assembled: a) Ratio and vector group checks. b) Insulation resistance (Primary-Secondary, Primary-E, Secondary-E). c) Oil tests.

36

d) Other necessary pre-commissioning tests.

The Supplier will be held responsible for any discrepancy or defect discovered during these tests and shall rectify immediately on receipt of notification. The Supplier may at his own discretion witness site testing of transformers.

20.4 Rejection:

The purchaser may reject any transformer, if during testing and service the following is found: a) Load and/or no-load losses exceed the guaranteed value by 15% or more. b) Total losses exceed the guaranteed values by 10% or more. c) Impedance differs from the guaranteed value as specified. d) Transformer fails any test. e) Any deviation from specification is found not considered acceptable.

21. TOOLS AND SPARE PARTS: The bidder shall supply the following tools and

mandatory spares along with the Isolating transformers and the price quoted shall include cost of tools and spare parts.

a) A full outfit of tools, spanners, jacks, special tools for assembling and dismantling the transformer, with a rack for handling them. All spanners shall be suitably ended and case hardened.

b) The following mandatory spares shall be supplied along with the transformer. i) Two Nos. 11KV bushings complete with gaskets etc. ii) One No. neutral bushing with gasket etc. iii) One set of gaskets. iv) One set of recommended spare parts for OFF-load tap changing

mechanism. v) One set of pressure relief valve. vi) One set of winding temperature indicator along with temperature

detector, indicator and capillary etc. vii) One magnetic oil level gauge.

22. DRAWINGS:

A) The drawings and technical literature listed below shall be submitted in quadruplicate by each tenderer with the tender.

i) General outline drawing showing dimensions, net weights and shipping weights, quantity of insulating oil, spacing of wheels in either direction of motion, centre of gravity, location of coolers etc.

ii) Sectional view showing the general constructional features and disposition of various fittings.

iii) General arrangements of foundations. iv) Dimensions of the largest part to be transported and the position in which

it should be transported.

v) Full details of construction of bushings and other relevant data. vi) Crane requirement for assembly and dismantling of the transformer. vii) Technical literature on tap changer control, cooling systems, meters and

general constructional features of winding temperature indicator, Buchholz relay, oil temperature indicator etc.

B) Within one month after the award of the contract the manufacturer shall supply two copies of drawings which shall describe the equipment in full details for approval, and shall subsequently provide four complete sets of final approved drawings, one of which shall be a soft copy suitable for reproduction. After the completion of the erection works, the contractor shall furnish 3 sets (including one soft copy) of the complete drawings.

37

C) The following drawings for each item are to be supplied as part of the contract: i. General dimensional drawings for transformer and accessories. ii. Assembly drawings and weights of main components. iii. Shipping drawings showing main dimensions and weight of each package,

arrangement for inert gas retention and monitoring and other protective arrangements during transit.

iv. Drawings giving the weights and fixing details for design of foundation. v. Tap changing and name plate diagram. vi. Schematic control and wiring diagram for all auxiliary equipment. vii. Drawings showing the flow of oil in the radiator system as well as each limb

and winding.

viii. Large scale drawing of high and low tension windings of the transformers showing the nature and arrangement of insulation and terminal connections.

ix. Drawings and specifications for bushings. x. Test reports. xi. A complete bill of materials for all equipments.

23. INSTRUCTION MANUAL AND DESCRIPTIVE DATA:

a) Operation, maintenance and erection manual (3 copies each) shall be supplied by the tenderer one month prior to the shipment of the transformers. The manuals shall contain all the drawings and maintenance of the transformer.

b) Descriptive literature and data on transformer, windings, bushings, heat

exchangers, tap changing gear, temperature detectors, buchholz, instruments

and control etc. shall also be supplied by the manufacturer along with the

instruction manuals.

24. GUARANTEED TECHNICAL PARTICULARS: The guaranteed technical particulars as called for in Schedule-9 shall be furnished along

with tender. Any tender lacking complete information in this respect is likely to be rejected.

25. SUPERVISION FOR ERECTION, TESTING & COMMISSIONING: The erection, testing

and commissioning of the transformer shall be supervised by trained personnel

(Engineer) of the supplier. The Engineer shall direct the sequence of ET&C. The

Engineer shall correct in the field, any errors or omissions on the part of the supplier, in

order to make the equipment and material properly perform in accordance with the intent

of this specification. The Engineer shall also instruct the plant operators in the operation

and maintenance of the commissioned equipment. The supplier shall be responsible for

any damage to the equipment, on commissioning the same, if such results from faulty or

improper ET&C procedure. Purchaser shall provide adequate number of skilled/semi-

skilled workers as well as all ordinary tools and equipments and cranes required for

equipment erection, at his own expenses. Apart from the above, the purchaser shall not

be responsible for any other expenses such as Engineer’s salary, insurance against

death/personal injuries to the Engineer etc. Special tools, if required for erection and

commissioning shall be arranged by the supplier at his own cost and on commissioning

these shall be supplied to the purchaser, free of cost, for future use. The supervision of

erection, testing and commissioning charges will be borne by the purchaser.

26. MAXIMUM PERIOD FOR ERECTION& COMMISSIONING: The Erection, testing & commissioning of Generator Transformer will be completed by APGENCO with in 1(One) year from the date of supply of the equipment. Hence, the supervision charges quoted for supervision of Erection & commissioning of Generator Transformer shall remain FIRM during this period.

38

27. EVALUATION OF BIDS: The technical evaluation of bids shall be done based on the information uploaded on the e-platform. The bidders who have met the pre-qualification requirements as per the tender specification shall only be qualified for opening of price bids. APGENCO decision is final in this matter.

39

SCHEDULE – 1

CONTRACTOR’S EXPERIENCE ---------------------------------------------------------------------------------------------------Sl.No Particulars Description

1. Name of the Project

2. Name, designation and full

Postal address of order placing

Authority

3. Date of award of the contract and

detailed order No. of the project authority

1. Contractual Date of completion

2. Actual date of completion of work

4. (a) Reasons for delay in supply of material, if any

(b) whether the equipment is in

trouble free operation for a duration

of at-least 18months after commissioning.

5. Nature of arbitration with the project

authority, if any

6. Approximate value of the contract

Seal of the Tenderer Signature, Designation And address of the Tenderer.

Note: 1. The above information should be furnished contract wise 2. Necessary performance certificate from the executing agency shall be furnished by the

contractor.

40

SCHEDULE-2

Letter of Transmittal

(to be enclosed in the Part-I Pre-qualification bid)

From: To:

The Superintending Engineer,

(Hydel-II), HPC & Hydel Projects wing, APGENCO,Vidyut Soudha, Hyd-82.

Dear Sir,

i) Tender no.

ii) Specification no.

iii) Item of work.

1. Having examined the above specification, together with the accompanying general conditions therein referred to, we hereby offer to provide and carryout the work described in the said specification according to the said specification and general conditions at the rates entered in the contract schedule of prices attached to the price bid.

2. We hereby undertake to have the materials delivered within the time specified in the schedule.

3. We hereby guarantee the particulars entered in the schedules attached to the bid.

4. In accordance with clause 2.5& 2.9 of section-II of this specification we propose to furnish securities to the extent of 2½ % & 10% of the value of the contract.

5.We hereby confirm that before submitting this tender, we have visited the Project site and fully acquainted ourselves with the system requirement, site conditions and local situation regarding material, labour and all other factors pertaining to the work under this tender.

6. We hereby agree to make the supplies as per the terms and conditions

Yours faithfully,

Signature:

Date:

41

SCHEDULE - 3

DECLARATION

(to be enclosed in the Part-I Pre-qualification bid)

I ___________________________________________ certify that all the data and information to the subject tender specification are correct and are true representation of the equipment covered by our formal Bid No._________________________, Dt._______________.

I hereby, certify that I am the duly authorised representative of the Bidder whose name appears above my signature.

Bidder's Name: ____________________

Authorised

Representative's

Signature: ____________________

Authorised

Representative's

Name (Typed): ____________________

Authorised

Representative's

Designation: ____________________

Bidder's Seal

Bidder's Intent: The Bidder hereby agree to fully comply with the requirements and intents of the subject tender specification for the price(s) indicated in the price bid.

Authorised

Representative's

Signature : _____________________

Bidder's Seal.

42

SCHEDULE – 4

SCHEDULE OF WEIGHTS

(to be enclosed in the Part-I Pre-qualification bid)

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

Item No. Item or Equipment Qty Weight

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

1. 2. 3. 4.

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

Signature of Tenderer

43

SCHEDULE –5

PROFORMA OF GUARANTEE FOR EQUIPMENT PERFORMANCE

(to be enclosed in the Part-I Pre-qualification bid)

The tenderer hereby guarantees the requirements of this specification.

If any of the requirements of the guarantees given are not fulfilled, the purchaser has the right

to reject the equipment, and if capacity, performance and efficiency obtained during

acceptance tests falls short of that guaranteed by the tenderer, the tenderer hereby affirms

that such deficiency will be made good by rectifying/replacing the defective parts. All the

replaced parts shall be removed from the site. While the facility for making good the deficiency

will be normally given once, the purchaser is entitled to reject the equipment in case of

repeated failure to meet the guarantee as per the specification.

Name of the firm :

Signature of the bidder :

Designation :

Date :

Seal of the company

44

SCHEDULE – 6

SCHEDULE OF GENERAL TERMS AND CONDITIONS

(to be enclosed in the Part-I Pre-qualification bid)

Bidders are requested to fill in the blank space and send the same along with offer

otherwise their offer will be either treated as non-responsive or suitable cost compensated

for deficiencies as deemed fit by the Corporation.

01. Tender Specification No., date and due date:

02. Offer/quotation No. & Date :

03. Name of the bidder :

04. Central/State Sales Tax/VAT Registration No.:

05. DGS&D’s Registration No., if any :

(Please enclose copy of rate contract, if any)

06. NSIC/SSI Registration No., if any :

(Copies of certificates to be enclosed)

07. Price Basis (F.O.R.) :

08. Discount, if any :

09. Packing and forwarding charges :

(If price basis ex-works)

10. Excise Duty (if exempted, copy of certificate): Included/Excluded

(Indicate rate of Excise Duty)

11. a. Sales Tax/ VAT : Included/Excluded

(Also indicate concessional rate against

form ‘C’ or State Tax concessional form)

b. Service Tax : Included/Excluded

12. Freight charges : Included/Excluded

13. Transit Insurance : Included/Excluded

14. Whether APGENCO Terms of payment : acceptable

15. Bank charges : To be borne by seller.

16. Delivery Period :Within _______days/weeks/Months

from the date of issue ofLOI/P.O.

45

17. Whether delivery is made in whole/ phased delivery:

18. Mode of dispatch :

19. Confirmation of submission of Performance Bank:

Guarantee for 10% of order value for performance of Equipment

20. Confirmation of submission of Security deposit Bank Guarantee :

/ Demand Draft for 2.5% of order value (for satisfactory fulfillment of the contractual

obligations)

We Confirm acceptance towards the following:

23. Validity of offer : 180 days from the date of opening of pre-qualification & Technical bids.

24. Recovery of : In case of delay in Execution of order beyond Liquidated Damages stipulated delivery period, APGENCO reserves the

right to recover from the vendor Liquidated Damages equivalent to 0.5% of the value of delayed materials/work for each week or part thereof subject to maximum of 5% of total value of Purchase Order.

25. Part order : Acceptable

26. Price Variation : The prices quoted shall remain firm till execution of full

order (in case of any specific price variation formula,

the same shall be mentioned with ceiling limits. If the

bidder quotes for variable prices, Non furnishing of

Ceiling limit and the applicable formula may lead to

disqualification of the tender.)

27. Rate Certificate :It is certified that prices quoted herein are the same as

applicable to other Government Departments/ Public Sector

Undertakings.

28. Guarantee Certificate: The performance of the equipment to be supplied shall be guaranteed for a period of 36 months from the date of supply or 30 months from the date of commissioning, whichever is earlier against any manufacturing defects or poor workmanship.

29. Interchangeability : It is certified that the quoted items are interchangeable (If

applicable) with the items existing in APGENCO and if fails

to interchange, the same shall be replaced free of cost.

Signature of Bidder with Name, Designation and Office Seal)

46

SCHEDULE – 7

SCHEDULE OF TESTS

(to be enclosed in the Part-I Pre-qualification bid)

Tests as per this specification, IS and manufacturer’s standard shall be performed. Detailed

list of tests shall be indicated in this schedule.

Name of the firm:

Signature of the bidder:

Designation:

Date:

Seal of the company

47

SCHEDULE - 8

SCHEDULE OF DEVIATIONS FROM THE SPECIFICATION

(to be enclosed in the Part-I Pre-qualification bid)

Tenderer shall carefully state below all points not in accordance with enclosed specification.

Chapter Section Deviation

The tenderer hereby certifies that the above mentioned are the only deviations from the

specification No.

Signature of the tenderer.

48

SCHEDULE - 9

GUARANTEE TECHNICAL PARTICULARS

(To be filled by the bidder)

S.no Description Parameters to be offered by

the bidder

1 Name of manufacturer

2 Installation Outdoor

3 Applicable standards

4 Primary Winding Delta Connected type

5 Secondary Winding Star Connected type with neutral

solidly grounded.

6 Connection symbol Dny1

7 Continuous rating under conditions specified in

IS:2026

8 System Highest Voltage in KV

9 Primary side rated voltage at normal tap in KV

10 Secondary side rated voltage at normal tap in KV

11 No. of phases and rated frequency

12 Type of tap changer

13 No of steps and size of each step

14 Voltage range

15 Method of cooling

16 Maximum temperature rise at rated full load

a)Oil

b) Winding

c) Max. winding hot spot temperature on emergency

overloads.

17 Percentage impedance voltage at rated frequency

a) At principal tapping

b)At highest tapping

c)At lowest tapping

18 Power frequency test voltage for 1minute

19 Impulse level:

a) 1/50 micro sec. full wave on primary and

secondary side.

b)1/50 micro sec. chopped wave on primary

and secondary side.

c)Induced over voltage on primary and

secondary side.

20 Maximum flux density in core at normal

voltage and frequency in Tesla.

21 Maximum flux density in yoke at normal

voltage and frequency in Tesla.

22 Current density at rated output

a)Primary winding (Amp/sq.mm)

49

b)Secondary winding (Amp/Sq.mm)

23 Cross sectional area of windings

a)Primary winding

b)Secondary winding

24 Resistance of windings per phase at 75 deg C

a)Primary winding

b)Secondary winding

25 Copper loss at full load at 75 Deg C

a) at rated voltage & tap (KW)

b)At tapping having highest losses (KW)

26 Iron Loss

a)At normal voltage and frequency (KW)

b)At 110% rated voltage & frequency.

c)Weight of core / 1kg.

27 Magnetizing current as % of full load current

a)At rated voltage and tap (%)

b)At 110% rated voltage and frequency (%)

28 Efficiency

a)125% load at 0.8pf.

a)120% load at 0.8pf.

a)100% load at Unity pf.

a)75% load at 0.8pf.

a)50% load at 0.8pf.

a)50% load at Unity pf.

29 Load at which maximum efficiency occurs(% of full

load)

30 Maximum efficiency (%)

31 Regulation

a)0.8pf lagging

b)at Unity pf

32 Presence of trip & alarm contacts on

buchholtz relay on transformer and tap

changer. (Yes/No)

33 Basic Insulation Level on 11KV side of both

the windings

34 Tank

a)Thickness of top plate (mm)

b)Thickness of bottom plate (mm)

c)Thickness of radiator fins (mm)

d) Thickness of sides (mm)

e)Maximum pressure tank can sustain

(kg/sq.mm)

f)working pressure in tank (Kg/sq.mm)

g)Setting of pressure on over pressure device

(kg/sq.mm)

35 a)No. of radiators

50

b)Way of connection of radiators to main body

c)Rating of cooler bank as % of total loss at

CMR (%)

36 Provision for tank earthing (Nos.)

37 Core type construction

38 No. of limbs

39 Thickness of lamination

40 Harmonics

a)R.M.S value of the fundamental current

(Amps)

b)R.M.S value of 3rd harmonic current (amps)

c)R.M.S value of 5th harmonic current (amps)

41 Total oil required (Litres)

42 Weights

a)Core in Kgs

b)Windings in Kgs

c)Complete transformer including oil in kgs

d)Complete transformer excluding oil in Kgs

e)Transformer arranged for shipment in Kgs.

43 Insulation materials

a) Primary & Secondary windings

b) Core bolt

c)Core lamination

d)Tapping leads

e)Side plates

44 Type of paint applied internally

45 Type of paint applied externally

46 Type of weatherproof anti rust material primer

47 Applicable standard for painting process

48 Noise level (db)

49 Short circuit withstand fault level (KA)

50 Duration of symmetrical short circuit it can

withstand (secs)

51 Anti-vibration pad provided (Yes/No)

52 Overall dimensions of transformer including cooling oil, tap changing gear etc.

A Length in mm

B Breadth in mm

C Height in mm

D Reference drawing No.

E Transformer will be transported with Oil/Gas

53 Shipping details

A Approximate weight of heaviest package (Kg)

B Approximate dimensions of largest package

51

SCHEDULE – A

Proforma of summary price proposal

(To be uploaded in the price bid through e-platform)

Name & Address of Bidder: To ______________________ M/s Andhra Pradesh Power Gen. Corp. _________________________ __________________________ Dear Sirs,

Ref: Our offer No ________dated _________against tender

enquiry No. ___________ dated __________________.

***

We declare that following are our prices for supply of _____________________. These

prices are for the entire scope of work as indicated in your specification and documents, terms

and conditions mentioned in Bid Documents except deviation incorporated in Statement of

Deviations

S.No I tem Description Rates( Rs)

In Figure In Words

1. Ex-works Price 2. Packing and forwarding charges 3. Excise Duty 4. Central Sales Tax against

form ‘C’/VAT 5. Other tax, if any 6. Freight charges including

service tax 7. Transit Insurance including

service tax 8. Any other levy Total __ ______________________________(in Figures) ______________________________________________________(In Words) Date Signature------------------------ Place Name----------------------------

Designation--------------------- (Seal)---------------

52

SCHEDULE - B SCHEDULE OF PRICES

(Not to be filled and to be quoted on price bid proforma through e-platform)

S. No

Description of the material Qty. Unit

Price in

Rs.

Amount

in Rs.

1 Design, manufacture, assembly, inspection and testing at the

manufacturer’s works, packing, loading & unloading, Supply and

delivery F.O.R (Destination)& Supervision of Erection, testing

and commissioning of 2.5MVA capacity, 11KV/11KV voltage

ratio, Delta/Star connected, ONAN cooling type, Dny1 vector

group, 3Phase outdoor type Isolating transformers complete

with all fittings, accessories, associated equipment along with

mandatory spares as per the technical specification for

Machkund Power House, Onukudelli-764042, Machkund,

Koraput (Dt.), Odisha State.

2Nos.

2 Supervision charges for Erection, Testing & Commissioning of

Isolating Transformers.

2Nos.

TOTAL

Signature of Tenderer

53

SCHEDULE-C

CAPITALIZATION COST OF THE TRANSFORMER

Formulae for capitalization factor: = 8760 x EC x [(1+r) to the power of n – 1]

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

[r(1+r) to the power of n]

Where r = rate of interest

= 12% per annum (taken as a prevailing rate of Nationalized Bank)

EC = Rate of Electrical Energy

= Rs.0.76 per Kwh (As per the cost data of APGENCO for Machkund of May 2016)

N = Life of the Transformer = 35years

Capitalized cost of No load Losses

= 8760 x 0.76 x[ {(1+0.12)35 -1 } / {0.12 x (1+0.12)35]

=Rs.53,466/- per KW

Taking a Load factor of 90%, Capitalized cost of (Load loss + cooler loss)

= 0.90 x 53,466/-

= Rs.48,120/- per KW

The Capitalized cost of the transformer

= Initial cost + 53,466 x Wi (in KW) + 48,120 x Wc (in KW)

Where Wi = Difference in Iron Losses in KW from the guaranteed values

Wc = Difference in Copper Lossescum cooler loss

in KW from the guaranteed values

54

ANNEXURE - 1

This Bank Guarantee has to be executed on a Non-Judicial Stamped paper worth Rs.100/-

PROFORMA OF BANK GUARANTEE FOR SECURITY DEPOSIT

(Applicable to the State Bank of India and other Nationalized Banks approved in terms of the Government of India, Ministry of Finance, Office Memorandum No. F(27)-F-1/54, dated the 25th of February, 1965, for guarantee without deposit of the securities up to prescribed limit.)

In consideration of the Andhra Pradesh Power Generation Corporation Limited (herein after called ‘the Corporation’) having agreed to exempt ___________________ (herein after called the ‘said contractors’) from the demand, under the terms and conditions of the P.O.No. ___________________ dt _________ made between the Corporation and M/s ________________ for supply of _______________ (herein after called ‘the said agreement’) of Security Deposit for the due fulfillment by the said contractors of the terms and conditions contained in the said agreement, on production of a Bank Guarantee for Rs _____________ (Rupees ______ ________________________ only). we ___________________ Bank Ltd., do hereby undertake to indemnify and keep indemnified the Corporation to the extent of Rs. ______________ against any loss or damage caused to or suffered by the corporation by reason of any breach by the said contractors of any of the terms and conditions contained in the said agreement.

We ____________________ Bank Ltd., further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the Corporation under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till The Chief Engineer (HPC & Hydel Projects) certifies that the terms and conditions of the said agreement have been fully and properly carried out by the said contractors and accordingly discharge the guarantee, subject to, however, that the corporation shall have no right under this bond after expiry of _________ (period) from the date of its execution.

We the guarantor Bank under take to pay the amount guaranteed here under or such part their of as required within one week of the sum being demanded by the Corporation without referring to the supplier and without questioning the right of the Corporation to make such demand or the propriety or legality of the demand.

Notwithstanding anything contained in the foregoing our liability is restricted to Rs. ______________ (Rupees ____________________ only). Our guarantee shall remain in force until __________. Unless a claim under the guarantee is made against us within 6 months from that date, all your rights under this guarantee shall be forfeited and we shall be relived and discharged from all liabilities here under.

Furthermore, we________________Bank limited accept that

i. This Bank Guarantee is unconditional and absolute ii. Claim against this Bank Guarantee will be honoredwithout any delay or demur; and iii. This Bank guarantee covers all the losses, claims, damages and costs suffered by

the Corporation against the said agreement. We ______________ Bank Ltd., lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Corporation in writing.

Dated the __________day of _________2010 for _______________Bank Ltd.,

Signature Designation Address & Seal of the Bank

55

ANNEXURE – 2

PROFORMA FOR PERFORMANCE BANK GUARANTEE

This guarantee has to be executed on Rs. 100/- Stamp paper

In consideration of The Andhra Pradesh Power Generation Corporation Limited, (herein after called ‘the Corporation’) having at our request agreed to accept this __________________ Bank Ltd., guarantee in lieu of cash deposit required from M/s ________________________ for making 100% payment by APGENCO for due fulfillment by them of the terms and conditions of the P.O.No. ------------------------------------------ made between M/s ------------------------------ and APGENCO for ---------------------------------------------- (herein called said agreement) during the period from --------- to -------, or the extended period, if any, do hereby undertake to indemnify and keep indemnified the Corporation to the extent of Rs.________________ (Rupees ____________________________________________ only) representing 10 % of the value of the contract against any loss or damages caused to or suffered by the Corporation by reason of any breach by the said M/s ___________ ______________ or any terms and conditions of the said agreement.

We _____________ ________ Bank Ltd., further agree that the guarantee herein contained shall remain in full force and effect up to and inclusive of ___________ (date) referred to above or the expiry of the extended period, if any, and that it shall continue to be enforceable till all the dues of the Corporation under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till the Chief Engineer (HPC & Hydel Projects) certifies that the terms and conditions of the said agreement have been fully and properly carried out by the said M/s _______________ ________________ and accordingly discharges the guarantee subject to, however, that the Corporation shall have no right under this bond after the expiry of -------------- (period)

We the guarantor Bank undertake to pay the amount guaranteed hereunder or such part there of as required within one week of the sum being demanded by the Corporation without reference to the supplier and without questioning the right of the Corporation to make such demand or the propriety or legality of the demand.

Notwithstanding anything contained in the foregoing, our liability under this guarantee is restricted to Rs. __________________ only. Our guarantee, shall remain in force until ______________. Unless a claim under the guarantee is made against us within 6 months from that date, all your rights under this guarantee shall be forfeited and we shall be relieved and discharged from all liabilities hereunder.

Furthermore, we________________Bank limited accept that

i. This Bank Guarantee is unconditional and absolute ii. Claim against this Bank Guarantee will be honoredwithout any delay or demur; and iii. This Bank guarantee covers all the losses, claims, damages and costs suffered by

the Corporation against the said agreement.

We ____________________ Bank Ltd., lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Corporation in writing.

Dated the ____________day of _________2010 for __________________Bank Ltd.,

Signature

Designation

Address & Seal of the bank

56

ANNEXURE – 3

BANK GUARANTEE PROFORMA FOR PERMANENT EARNEST MONEY DEPOSIT

This Bank Guarantee has to be executed on a Non-Judicial stamped Paper worth Rs. 100/- WHEREAS the Andhra Pradesh Power Generation Corporation Ltd. hereinafter called ‘The Corporation’ has afforded a facility to persons submitting tenders in response to notice of the Board calling for tenders for supply of materials or rendering of services permitting tenders who furnish a permanent E.M.D. of Rs.2,50,000/- in the shape of Cash/Govt. Securities or Bank guarantee in lieu of cash to have their tenders considered without separate payment of earnest monies with each tender. Whereas the ……………… has offered the guarantee of this Bank, the………… Bank towards the fixed Earnest Money Deposit and the Corporation has agreed to accept the same and the obligations of the tenderer have been incorporated in agreement dated………… which shall be read as part of this guarantee. We……………. Bank Ltd., do hereby undertake to indemnify and keep indemnified the Andhra Pradesh Power Generation Corporation Ltd. against any loss or damage caused to or suffered by the Corporation by reason of any breach of the tenderer aforementioned of any terms and conditions of any of the tender quotations or the tenders submitted by the tenderer which are considered by the Corporation in accordance with the terms of the agreement dated…………. of the contract entered into pursuant to such tenders. We ………………………. Bank Ltd., further agree that the guarantee herein contained shall remain in full force and effect up to and inclusive of the………………… and that it shall continue to be enforceable till all the terms and conditions of the Corporation under or by virtue of any of the said tender quotations or tenders or contracts have been fully compiled with and its claims satisfied, or discharged or till the Chief Engineer, HPC & Hydel Projects certifies that the terms and conditions of the said tender quotation have been fully and properly carried out by the said M/s …………………………………………….. and accordingly discharges the guarantee object, however that the Corporation shall have no right under this bond after the expiry of ……………………. (period) from the date of its execution. The guarantor bank undertake to pay the amount guaranteed here under or such part thereof as required within one week of the same being demanded by the Board without reference to the supplier and without questioning the right of the Corporation to make such demand or propriety or legality of the demand. We …………………………………. Bank Limited lastly undertakes not to revoke this guarantee during its currency except with the previous consent of the Corporation in writing.

Furthermore, We----------------------Bank Limited accept that, (i) This Bank Guarantee is unconditional and absolute (ii) Claim against this Bank Guarantee will be honored without any delay or demur;: and (iii) This Bank Guarantee covers all the losses, claims, damages and costs suffered by the Corporation against the tenders submitted by the above firm.

Notwithstanding anything contained in the foregoing our liability under this guarantee is restricted to Rs.2,50,000/- (Rupees two lakh twenty five thousands only). Our guarantee shall remain in the force until…………. Unless a claim under the guarantee is made against us within 6 months from the date, all your rights under this guarantee shall be forfeited and we shall be relieved and discharged from all liability hereunder. Dated……………………… day of….…………… for ……………………… Bank Limited. Signature………………………………………… Designation………………………. Address……………………………………………………..Seal………………………………. Note: The Bank Guarantee shall be valid for a period of 3 years from the date of submission

with a further claim period of 6 months.

57

ANNEXURE – 4

SINGLE LINE DIAGRAM OF LOCATION OF EXISTING TRANSFORMERS

11KV POLE STRUCTURE

4300mm

(approx) TRANSFORMER 1

TRANSFORMER 2

WALL

250mm 1500mm

2350mm

2350mm

11KV POLE STRUCTURE

5000mm (approx)

Existing transformers under carriage dimensions: Distance between the wheels end to end - 1500mm (approx)

Wheel axle centre to centre --> 1080mm (approx)

Wheel width ---> 135mm (approx)

Distance between the rails end to end --> 1300mm(approx)

58

ANNEXURE-5

CHECK LIST for the documents

i) Softcopies are to be uploaded during online bid submission

ii) Hardcopies are to be furnished as and when requested

S.NO. DESCRIPTION SOFTY

COPY

HARD

COPY#

1 Bid Security (EMD) * *

2 Schedule-1: List of previous supplies /experiences along with

purchase order copies and equipment performance satisfactory

certificates. * *

3 Schedule-2: letter of transmittal *

4 Schedule-3: Declaration *

5 Schedule-4: Schedule of weights. *

6 Schedule-5: Proforma of Guarantee for material performance. *

7 Schedule-6: Schedule of General Terms and Conditions. * *

8 Schedule-7: Schedule of Tests. * *

9 Schedule-8: Schedule of deviations from specification * *

10 Schedule-9: Guarantee technical particulars * *

11 Schedule-A: Un-priced Proforma of summary price proposal * *

12 Annual turnover proofs for the last 3 successive years. * *

* to be uploaded

# after receipt of intimation by the tender inviting authority # Do not submit the hard copies of price bid