Post on 24-Apr-2015
transcript
BIHAR STATE ELECTRICITY BOARD PATNA
(DEPARTMENT OF TRANSMISSION)
TENDER SPECIFICATIONS
For
RELAYS
N.I.T. No. 145-151/PR/BSEB/2010
SECTION – 1
GENRAL CONDITIONS FOR SUBMISSION OF TENDER FOR SUPPLY OF MATERIALS & INSTRUCTIONS TO BIDDERS
1. PARTICULARS OF TENDER:
Bihar State Electricity Board
Sealed tenders are invited by Chief Engineer(Transmission) for the followings:- Tender Notice No. & Description of work
Estimated Cost(Rs)
EMD(Rs.) Cost of B.O.Q.(Rs.)
Completion time
15.30 lacs 30,600.00 5,000.00 Supply - 4 months Erection -4 months
NIT No.145/PR/BSEB/10 Supply & erection of Master trip relays and Auxilary Relays (Gr.’A’) Receipt of tender upto 18 Hrs.on 19.07.10
Date of opening 15.00 Hrs. on… 20.07.10 17.75 lacs 35,500.00 5000/- Supply- 4 months
Erection -4 months NIT No.146/PR BSEB/10 Supply and Erection of Directional Electro Mechanical type E/F or O/C Relays (Gr. ‘B’)
Receipt of Tender up to 18 Hrs. on 20.07.10- Date of opening at 15 Hrs. on 21.07.10 1.40 lacs 2800.00 2,000.00 Supply - 4 months
Erection -4 months NIT No.147/PR/BSEB/10 Supply and Erection of DC supply supervision relays, Bucholz Relays & Surge relays (Gr.’C’)
Receipt of Tender up to 18 Hrs. on 21.07.10 Date of opening at 15 Hrs. on 22.07.10 5.0 lacs 10,000.00 2,000=00 Supply - 4months
Erection -4 months NIT No.148/PR/BSEB/10 Supply & Erection of TNC Switch & Selector Switch(Gr.’D’) Receipt of Tender up to 18 Hrs on 22.07.10
Date of opening at 15 Hrs. on 23.07.10 130.86 lacs 50,000.00 5,000.00 Supply - 4 months
Erection- 4 months
NIT No.149/PR/BSEB/10 Supply & Erection of Numerical type Directional/Non-Directional relays 3 ph OC & E/F Relays(Gr.’E’)
Receipt of tender up to 18 hrs 22.07.10 Date of opening at 15 hrs. 23.07.10 180.00lacs 50,000.00 5,000.00 Supply - 4 months
Erection -4 months retrofitting
NIT No.150/PR/BSEB/10 Supply ,Erection & retrofitting of Numerical Differential Protection Scheme and Distance protection scheme complete with all materials, and relays (Gr.’F’) Receipt of Tender up to 18 Hrs.23.07.10
Date of opening at 15 Hrs. 26.07.10 47.00 50,000.00 5000.00 Supply - 4 months
Erection -4 months
NIT No.151/PR/BSEB/10 Supply, erection/retrofitting of Numerical Distance protection scheme and Differential protection Scheme complete with all relays and materials for the traction Grid sub-station (Gr.’G’)
Receipt of tender up to 18 hrs on23.07.10 Date of opening at 15 hrs on 26.07.10
Eligibility Criteria Tender documents, etc are available in downloadable from at websites http://bseb.bih.nic.in and http://www.bseb.org. Downloaded tender documents must be accompanied with Demand Draft in favour of Dy. Director of Accounts .payable at Patna towards the cost of BOQ failing which the tender shall be summarily rejected. BOQ may also be purchased from this office on payment of cash or by Demand Draft.
Note: -a) Due dates as stated above may be extended at the discretion of the department and in the event of any such extension, the extended date will be applicable.
b) In case, any of the above date is declared holiday by State Govt. / Local Administration, the stipulated date will get automatically extended to the next working day.
c) PART- I of the tenders shall be opened publicly.
1.02 SUBMISSIONS OF TENDERS: 1.02.01 Before submission of tenders, the bidders are advised to carefully go through this
tender documents and make themselves fully acquainted with the stipulations made there in. In case, they find any discrepancy/omission in this tender document, they should at once intimate the tendering authority and obtain a written clarifications before submission of the tenders. Verbal clarifications or information obtained by them will not be binding to the purchaser.
1.02.02 Tenders will be submitted in triplicate complete in all respect as per requirements of
the specifications. Incomplete tenders or tenders with inadequate information may be rejected.
1.02.03 Tender shall be submitted in two parts i.e. PART – I “Technical and commercial parts and. PART – II “Price-Part” each in a separate sealed envelope duly super scribed with the following. NIT NO. ---/PR/BSEB/2010 Name of Material………………………………………………. Due date of tender opening…………………………………….. Part - ………………………….. I OR II The cost of the tender shall be furnished in a separate envelop in case the bidder has Downloaded the tender documents through BSEB website. 1.02.04 PART-I TECHNICAL AND COMMERCIAL PARTS:
This part of the tender shall contain the following details: - (i) Complete detail of infrastructures including testing facilities available with the
manufacturers. (ii) Licensed capacity of production with documents. (iii) ISI certification, if applicable. (iv) Complete technical details including guaranteed technical particulars as per
requirement of the specification. (v) Copies of test reports including latest Type Test reports, carried on the offered
equipment as per relevant ISS / IEC. (vi) Copies of drawings, if applicable. (vii) List of up to date supplies made/orders obtained from other utilities indicating details
of purchase orders, date of commissioning and the performance certificates from the users. This should be entered in the schedule-provided in section-IV of this specification.
(viii) All commercial terms like of payment, penalty, performance guarantee, manufacture guarantee etc. as stipulated here in after shall be quoted as per tender specification. Any deviations in commercial terms should be clearly entered separately in schedule provided in section “IV of the specification. Reasons for not accepting Board’s standard terms as per specification shall also be indicated. Only in exceptional case deviations can be considered. However, it will be entirely at the discretion of the board to accept such deviations or reject the same. Decision taken by the board will be final. Offers strictly as per specification shall be preferred.
(ix) Descriptive literature in English. (x) Deviations from technical specification, if any should be entered separately in the
schedule as provided in section- IV of this specification. (xi) Details of Earnest money deposited. If exemption claimed, the details of ground on
which the exemption is claimed with certified copies of all supporting documents. (xii) Delivery schedule guaranteed under penalty clause. (xiii) Validity of the offer. (xiv) Only FIRM price shall be acceptable. (xv) Up-to-date income Tax/sales Tax Clearance certificates. (xvi) Insurance clause. (xvii) All schedules/questionnaire provided in section-IV of this specification shall be duly
filled in and submitted with part-I of the tenders. 1.02.05 PART-II-PRICE PART
(i) This part of the tender will contain only the price of the offered materials filled up
strictly in the same format as in the “PRICE SCHEDULE” enclosed with section-IV of this specification.
(ii) The price part shall indicate both Ex-work price as well as F.O.R. destination Railway station price of various items for dispatch to any Railway Station in Bihar. However, the materials can be dispatched by road transport also. In case F.O.R. destination Railway Station prices are not quoted, the F.O.R dispatch price shall be loaded suitably, the actual percentage loading taken being at the discretion of the Board.
(iii) Insurance will be arranged by the Board. Excise duties/Sales tax, if chargeable, shall be paid extra as applicable at the time of dispatch. However, the present rates of E.D. / C.S.T etc shall be indicated separately. Any other taxes/govt. levies shall also be payable extra as applicable at the time of dispatch.
(iv) FIRM price shall only be quoted by the tenders. (v) The price part (Part-II of the tender) of those bidders whose offers (Part-I) would be
technically and commercially acceptable, will be opened. The date of opening of price part will be intimated individually to the bidders by registered post or by telegram/fax.
1.02.06 a)The bidders must indicate the name, residence and place of business , person or persons submitting the tender .All paper of the tender shall be singed by ink at the lowest right hand side by the bidders or any person holding power of attorney authoring him to sign on behalf of bidders. There shall be no over writing in the tender. Any mistake should be properly cut, rewritten and initialed by the bidder before submitting of tender.
b)The tenderers shall furnish, alongwith the tender, an affiadavit to the effect that type tests and/or routine tests have actually been carried out at CPRI or any accredited laboratory (accredited by NABL/ National or International accredition
body of the country wherein the laboratory is located) and test reports, performance reports etc enclosed with the tenderer are true copies of the original and all informations and details are correct.
1.02.07 If the bidders deliberately gives wrong information in his tender to create a circumstance in favour of acceptance of his tender, the purchaser reserves the right to reject such tender at any stage.
Any approach from the bidder or his representative. trying to influence the decision of the tender officially or otherwise, shall render his tender liable to be rejected.
1.02.08 Tender documents are not transferable. Also not more than one tender shall be submitted by one firm. No tender shall be acceptable unless the bidder buy a copy of tender by due date.
1.02.09 Tender documents submitted by the bidders will become the property of the purchaser and purchaser will have no obligation to return the same to the bidder.
Purchaser shall not be responsible for any expenses or losses incurred by bidders in preparation of their tenders whether the tender is accepted or not.
1.02.10 Board shall not be responsible for non-receipt of the tender specifications by the bidder in case of delay by postal department, if the tender specifications are sent by the post.
1.02.11 The tenders received after expiry of due date/time prescribed, shall not be considered. 1.03 CORRESPONDENCES : 1.03.01 All correspondences regarding this tender shall be made with Chief Engineer
(Transmission), 3rd Floor, Vidyut Bhawan, J.L.Nehru Marg. Patna-800021. No correspondence shall be entered with the bidders after opening of the price part of
the tender, nor any letter which imply any change in the equipment or in the price thereof shall be entertained after opening of the price part of the tender.
Any query which are raised from this office regarding this tender should be promptly replied within a maximum period of 15 (fifteen) days from the date of dispatch of such letters failing which tenders will be finalized on the basis of details/information submitted along with the tenders only. It will, therefore, be in the interest of the bidders that details/terms/particulars as per specification are furnished along with the tender itself and strictly adhere to the time schedule in sending replies.
1.03.02 In the case of price additions or deletions, which are to be quoted by the firm on specific queries from this office to bring the equipments in line with the requirement of the specification, such price adjustments should also be sent in sealed double covers, the outer cover bearing on the top “Price Adjustment against tender notice no. ---/PR/BSEB/2010 and the inner one containing such price and being sealed. This sealed envelope containing adjustments shall be opened along with the price part received earlier.
1.04 DEFINITION OF TERMS : 1.04.1 In constructing these General Conditions and the annexed Specification the following
words shall have the meanings herein assigned to them unless there is something in the subject inconsistent with such constructs.
The “Board” / “ Purchaser” shall means the Bihar State Electricity Board whose registered office is situated at Vidyut Bhawan , J.L. Nehru Marg, Patna-800001, Bihar, India and shall include is successor in office and permitted assigns.
The “Contractor”/”Bidder” shall mean person, or a company firm or an incorporated company whose tender has been accepted by the Purchaser and shall include his/its heirs, executiors, administrators, representatives and assigns.
The “Engineer’ shall mean an officer of the purchaser as may be only appointed and
authorized in writing by the purchaser to act as the Engineer on its behalf for the purpose of the Contract. The ‘Inspector’ shall mean any firm or person or a company who may be duly appointed and authorized in writing by the purchaser to inspect plant, equipment and works included in the Contract. “Plant”, “Equipment”, “Work” or “Works” shall mean and include tools, plant, machines, stores and materials of all kinds to be provided and work to be done and services to be rendered by the Contractor. The “contract” shall mean and include the various terms and conditions contained in the tender specification, the tendrer’s offer against such specifications and the results arrived at during subsequent. deliberations as mutually agreed upon and embodied in the LOI/Order/Agreement and also all amendments/additions thereof. The word ‘Site’ shall mean the site of proposed work as detailed in the specification or any other place where the work is to be executed under the contract. “Tests on completion” shall mean such tests as are prescribed in the Specification, B.S.E. Board Standards, I.E. rules, I.S.S. etc. and/or tests mutually agreed upon by the Purchaser and the supplier. Performance guarantees of the plant and equipment shall mean the guarantees given by the supplier before taking over of the plant and equipment by the purchaser . “Acceptance Tests” shall mean such Test as are required to prove the performance of the plant given by the supplier before taking over of the Plant by the Purchaser. “Commissioning” shall mean the first successful operation of the equipments as per specifications after all initial adjustments, trials, cleaning as reasonable required at site, if any, have been completed. “Commercial use” shall mean that standard or service efficiency and performance, the equipments are required to attain as contemplated in the specification/contract. “Guarantee period” shall mean the period of guarantee as explained under clause “Guarantee” of these General conditions. “Month” shall mean calendar month. “Letter of Intent” shall mean the Purchaser’s letter conveying his acceptance of the Tender subject to such reservations as may be stated therein. “Erection Supervision” means the Supervision services rendered or exercised by the bidder during the erection of the Plant and equipment as explained under clause “Erection Supervision Services” of these General Conditions.
“Writing” shall include any manuscript, typewritten or printed statement under dated signature with seal as the case may be.
“Approved” shall mean as approved by the Purchaser.
“F.O.R. Destination Price” shall mean delivery free of expenses to the purchaser, exclusive of insurance charge, at the works site stores including unloading and proper stacking.
“Tonne” shall mean 1000 kilogram weight “Gallons” shall mean imperial gallons, unless. Mentioned specifically.
Terms and conditions not herein defined shall have the same meaning as are assigned to them in the Indians Sale or Goods Act (Act III of 1930) failing that in the Indian Contract Act (Act.IX of 1872) and failing that in the General Clause Act, 1897.
1.05 RIGHT TO AMEND SPECIFICATION :
1.05.1 The purchaser reserves the right at any time by written order, to revise or amend the tender specification, drawings, and other conditions up to the date notified for receiving tenders without assigning any reason therof. The purchaser will send copies of such amendments or addendum to all purchasers of this tender specification.
1.06 ELIGIBLITY :
1.06.1 The bidders should be either themselves established manufactures of the equipment offered or the accredited representatives of the manufacturers who have designed, manufactured, tested & supplied similar equipments of the same or higher accuracy class mentioned in the schedule of requirement. The bidder should furnish all the information regarding experience of manufacture & supply of offered items and their satisfactory performance in Schedule – 1, Section – IV.
1.06.2 The tenders of the firms quoting as authorized representative of a manufacture, who meet with the requirements under clause no. 1.06.01 in full, may be considered provided:
a) The manufacturer furnishes a certificate regarding its authorized representative assuring full guarantee/warrantee obligations.
b) The tenderer shall furnish a back up guarantee from OEM which shall clearly confirm that OEM shall extend all services for repair, replacement etc within guarantee period and also after guarantee period.
1.06.03 The bidders shall have an engineering organization capable of undertaking design, manufacture, testing, supply, and commissioning of the quoted materials /equipments. The tender should accompany a list of all the facility available with them for inspection & testing of the equipments and clearly confirm that these will be made available to the purchaser or his representative for inspection.
1.06.04 The tender of only those firm shall be acceptable for award of order who have got the offered items type tested as per relevant ISS/ IEC in the recognized laboratories as per latest revision of the specification. The date of type test will not be earlier than five years as on the date of opening of the tender.
1.07 RESOURCE AND EXPERIENCE:
The tendrers or OEM shall submit, along with their tenders a statement of facts about their previous experience in executing similar orders of comparable work/ supply.
1.08 EVALUATION OF TENDER :
1.08.1 The tenders shall be examined and evaluated on the basis of documents and information submitted by the bidders along with their tenders. However, the purchaser may enquire from the bidders in writing for any clarification in respect of commercial and /or technical terms quoted by the bidder. The response of the bidders will be also in writing. However, no change in the prices or offered equipment materials will be permitted.
1.08.2 The purchaser will evaluate and compare the bids/tender which has been determined to be substantially responsive. A substantially responsive tender/bid shall be considered the one which conforms to all the terms and conditions of the purchaser’s tenders specification without material/equipment deviation. If a bid is determined not substantially responsive , its price parts may not be opened . The decision of the purchaser in this regard will be final.
1.08.3 On opening of the price bids, The computational / arithmetical error , if any, will be rectified on the following basis.
i) Where there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price & quantity, the unit price will prevail, and the total price will be corrected accordingly.
ii) Where there is a discrepancy between words and figures the amount written in words will prevail.
iii) Any over writing in the price column must be attested by the bidder.
iv) Failure on the part of the bidder/bidder to agree to the above corrections will result in rejection of this tender and forfeiture of their E.M.D.
1.08.4 While evaluation of a tender/bid, the purchaser shall take into consideration one or more of the following factors: –
i) Delivery schedule offered
ii) Deviations in payment terms and the technical deviations.
iii) Available facilities with the bidders such as equipped shop, plants, tools, tackles, testing facilities and financial standing and technical organization of the firm.
iv) Availability of spare-parts and after sales services for the equipment offered against the tender.
1.08.5 The purchaser evaluation of a bid will take into account the Net-Landed cost of the material/equipment at destination store. For the purpose of evaluation, net landed cost will be arrived at by adding all elements of the basic prices, allowable discount, excise duty, sales tax & any other levies, freight charges & and any other levies, freight charges and any other charges as quoted by the firm.
Each NIT shall be evaluated separately for each complete package / group i.e, Package / Group A,B,C,D,E,F,G, comprising the prices for supply and erection both taken to-gether for all items of the respective package / group / NIT. The lowest prices shall be decided separately for each package / group / NIT.
In addition any variation in taxes and duties or new levies introduced subsequent to opening of the tender and before award, will be considered for comparison purposes.
1.08.6 It is the responsibility of the bidders to quote all taxes and duties correctly without leaving any column unfilled of “Price-Schedule”
i) If no taxes/duty is livable, the same any be entered as “NIL”.
ii) Where there is an exemption of ED/Taxes, the documentary evidence to that effect must be enclosed by the tender.
If any column in the “Price-schedule” is left blank or filled vaguely like “as applicable”, the same will be loaded with the maximum of the other eligible tenders.
1.09 VALIDITY :
1.09.1 The tender should be kept valid for acceptance for a period of two hundred forty (240) calendar days from the date specified for opening date of part-I of tender. Bidders giving validity of less than 240 (two hundred forty only) calendar days may be rejected.
1.10 EARNEST MONEY : 1.10.01 Tenders must be submitted along with earnest Money as specified at clause no. 1.01(VI)
of this tender specification, failing which tenders will be outright rejected. Earnest money will be deposited either in cash with Dy Director of Accounts (Sectt) B.S.E.B. Patna or by Bank draft drawn in favor of Bihar State Electricity Board payable at Patna. In case earnest money is deposited in cash, photocopy of money receipt should be enclosed with tender. Cheque/Bank Guarantee/Fixed deposit receipt is not acceptable against deposit of Earnest Money. Also Earnest money deposited against any other tender shall not be accepted against this tender. No Earnest Money shall be acceptable after opening of the tender.
1.10.02 The Earnest Money deposited will be refunded to each of the unsuccessful bidder on written application to Chief Engineer (Trans.). Earnest Money of successful bidders, however, will be retained. No interest on Earnest Money will be payable. The Earnest money of the successful bidder shall be returned after furnishing the security deposit.
1.10.03 Bidders under following category will be exempted from depositing Earnest Money and security deposit subject to the conditions laid down below :-
i) State Government / Government of India undertaking.
ii) Small scale Industries units of Bihar registered with the department of Industries, Govt. of Bihar or with DGS&D or National small industries Corporation for manufacture of the items for which tender is submitted. The tender in such cases must be supported with a certified copy of up-to-date/valid registration Certificate failing which the tender will be liable for outright rejection.
iii) Firms registered with National small industries Corporation under single point registration scheme subject to monetary limit specified in the enlistment certificate provided that the registration certificate is valid on the date of tender and during the period of delivery.
N.B.:- Such bidders who have got themselves registered with the Board by depositing Rs. 50,000/- (Rupees Fifty Thousands) only as permanent Earnest Money, are exempted form deposit of Earnest Money only provided they fulfill the required criteria. The bidders must enclose certified copy of supporting documents with their offer for exemption. The maximum amount of EMD exemption will be limited to Rupees one Lac (Rs. 1,00,000/-) only at a time against the tenders issued from the offices of BSEB. The bidders must furnish a statement of NITs and amount of EMD exemption already by them against such NITs which are yet to be decided.
1.10.04 The earnest money submitted by the bidders will be forfeited in the following cases:
ii) If the bidder withdraws its bid or alter its quoted prices within the validity period of the tender specified by the bidder after opening of the tender.
iii) If the tender doesn’t accept correction of errors pursuant to clause no. 1.08.03 of this specification.
iv) In case of successful bidder if the bidder if the bidder fails to sign the contract agreement with the purchaser within 30 (Thirty) calendar days after issue of letter of intent as per clause no. 1.21 of the specification and / or fails to submit security deposit in accordance with clause no.1.11
1.11 SECURITY DEPOSIT : 1.11.1 Successful bidder will have to funish security deposit in cash/in Bank Draft/ in the form of a
Bank Guarantee of value equal to 2% (Two Percent) values of the contract value valid up to guarantee period as per order. This Bank guarantee will have to be submitted in the prescribed form of the purchaser as enclosed with specification Appendix-II (Section – IV) and prepared on a paper with non-judicial stamp of Rs. 200.00 (Two Hundred) only (Stamp cost will be borne by the supplier), immediately after placement of LOI. The guarantee will cover supplier responsibility for faithful execution of the contract in accordance with all conditions and terms specified thereon. The guarantee shall be issued from a Nationalized / Schedule Bank of India and made payable to the Dy. Director of Accounts (Hqrs.), B.S.E.Board, Patna. If the contractor fails to submit the security deposit within the specified period, such failure will constitute a breach of the contract and the purchaser shall be entitled to make other arrangements at the risk and expense of the contractor. The security deposit will be returnable to the supplier / contractor after completion of supply, issuance of S.R.V. and expiry of guarantee period.
1.12 INCOME TAX/SALES TAX CLEARANCE CERTIFICATES :
1.12.1 Bidders will funish along with their tender up-to-date income tax registration and sales tax clearance certificates.
1.13 PACKING :
1.13.1 The equipment shall be packed suitably for transport to various destination Railway Station in Bihar/Boards stores by Road/Railway. The contractor shall be responsible for all damage due to improper or inadequate packing. Price quoted shall invariably be inclusive of packing and forwarding charges. Alternatively, freight charges for road transport may also be indicated separately.
1.14 INSURANCE : 1.14.1 Materials to be supplied against the tender shall be insured with the Board’s under writers
under its open Marine policy in all cases. No other insurance term will be acceptable to the Board. As such insurance premium should not be included in the quoted price.
1.14.2 The prescribed insurance proforma (Appendix-1) will be supplied to the supplier who will duly fill it and send them to the Chief Manager (Movement), Bihar State Electricity Board, Patna along with copy of invoice and the R.R./T.R L.R for taking out a policy with copies to the consignees and the paying Officer concerned at the time of dispatch of each consignment.
1.14.3 In case of loss/damage during transit, the consignee concerned will take prompt action to lodge claim with the Railway / Transport authority and insurance company with an information to the supplier and will send a copy of this reports along with other documents to the Chief Manager (Movement,) B.S.E.B. Board, Patna for further needful.
1.14.4 In case the materials are received short form the intact packing, the supplier will have to replenish the shortage free of cost or the recovery of the cost of shortage will be effected from the suppliers bills. Similarly the supplier will be wholly responsible for the losses due to defective or improper packing or if the packing have been done in a manner not acceptable to the Railway/Transport or not as per Specifications / ISS or other lapses and supplier shall take prompt action to replenish all the damaged material immediately free of cost. In case of failure to do so on their part, the amount of loss / damage will be recovered from their pending bills or claims shall be lodged with their Bankers against the Bank Guarantee without any prejudice to any action which the Board may be advised to take in the matter. The amount recovered on the above account will be released only after getting satisfactory reports about completion of supply in all respect from the consignee.
1.15 DELIVERY : 1.15.1 The materials under this tender will have to be supplied within four months from the date of
issue of the order as also indicated in the delivery schedule indicated in section- III of this specification.
1.15.2 ERECTION OF RELAYS/RETROFITTING OF THE RELAYS
Erection or retrofitting of relays, shall be completed within four months from the date of receipt of relays in the store.
1.16 PENALTY
1.16.1 AGAINST SUPPLY
In the event of the supplier’s failure, to supply the material within the specified delivery period, the supplier shall have to pay-penalty @ ¼% (quarter percent) of the value of the
undelivered portion of the material per week or part thereof, subject to maximum of 5% (five percent) of the contract value.
1.16.2 AGAINST ERECTION/RETROFITTING
In the event of the supplier’s failure, to erect and commission/retrofit the relays within the specified execution period, the supplier shall have to pay-penalty @ ¼% (quarter percent) of the value of the unexecuted portion of the material per week or part thereof, subject to maximum of 5% (five percent) of the contract value.
1.16.3 Both the penalties against supply and erection shall run concurrently, as applicable. However, the penalties against supply and erection (when taken together) shall be limited to the maximum limit of 5%(five percent) of the contract value.
1.16.4 If the erection/retrofitting of relays is delayed due to the reasons attributable to the Board, no penalty shall be deducted against erection/retrofitting works. In the above case the full payment shall be made to the firm without any deduction or keepback.
1.17 TERMS OF PAYMENT (applicable for group ‘E’, ‘F’& G) :
1.17.1 75 %(seventy five percent) payment of F.O.R destination price inclusive of taxes and duties shall be made by the D.D.A (Hdqrs.) B.S.E. Board, on submission of bills along with 5% Bank Guarantee of ordered Value issued from a Nationalized/Schedule Bank of India and on receipt of S.R.V. from the consignee. The Bank Guarantee shall be valid for the period covering one month prior to the scheduled date of dispatch of the first consignment and up to six months beyond the schedule date of delivery of last consignment. No Bank commission or interest shall be paid by the Board.
1.17.2 Supplier shall give intimation, in advance to consignee for watching the receipt consignment. Also a copy of complete set of the following dispatch documents should be sent to the D.D.A. (Hdqrs), B.S.E. Board and to this office for necessary action, immediately after dispatch of each consignment:
i) Evidence of dispatch (original R/R or T/R should be in the name of consignee).
ii) Suppliers detailed invoice (4 copies)
iii) Detailed packing list (3 Copies)
iv) Approved test certificates.
v) Sale tax certificates, if applicable.
vi) Excise gate pass & proof of payment of Excise duty, if applicable.
vii) Insurance certificate if applicable.
Viii). Copy of inspection report and dispatch clearance.
1.17.03 Balance25 %(twenty five percent) payment of F.O.R destination price inclusive of taxes and duties against supply alogwith 100% (hundred percent) payment against erection and commissioning/retrofitting shall be made by the D.D.A (Hdqrs.) B.S.E. Board, on submission of bills along with the completion certificate granted by the concerned Assistant Executive Engineer or Electrical Executive Engineer
TERMS OF PAYMENT (applicable for group ‘A,B,C&D’):
1.17.4 100 %(hundred percent) payment of F.O.R destination price inclusive of taxes and duties shall be made by the D.D.A (Hdqrs.) B.S.E. Board, on submission of bills along with 5% Bank Guarantee of ordered Value issued from a Nationalized/Schedule Bank of India and on receipt of S.R.V. from the consignee. The Bank Guarantee shall be valid for the period covering one month prior to the scheduled date of dispatch of the first consignment and up to six months beyond the schedule date of delivery of last consignment. No Bank commission or interest shall be paid by the Board.
1.17.5 Supplier shall give intimation, in advance to consignee for watching the receipt consignment. Also a copy of complete set of the following dispatch documents should be sent to the D.D.A. (Hdqrs), B.S.E. Board and to this office for necessary action, immediately after dispatch of each consignment:
i) Evidence of dispatch (original R/R or T/R should be in the name of consignee).
ii) Suppliers detailed invoice (4 copies)
iii) Detailed packing list (3 Copies)
iv) Approved test certificates.
v) Sale tax certificates, if applicable.
vi) Excise gate pass & proof of payment of Excise duty, if applicable.
vii) Insurance certificate if applicable.
Viii). Copy of inspection report and dispatch clearance.
1.17.6 100% (hundred percent) payment against erection and commissioning/retrofitting shall be made by the D.D.A (Hdqrs.) B.S.E. Board, on submission of bills along with the completion certificate granted by the concerned Assistant Executive Engineer or Electrical Executive Engineer
1.18 PERFORMANCE GUARANTEE :
1.18.1 To ensure successful and satisfactory performance of the material/equipment supplied under the contract, the supplier shall, after completion of supply, furnish a performance guarantee of value equal to 5% value of the ordered value in similar manner as the security deposit Bank Guarantee in the form of a Bank guarantee issued form a Nationalized/ Schedule Bank of India and made payable to Dy. Director of Accounts (Hdqrs.) BSEB Patna, and its terms and conditions shall be provided in Bank Guarantee form enclosed with the specifications.
1.18.2 The performance Bank Guarantee shall be furnished immediately after the supply is fully completed, on a non judicial stamp paper of Rs. 200/- (Two Hundred ) only.
1.18.3 The delay in submission of performance guarantee shall entail in delay in return of 5% (five percent) Bank Guarantee submitted against payment clause.
1.18.4 The performance guarantee shall cover following guarantee to the B.S.E. Board:- The supplier shall warrant successful and satisfactory operation of the equipment supplied against the contract under the conditions and for the services specified. He shall further warrant the equipment as represented and specified against any and all defects in design, material , workmanship and quality and shall upon written notice by the B.S.E. Board , fully remedy, free of all expenses to the board , Such defects as developed under the normal use to the said
equipment within 12 ( twelve) months of the service but not exceeding 18 (Eighteen) months from date of receipt of last consignment of complete equipment /materials.
1.18.05 On due performance and execution of the order in all respect and on presentation of “ No- Demand Certificates” the bank guarantee will be returned to the supplier without any interest.
1.19 MANUFACTURERS GUARANTEE
1.19.1 All materials / equipments to be supplied shall be guaranteed against faulty design, defective materials, bad workmanship and unsatisfactory service for the period of 12 (Twelve) months from the date on which the materials /equipment has been put into service. In any case this period shall not exceed 18 (Eighteen) months from date of last receipt of the complete equipment/material in the Board’s stores. If during the guarantee period the meter go in operative or found defective or sub – standard the same has to be replaced , or repaired free of cost by the contractor within 30 ( Thirty) days of intimation. If the defective materials are not replaced as per the above guarantee clause, the Board shall recover an equivalent amount plus 15% supervision charges from (any of the bills of) the contractor.
During the period of guarantee, the supplier shall remedy all defects in design, materials and workmanship that may develop under normal use of the equipment, upon written notice from the Board who shall indicate in what respect the equipment is faulty. This will include the service charges of engineer/erector, if required to visit the site in connection with works as stated above. The Board will not incur any expenditure on this account what so ever.
1.19.2 SERVICE
Necessary arrangement shall be made to extend service of repair/replacement relays on chargeable basis when the guarantee period is over. These defective /in operative relays shall be repaired within one month time at reasonable charges.
1.20 RIGHT TO SPLIT ORDER
1.20.1 The purchaser/ Board reserves the right to split the order amongst the various tenders and also the right to not accept the lowest or any other tender either in whole or part with out assigning any reason for such non – acceptance.
1.21 AGREEMENT
1.21.1 The successful bidder / bidders, upon notice from the Board, shall have to execute an agreement with the board in the prescribed contract Agreement form of the department. The prescribed format for agreement is enclosed in this specification (Section – IV). The agreement shall be prepared in three copies on pie paper affixed with special adhesive stamp of value of Rs 200.00 (rupees two hundred) only duly embossed by the treasury officers. No charges on account of preparation of agreement documents shall be paid by the Board.
1.22 CANCELLATION OF CONTRACT:
1.22.1 The Board reserve the right to cancel whole or part of the awarded contract without assigning any reason of those firms who will be found defaulter for delayed supply materials or who will supply materials of sub – standard quality . In the event of cancellation of order due to the reasons attributable to the firm/ Contractor/supplier, the security deposited against the contract/order shall be forfeited by the board.
1.23 REJECTION:
1.23.1 If the materials supplied by the bidder/supplier is found to be defective in material or workmanship or otherwise not in conformity with the requirements of contract /order, Board shall have right to reject the materials or advice in writing to rectify/ replace the same. On receipt of such information, supplier shall either rectify the defect or replace the defective materials as per board’s requirement. The above rectification will have to be done free of cost. In case the supplier fails to do so, the Board may have its option to:
a) Replace or rectify such defect and recover the extra cost involved from the supplier plus additional fifteen percent.
b) May terminate the contract / order for defaults as per supplier’s default liability clause.
c) Accept the materials at a reduced price considered suitable under the circumstances.
The provision of this clause shall not prejudice boards under penalty clause.
1.24 SUPPLIER’S DEFAULT LIABILITY:
1.24.1 The board may upon written notice of default by the supplier cancel the order in the circumstances. Detailed hereunder:-
a) If in the judgment of the Board, the suppler fails to make delivery of any or all of that materials within the time schedule specified in the contract or within any extension thereof granted by the board in writing.
b) If in the judgment of the Board the supplier fails to comply with & perform any of the obligations under the contract/ order.
c) If the supplier in the judgment of the Board has engaged in corrupt or fraudent practices in competing for or in executing the contract.
In the event the Board cancels the order in whole or in part as provided the paragraph 1.24.1 the Board reserves the right to procure such material in any manner considered appropriate by Board and the security deposit of the firm shall be forfeited by the Board.
1.25 COMPLIANCE WITH ACT
1.25.1 All equipment/materials supplied and all works carried out shall comply in all respects with the requirement of the Indian Electricity Act 1910, Indian Electricity Rules 1955 or any revisions thereof which may be issued during the currency of the order and with the requirement of any other regulations and ACT in India to which the purchaser may be subjected.
1.26 JURISDICTION OF COURT
All disputes, claims, counter claims for and / or against the Board arising out agreement/order/contract between the Board and the supplier/ contractor will be subject to the exclusive jurisdiction of civil court, Patna and no other count or Arbitrator.
1.27 FORCE MAJEURE CONDITION :
1.27.1 The delivery schedule / completion period quoted will be under standard force majeure conditions provided the supplier/ contractor intimates with in ten days from beginning of such delay notify the Board in writing of the cause of delay . Board will examine individual cases on merit and may take decision for granting extension or reject request of supplier/contractor. Decision of department in this regard will be final and binding to the supplier.
1.28 TECHNICAL PARTICULARS
1.28.1 The tenders which do not comply with the technical particulars enumerated in the section –II & III of this specification, shall be outright rejected. The performance particulars as required in the technical specification should be sent along with the tender. Other details not specified but deemed necessary for the just under standing of the said offer, may also be given.
1.29 TEST CERTIFICATE:
1.29.1 The materials shall conform to all type tests as per relevant Indian Standards. Materials shall be tested for routine and acceptance test at manufacturer’s works in accordance with the standard adopted and to such other additional tests as may be stipulated in the specification. Materials shall be dispatched only after test certificates are approved.
1.29.2 Should the test or operation of any piece of equipment under service show that it does not meet the guarantee and requirements of the requisite specification it will be optional for the Board to accept or reject the apparatus and direct the bidder to proceed at at once to furnish such new parts as may be necessary to meet the guarantee and other requirements of specification and such additional expenditure will be borne by the supplier.
1.30 DEVIATION FROM SPECIFICATION:
1.30.1 The bidders are advised to submit their offer strictly as per terms of specification. In case, however, any bidder submit his offer on any such terms deviating from those stipulated in specification, either technical or commercial, the same will be clearly spelt out in the schedule of deviation specifically enclosed for this purpose along with this specification. In case no such deviations are detailed, it will be presumed that the offers have been submitted as per requirement of specification. The purchaser may accept minor technical deviations at its discretion, which does not affect overall performance of the equipment as specified in this specification.
1.31 COMPLETENESS OF THE TENDER:
1.31.1 All fitting, accessories etc, which might not have been included in this specification but which are usual & necessary to complete the equipment, are to be provided without extra cost. All equipment’s must be complete in all respects whether mentioned in the specification or not.
1.32 QUANTITY
1.32.1 The quantity mentioned in the schedule of requirement and desired delivery are tentative and are subject to increase or decrease at the time of placement of order at the desecration of the Board
1.33 RAW MATERIALS:
1.33.1 No raw materials shall be arranged by the Board . The bidders/ Suppliers will have to arrange all raw materials them selves.
1.34 PROGRESS REPORT
1.34.1 The supplier/contractor shall submit to the purchaser at such intervals and in such form as may be required by him, detailed progress reports of the manufacture and/or dispatch of the equipment ordered on him.
1.35 Erection
The relays/ materials being procured against the instant tender have been grouped together in various groups depending upon the type. If required by the Board, erection of relays shall be done by the supplier for which they shall quote their prices on Lump sum basis for each relay. However, it is required that the erection& commissioning/retrofitting of all relays/protection schemes under group ‘E,F&G’ shall be the responsibility of tenderer/bidders/contractors. Further, the prices for erection & commissioning/retrofitting of all relays/switches under group ‘A, B, C & D’ shall be furnished by the tenderers/ bidders in their price bid but erection will be required to be done by the service engineer of the supplier on specific request of the Board.
1.37 AFFIADAVIT TOWARDS CORRECTNESS OF TEST REPORTS AND DOCUMENTS FURNISHED ALONGWITH TENDERS.
The bidders shall furnish an affidavit conforming that the test report & documents furnished along with the tender are correct and true copies of originals.
1.38.1 BANK GUARNTEES TO BE FURNISHED AGAINST VARIOUS CLAUSES
As per the Boards office order No. B/L – 12 / 2007 – 08 – 2002 date 12.06.2008 12.06.2008
Bank Drafts / Bank Guarantees towards performance guarantee, payment guarantees etc issued by the scheduled Banks as contained in the second schedule of the Reserve Bank of India Act. 1934. namely ICICI bank, HDFC bank, IDBI bank etc. shall also be acceptable.
1.39 FREIGHT
Freight charges shall include all service charges against freight. The bidders shall furnish their prices accordingly in their bids. No service charge on freight, if applicable shall be paid by the Board separately.
1.40 RIGHT OF CHIEF ENGINEER TO ERECT
The Chief Engineer (Transmission) reserves the right to get the relays erected and commissioned on its own or by a different agency, if required. No claim shall be entertained on this account.
1.41` MATERIALS REQURED FOR ERECTION RETROFITTING
All materials required for erection or retrofitting shall be arranged/supplied by the supplier.
ADDITIONAL INSTRUCTIONS TO THE BIDDERS
(Over & above the existing instructions)
The tender notice and tender document/specifications/BOQ shall
remain available at website www.bseb.bih.nic.in and www.bseb.org during
the tender notice period and the same can be downloaded and used as tender
document for submitting the tenders. However the cost of tender forms
mentioned in the tender notice has also to be paid in the form of DD issued
in favour of .Dy Director of Accounts, BSEB payable at Patna to be
enclosed with the tender form while submitting the tender.
In case the tender submitted in downloaded form is not accompanied
with valid DD towards the cost of tender document/ specifications/ BOQ,
the tender will be summarily rejected.
The tenderers, who will be found indulging in changing/ adding or
deleting the contents of the downloaded tender document/ specifications/
BOQ will be liable to face necessary action including banning, suspension
from business dealing etc.
2. Tenderers should watch the website for Corrigendum/ Addendum to
the NIT/ Tender Documents and there will not be any separate
correspondence about the same.
3. Tenderers should submit in original downloaded documents duly
signed and stamped on each page. Any photocopy or typed copy of
the downloaded document will be treated as invalid.
4. Demand draft furnished towards the cost of tender document/
specifications/ BOQ, in case of downloaded documents, shall be
verified before bid evaluation.
SECTION – II
SECTION – II
BIHAR STATE ELECTRICITY BOARD
(DEPARTMENT OF TRANSMISSION)
SECTION - II
GENERAL SPECIFICATION FOR NUMERICAL RELAYS
(COMMON FOR ALL NUMERICAL RELAYS)
1.1 Numerical ( Protective ) Relays : Numerical relays shall be
microprocessor based compact units having built-in supervision
feature as detailed below:
1.2 All relays shall be back connected draw-out type or plug in type in
modular flush mounting dust tight cases and in dull black enamel
finish. Front of the relays shall be covered with transparent cover.
1.3. The relays shall comply in all respect the requirements of IS - 3213 -
1965 or equivalent standards and shall be suitable for operation under
the climatic condition specified. The current coils shall be rated for a
continuous current of 1A/ 5A SELECTABLE AT SITE depending on
relevant CT Secondary current and the voltage coil for 110/63.5V
normal. The contacts of the relays shall be silvered and precaution
shall be taken to prevent or minimize damage due to arcs which have
to be successfully broken against 250 Volts D.C. When open, the
contacts shall withstand voltage of 115% of the normal circuit voltage.
1.4 The tenderers shall submit along-with the tender detailed operational
sequence, relay characteristics, circuit diagrams and descriptive
literatures.
1.5 The offered relays shall be completely numerical with Protection
elements using software algorithm. Hardware based measurement shall
not be acceptable.
1.6 The relay should have high immunity to electrical and electromagnetic
interference.
1.7 The same relay shall be provided with both 1 A and 5A CT inputs
and shall be selectable at site.
1.8 It shall be possible to energise the relay from either AC or DC
auxiliary supply.
1.9 The offered relay shall have a comprehensive facility for interface. It
shall have the following minimum elements so that the features of the
relay can be accessed and setting changes can be done locally.
• At least 32 character alphanumeric backlit LCD display unit
• At least 4 fixed LEDs (for trip, Alarm, Relay available & Relay out
of service) & 8 programmable LEDs which can be assigned to any
protection function for local annunciation.
• Tactile keypad for browsing and setting the relay menu
1.10 The relays should have two communication ports viz. Front RS232
port for local communication for relay settings, modifications ,
extraction and analysis of fault/event/disturbance records from a laptop
and a Rear RS485 for remote communication to SCADA system. All
necessary software shall be supplied with relays free of cost.
1.11 The relays shall have the following tools for fault diagnostics
• Fault record - The relay shall have the facility to store
preferably 5 last fault records with information on cause of trip,
date, time, trip values of electrical parameters.
• Event record - The relay shall have the facility to store
preferably 250 time stamped event records with 1 ms
resolution.
• Disturbance records - The distance protection relay shall have
capacity to store preferably 10 records each with 10 secs.
duration.
It shall be possible to store these information in the event of an
auxiliary supply failure with the help of a battery/suitable back
up.
1.12 The relay settings shall be provided with preferably multi-levels of
password protection.
1.13 It shall be possible to change the relay setting from the front panel using
the key pads.
1.14 The relay shall have comprehensive self-diagnostic feature. This
feature shall continuously monitor the healthiness of all the hardware
and software elements of the relay. Any failure detected shall be
annunciated through a output watchdog contact. The fault diagnosis
information shall be displayed on the LCD and also through the
communication port.
1.15 The Numerical Relays shall be provided with 1 Set of common support
software compatible with both Windows XP and Vista etc. which will
allow easy settings of relays in addition to uploading of event, fault,
disturbance records, measurement. The relay settings shall also be
changed from local or remote using the same software.
1.16 No control relay, which shall trip the power circuit breaker when the
relay is de-energized, shall be employed in the circuits.
1.17 Provision shall be made for easy isolation of trip circuits of each relay
for the purpose of testing and maintenance.
1.18 Auxiliary seal-in-units provided on the protective relays shall
preferably be of shunt reinforcement type.
1.19 The Numerical relays in general shall conform to the following
specifications of IEC towards atmospheric environment Temperature:
IEC60255-6:1988, IEC60068-2-1:1990/A2:1994
IEC60068-2-2:1974/A2:1994, Humidity : IEC 60068-2-3 : 1969
1.20 In case any special software / devices are required for the testing /
setting of the numerical relays the bidder shall include one set of such
accessories in the offer free of cost. The schedule of all accessories
should be furnished in the tender.
1.21 The communication protocol for numerical relay shall be IEC-61850
i.e. Open Protocol.
SPECIFIC TECHNICAL REQUIREMENT FOR DISTANCE PROTECT ION SCHEME MAIN DISTANCE PROTECITON SHCEME SHALL
i) Be numerical type & modular in construction and shall have continuous self
monitoring and diagnostic feature.
ii) Have high speed unswitched distance relays for three phase systems to clear all type
of line faults within the set reach of the relay.
iii) Shall have stepped time-distance characteristics and minimum four independent
zones.
iv) Be having a polygonal / quadrilateral characteristics of offset mho type having
flexibility for forward or reverse direction setting. It should cover atleast line sections
completely with 15% in hand margin.
v) shall have two independent continuously variable time setting range of 0-3 seconds
for zone -2 and 0-5 seconds for zone-3.
vi) shall have residual compensation variable from 30-150%.
vii) The reach of each zone shall be independently & individually adjustable and shall
have setting in steps of 1 % and shall be sufficient to cover the given transmission line
length subject to a variation of + 20 % and for each ratio of the multi ratio C.T & P.T
as specified .
viii) Shall have memory circuits with defined characteristics in all three phases to ensure
correct operation during close up 3 phase faults and other adverse conditions and shall
operate instantaneously when circuit breaker is closed to zero volt 3 phase fault.
Directional sensitivity shall be maintained under all system conditions.
ix) shall have flexible angle setting to maximize the resistance coverage of the
characteristics without load encroachment.
x) shall have a maximum resetting time of less than 35 milli-seconds.
xi) shall have a continuous current rating of four times of rated current. The voltage
circuit shall be capable of operation at 1.2 times rated voltage. The relay shall also
be capable of carrying a high short time current of 100 times rated current without
damage for a period of 1 sec.
xii) The relay should have built in mutual compensation for accurate fault location in case
of parallel lines.
xiii) shall include power swing blocking protection . Facility to detect a fault during a
power swing by means of zero sequence /-ve sequence current ( for 1- D & 2-(D ) and
an over current detector ( for 3-(D fault) shall be available in the relay.
xiv) Selection shall be so that the first zone of the relay can be set to about 80% - 90% of
the protected line without any risk of non-selective tripping.
xv) The second and third zone elements shall provide back up protection in the event of
the carrier protection or the first zone element failing to clear the fault, zone-2
shall cover full protected section plus 50 % of the next section, zone-3 shall
normally cover the two adjacent sections completely.
xvi) Ohmic reach shall be adequate in order to cover the impedance of the
transformers connected in succeeding sections to offer back-up protection of
transformer breaker.
xvii) The relay shall be able to discriminate between maximum fault impedance and
minimum load impedance.
xviii) It shall have 4th zone for setting in reverse direction.
xix) It shall be suitable for single and three phase tripping.
xx) It shall be selective between internal and external faults.
xxi) The scheme shall monitor healthiness of the carrier equipment and automatically
change the protection scheme to the basic scheme with extended zone-I feature in the
event of failure of carrier equipment.
xxii) The relay shall have the following additional elements
• Built-in backup IDMT & definite time over-current protection elements
• Broken Conductor detection by measuring the ratio of I2/I1, such that the correct
operation of the relay is possible even under lightly loaded condition.
• Under / Over voltage protection
• Thermal overload protection.
xxiii) The relay shall be able to detect a 1-c,2-c,3-c PT fuse failure condition.
xxiv) The relay shall have, built in Circuit Breaker Supervision Functions for Condition
based Circuit Breaker Maintenance
• The relay shall be able to detect any discrepancy found between NO & NC contacts
of breaker
• The relay shall monitor number of breaker trip operations. The relay shall record the
sum of the broken current quantity
• The relay shall also monitor the breaker operating time In all the above cases the relay
shall generate an alarm if the value crosses the threshold.
xxv) The relay shall have Programmable Scheme Logic Scheme which allows the customer to
customize the protection and control functions, build up logic to overcome any site
problems.
xxvi)Have a max operating time up to trip impulse to circuit breaker (complete operation
time including applicable carrier and trip relay time )
Under source to line impedance ratios under all possible combinations of fault with
CVT/Bus PT being used on the line ( With all filters included ) at 50 of zone-1
reach .
For SIR 0.01-4 As 40ms at nearest end and 60ms at other end of line
For SIR 4-15 As 45 ms at nearest end and 65ms at other end of line .
(Carrier transmission time is taken as 20ms provided that any reduction in carrier time
shall be directly reflected as reduction in maximum operating time)
xxvii) Suitable number of potential free contacts, if required, (multiplied through reed
relays only) be provided on each distance scheme for carrier aided tripping, ,
auto reclosing, sequence of events recorder, disturbance recorder & data acquisition
system.
xxviii) The relays must be suitable for protective scheme described below.
The line distance protection relay, and distance to fault locator shall be of
numerical type with modular construction. They shall invariably be free from the
influence of any electrical interference signal from either related AC or DC
source.
xxix) Additional timers with sufficient Nos. of contacts shall be provided in the main
protective numerical relays for purchaser's use.
xxx) The distance protection must have following built-in features: Power swing
blocking, Auto reclosing, PT supply supervision, DC supply supervision, Carrier
supervision, Distance to fault indication, Events recording.
xxxi) Shall include fuse failure protection which shall
a) Monitor all the three fuses of CVT and PT and associated cable against open circuit
b) inhibit trip circuits on operation and initiate annunciation
c) have an operating time less than 7 milli seconds
d) remain inoperative for system earth faults.
xxxii) protect 100% of the line section
xxxiii) suitable shaped characteristic to prevent relay operation during maximum load
conditions without reducing the reach of relays
xxxiv) Operate on carrier inter trip feature
xxxv) Distance to fault locator shall be provided with all the features
SPECIFIC TECHNICAL REQUIREMENTS FOR TRANSFORMER DIF FERENTIAL PROTECTION RELAY Transformer differential protection scheme shall
a) be triple pole type, with faulty phase identification/indication.
b) Have an operating time not greater than 30 milli seconds at 5 time the rated current.
c) Have three instantaneous high Over-current units
d) Have an adjustable bias setting range of 20-50%
e) Be suitable for rated current of 1 or 5 amp.
f) Have second harmonic or other inrush proof features and also should be stable under
normal over fluxing conditions. Magnetizing inrush proof feature shall not be achieved
through any intentional time delay e.g. use of timers to block relay operation or using
disc operated relays.
g) Have an operating current setting of 15% or less.
h) Included necessary separate interposing current transformers for angle and ratio
correction or have internal feature in the relay to take care of the angle & ratio correction.
i) Shall be numerical type and shall have continuous self monitoring and diagnostic feature.
j) Have disturbance recording feature to record graphic form of instantaneous values of
current in all three winding n nine analog channels during faults and disturbance for the
pre fault and post fault period. The disturbance recorder shall have the facility to record
the following external digital channel signal apart from the digital signals pertaining to
differential relay.
1. REF protection operated
2. HV breaker status
3. LV breaker status
4. Bucholtz / OLTC Buchltz alarm/trip
5. WTI/OTI/PRD alarm/ trip of transformer.
Necessary hardware and software for down loading the date captured by disturbance
recorder to the personal computer available in the substation shall be included in the
scope.
k) be acceptable with built in features of definite time over load protection (alarm) relay
provided the requirements of these relays specified under the relevance causes are met.
l) The relay shall have in built feature of Restricted Earthfault protection, Overfuxing,
Overload/Overcurrent, Over / Under frequency with df/dt and Over / Under voltage
protection. In case the above features are not provided as an integral part of the
differential protection relay, separate relay may be provided to meet the above
protection requirements.
GENERAL TECHNICAL SPECIFICATIONS FOR NUMERICAL NON-
DIRECTIONAL O/C & E/F RELAYS:
Protective Relay having the following minimum specification and features and confirming to relevant portion of IEC-255 and IEC-68 standard. 1. Suitable for mounting on non-ventilated electrical panels indoor sub-station. 2. Maximum ambient temperature of 50 degree centigrade and maximum humidity 100% RH,
not occurring simultaneously. 3. Dusty industrial environment. 4. In presence of electro-static, electro-magnetic and transients prevailing in high voltage
system. 5. The relay should have 3 independent time delayed O/C stages.
The first stage should be programmable to have either a DT characteristics or IDMT characteristics shall
have a current setting range of 0.1 IN to 25 IN and time setting range of 0 ms to 150 sec. The second and
third stage should have a current setting range of 0.5 IN to 40 IN.
6 The relay should have 3 independent time delayed E/F stages with a current setting range of 0.002 IN to
1 IN and time setting range of 0 ms to 150 sec.
7 The relay should have one RS232 front Port and RS 485 rear ports on Modbus or IEC 103 protocol for
remote communication to SCADA system.
8 Should be able to record preferably 5 oscillographic disturbance records each of minimum 3 seconds &
25 fault records and 250 event records.
9 At least 3 programmable optically isolated inputs & 6 programmable outputs & 1 watchdog contact.
10 Should detect open conductor based on ratio of negative sequence current to positive sequence current.
11 Thermal overload, negative phase overcurrent and cold load pickup protection.
12 Circuit breaker failure protection function & Circuit breaker maintenance information.
13 Trip Circuit Supervision.
14 The relays shall be suitable for both 1A and 5A CT inputs which can be selectable at Site.
15 The relay should measure the following standard quantities,
a) 3 Phase current
b) Neutral current
c) Positive & negative sequence current.
d) Ratio of positive & negative sequence current
e) Percentage of thermal stage.
16. Atleast two independent setting groups.
17. All numerical relays shall have key pad/keys to allow relay setting from relay front & also have
password protected.
18. Relay shall have comprehensive self diagnostic feature with indication of relay failure on relay front and
alarm shall be generated without tripping the feeder.
19. Battery back up/ non volatile supply failure.
20. The offered protection relay shall be completely numerical with protective elements having software
algorithm based on sampling of analogue inputs. Hardware based measurement shall not be acceptable.
21. Two sets of Window based software (Compatible with XP & Vista OS) to be supplied for downloading
settings, fault records and disturbance records and implementing user defined scheme logics. Software
should also be supplied for analyzing the disturbance/fault records retrieved from the relay. The
software should not have any type of restrictions/limitations for usage.
GENERAL TECHNICAL SPECIFICATIONS FOR NUMERICAL DIRE CTIONAL
O/C & E/F RELAYS:
Protective Relay having the following minimum specification and features and confirming to relevant portion of IEC-255 and IEC-68 standard. 6. Suitable for mounting on non-ventilated electrical panels indoor sub-station. 7. Maximum ambient temperature of 50 degree centigrade and maximum humidity 100% RH,
not occurring simultaneously. 8. Dusty industrial environment. 9. In presence of electro-static, electro-magnetic and transients prevailing in high voltage
system. 10. The relay should have 3 independent time delayed programmable Directional/Non –
Directional O/C stages for each stage.
The first stage should be programmable to have either a DT characteristics or IDMT
characteristics shall have a current setting range of 0.1 IN to 25 IN and time setting range of
0 ms to 150 sec. The second and third stage should have a current setting range of 0.5 IN to
40 IN.
16 The relay should have 3 independent time delayed programmable Directional/Non –
Directional E/F stages for each phase with a current setting range of 0.002 IN to 1 IN and
time setting range of 0 ms to 150 sec.
17 The relay should have one RS232 front Port and two no RS 485 rear ports on Modbus or
IEC 103 protocol for remote communication to SCADA system.
18 Should be able to record atleast 5 oscillographic disturbance records each of minimum 3
seconds & 25 fault records and 250 event records.
19 Atleast 7 programmable optically isolated inputs & 8 programmable outputs & 1 watchdog
contact.
20 Should detect open conductor based on ratio of negative sequence current to positive
sequence current.
21 Thermal overload, negative phase over current and cold load pickup protection.
22 Should have three-phase directional power protection with minimum two independent setting group which can monitors the active and reactive power limits and detects power drop and reversal of direction.
23 Should have six stage of independent under & over frequency stage with a setting range
of 45.1Hz to 64.9 Hz with a time delay of 0.0ms to 600 sec. 24 Should have two independent under-voltage stages and two over-voltage stages. Each
stage can be configured to operate in single-phase mode (OR mode) or three phase mode (AND mode).
25 Should have 4 shot three phase auto reclose function. 26 Circuit breaker failure protection function & Circuit breaker maintenance information. 27 Residual over voltage & voltage controlled over current protection. 28 Switch on to fault protection.
29 Trip Circuit Supervision.
30 Voltage transformer Supervision.
31 The relays shall be suitable for both 1A and 5A CT inputs which can be selectable at
Site.
32 The relay should measure the following standard quantities,
f) 3 Phase current
g) Neutral current
h) Frequency
i) Positive & negative sequence current.
j) Ratio of positive & negative sequence current
k) Percentage of thermal stage.
l) Max & min rolling value demand
m) Zero sequence Voltage.
n) Power & Energy.
o) Apparent Power & Apparent Energy
p) Max & Average Voltage Value.
33. Atleast two independent setting groups.
34. All numerical relays shall have key pad/keys to allow relay setting from relay front &
also have password protected.
35. Relay shall have comprehensive self diagnostic feature with indication of relay failure
on relay front and alarm shall be generated without tripping the feeder.
36. Battery back up/ non volatile supply failure.
37. The offered protection relay shall be completely numerical with protective elements
having software algorithm based on sampling of analogue inputs. Hardware based
measurement shall not be acceptable.
38. Two sets of Window based software (Compatible with XP & Vista OS) to be supplied
for downloading settings, fault records and disturbance records and implementing user
defined scheme logics. Software should also be supplied for analyzing the
disturbance/fault records retrieved from the relay. The software should not have any
type of restrictions/limitations for usage.
GENERAL TECHNICAL SPECIFICATIONS FOR ELECTROMECHANI CAL
RELAYS
1. All relays shall be enclosed in flush or semi flush, dust tight, dull black enamel painted ,
back connected cases , All protective and auxiliary relays , except the lockout relays shall be
self reset type . The relays shall have silver to silver contacts with wiping action, shall be
capable of making carrying and breaking currents of the associated circuits. The D.C
control supply voltage shall be as specified in section -III . The current and voltage coils
of all relays shall be rated for secondary rating of associated instrument transformers . All
relays shall comply with the latest issue of I.S 3231 or IEC publication no. 255-1-155-2.
2. All necessary provision for easy testing of relays shall be incorporated and specifically
brought 'out in the tender. Suitable devices for indication of operation of each protection
including time delayed protection shall be provided alongwith resetting devices on front of
the panel All protections which do not have built in hand reset operation indicator flag ,
shall have additional auxiliary relays for this purpose . Similar indicating device shall also
be provided in the trip circuits of protections located outside the boards such as Buchholz
relays, temperature protection, fire protection etc. For STATIC relays, the following
should be necessary
i) 5 KV test
ii) High Frequency burst test .
3. Provision shall be made for easy isolation of trip circuits of each relays so that circuits are not
disturbed during testing and maintenance of individual relays . Current and voltage relays
in all protections with time delayed operation shall have a reset ratio of not less than 9.85 and
not more than 1.20 respectively and shall have adequate thermal rating the relays shall give
guaranteed performance for the climatic conditions prevailing at site.
4. All protective relays shall be draw out type with provision of removing the mechanism for
inspection, maintenance and replacement , self contained facilities for secondary injection
testing shall be incorporated in all protective relays. In case this facility is not available in
any relay separate suitable test blocks shall be provided on the panel for this purpose .
5. The relays shall be suitable for efficient and reliable operation of the protective scheme to
be supplied as per section -III of this specification. The tenderer shall submit alongwith
the tender complete sets of detailed operational sequence, relay characteristics, circuit
diagram and descriptive literature for all relays .
6. a) All AC relays shall be suitable for operation at 50Hz AC Voltage operated relays shall
be suitable for 110 volts VI; ccondares and current operated relays for I Amp CT.
secondaries as specified in this specification. DC auxiliary relays and timers shall
be designed for 250 V DC voltage and shall operate satisfactorily between 70% and
110% of rated voltage. Voltage operated relays shall have adequate thermal
capacity for continuous operation.
b) The' protective relay's shall he suitable for efficient and reliable operation of the
protection scheme described in the specification. Necessary auxiliary relays and
timers required for interlocking schemes for multiplying of contacts/suiting contact
duties of protective relays and monitoring of control supplies and circuits, lockout
relay monitoring of circuits etc., and also required for the complete protection
schemes described in the specification shall be provided.
All protective relays shall be provided with atleast two pairs of potential free isolated
output contacts. Auxiliary relays and timers shall have pairs of contacts as
required to complete the scheme. Contacts shall be silver faced with spring action
Relay cases shall have adequate number of terminals for making potential free
external connections to the relay coils and contacts including spare contacts.
Relay case size shall be-so chosen as not to introduce any limitations on the use of
available contacts on the relay due to in-adequacy of terminals. Paralleling of
contacts, if any shall be done at the terminals on the casing of the relay.
c) All protective relays, auxiliary relays and timers except the lock out relays and
interlocking relays specified shall be provided with sell=reset type contacts. All
protective relays and timers shall be provided with externally hand reset positive
action operation indicators, provided with inscription, subject to purchaser's
approval. All protective relays which do not have built in hand reset operation
indicators shall have additional auxiliary relays with operating indicators shall this,
purpose. Similar separate operating indicator (auxiliary relays) shall .also he provided
in the trip circuits of protections located outside the board such as buchol temperature
protection. fire protection etc.
d) Timers shall be of the electromagnetic or solid state type. Pneumatic timers are not
acceptable: Short tint; delays in terms of milliseconds may be obtained b,, using
copper slugs en auxiliary radius : In such case it shall be ensured that the Continuous
rating of the relay is not of affected. Time delay in terms of milliseconds
obtained by the external capacitor resistor combination is not acceptable.
e) No control relay which shall trip the power circuit breaker when the relay is
reenergized shall be employed in the circuits.
f) Provision shall be made for easy isolation of trip circuits of each relay for the
purpose of testing and maintcluince.
g) All relays shall withstand a test voltage 2.5 KV, 50 HZ. Rms voltage for one second.
h) Auxiliary seal-in-units provided on the protective relays shall preferably be of
shunt reinforcement type. If series relays are used the following shall be strictly
ensured:
i) The operating time of the series seal-in-unit shall be sufficiently shorter than that
of the trip coil or trip relay in series with which it operates to ensure definite
operation of the flag indicator of the relay.
j) Seal-in-unit shall obtain adequate current for operation when one or more relays
operate simultaneously.
k) Impedace of the seal-in-unit shall be small enough to permit satisfactory operation
of the trip coil on trip relays when the DC supply voltage :is minimum.
l) protective relays and alarm relays shall be provided with one extra isolated pair of
contacts wired to terminals exclusively for Purchaser's use.
AUXILIARY RELAYS
1. The auxiliary relays shall be, designed for continuous operation at 250 V.D.C. and shall
withstand 110% rated voltage continuously. This shall also be suitable for satisfactory
operation at 85% rated Voltage.
2. All protective relays, auxiliary relays and timers except the lock out relays and
interlocking relays specified shall be provided with self reset type contacts. All
protective relays and timers shall be provided with externally hand reset positive
action operation indicators with inscription subject to Purchaser's approval. All
protective relays which do not have built-in hand-reset operation indicators shall have
additional auxiliary relays with operating indicators (Flag relays) for this purpose.
Similar separate operating indicator (auxiliary relays) shall also be provided in the trip
circuits of protections located outside the board such as buchholz relays, oil and
winding temperature protection, sudden pressure devices, fire protection etc.
3. Self reset auxiliary voltage relays rated for specified D.C voltage shall be provided for use
in the ineterlocking schemes for multiplication of contacts suiting contact duties of
protective relays and for monitoring of control supplies and circuits . Monitoring relays for
lockout relay circuits shall be connected in series with lockout relays coils . The tenderer
shall be responsible to ensure that the monitoring relay ratings are such that they shall
positively pick-up through the breaker coils / lockout relays coils monitored, but the
breakers / lockout relays shall not operate with such a connection.
4. The supply and circuit monitoring relay shall be connected to initiate an alarm upto failure
of respective supply / circuit . They shall preferably have reverse flags, which drop when
relay is de-energised . Otherwise, an indicating lamp shall be provided with each monitoring
relay for indication of its operation .
5. Close positions relays of main supply circuit beakers initiating automatic closure of stand
by supply breakers shall have adequate time delay on drop out so that complete closure of
stand by supply breaker is ensured . This feature will be used for obtaining limitation of
duration of impulse for automatic closure of stand by supply breakers. In case the close
position relays with such time delay are not available, additional slugged D.C auxiliary
with adequate time delay on drop out may be supplied for automatic reverse closure . The
exact arrangement will depend on the actual control schemes and shall be subject to the
approval of purchaser.
6. The lockout trip relays shall be multi contact , hand reset type . The latching
mechanism shall be positive and insensitive to vibration and shock. The reset devices on
the front of the relay panel shall not permit manual tripping . Each lock-out relay shall be
furnished with a panel mounted isolating arrangement to permit opening of trip circuits for
testing .
TRIP CIRCUIT SUPERVISION RELAYS:
If required by the purchaser, the trip circuits shall be supervised by means of relays . The
scheme shall continuously monitor the trip circuit before closing and after closing of the
breaker . The scheme shall detect (i) failure of trip supply (ii) open circuit of trip coil or
trip circuit wiring and (iii) failure of mechanism to complete the tripping operation . The
relays shall have necessary contacts to be connected to the enunciators available in the
annunciation panel for visual and audible indication of the failure of trip circuit .
POLE DESCREPENCY RELAY
In case close or trip signal is given to the circuit breaker and all the three poles of the breaker
do not close or trip simultaneously due to some mechanical defect or otherwise, necessary
schemes should be provided to give visual and audible indication of the discrepancy of the
poles. In case of discrepancy under closing, a trip signal shall be given to all three poles.
The scheme shall have adjustable time delay relays to avoid its operation in case of single
phase auto-reclosing of the breaker.
STATIC RELAY
a) The printed circuit cards shall be of fiberglass type and'the contact shall be gold plated . All
connections with the connector pegs shall be through wire wrapping . All solder joints on
the printed circuit boards shall be encapsulated or covered with varnish .
b) The components shall be loaded by less than half of their rated values . The resistors shall
be of carbon composition or metal oxide type and the capacitors shall be of plastic film or
tantalum type . Stringent measures including shielding of long internal wiring should be
taken to make relays immune to voltage spikes . As per IEC , the relays must withstand 5KV
1.2 x 50 micro-second , 0.5joule energy impulse test or 1.5 Mhz damped oscillations with
initial Value (Zero to peak ) of 2.5 KV decaying to half the initial value in 6
microseconds with internal source impedance of 150ohms . Insulation barriers shall
be provided to ensure that transients present in CT & VT connections due to extraneous
sources do not cause damage to static circuits .
c) All relay shall be designed for satisfactory performance under tropical and humid
conditions specified. Special mention , shall be mad e in the technical deviation schedule
of the bid for those relays , if any, that Bidder proposes to use, which differ from specified
requirements .
d) All devices required for correct operation of each relay shall be provided by contractor
without any extra cost.
e) The contractor shall ensure that the terminals of the contacts of the relays are readily
brought out for connections as required in the final approved scheme . The type of
relay case offered shall not create any restrictions of the availability of the contact
terminals for wiring connections .
f) AC/ DC convertor shall be provided as stable auxiliary supply for relay operation .
Provision of D.C cell in the protective relays as reliable stand by power supplies will
however not be acceptable .
g) The solid state relays shall be stable and suitably protected against transient /
induced over voltages and noise signals . The bidder shall state clearly in his bid
special requirement , if any , for DC input arrangement or cabling , considered
necessary of satisfactory operation of solid state relays quoted by him .
h) The bidder shall include in his bid a list of installations where the relays quoted have
been in satisfactory operation
Each relay shall be provided with dust-tight removable front cover with full glass
window. The relays operation of relays shall be practically free from errors due to
nominal variations of frequency and ambient temperatures given in general
requirement of specification.
All relay coils shall be vacuum impregnated with suitable insulation compound which
shall be moisture resistant . The design shall be such that the settings and calibration
will not get out of adjustment unless intended to .
i) All contacts shall be made of pure silver or palladium and shall be readily
renewable , self cleaning and self aligning type . The contact rating shall, be liberal so
that they may give satisfactory service without much attention Time delay features
like dash or other devices which are appreciably affected by variations in
temperatures and humidity shall not be acceptable . Permanent magnet shall be of
nonageing type .
j) All the relays shall be provided with operation indicators which shall be secured
against unwanted operation . The indicators shall show all types of faults and the
phase or phases on which fault had occurred . All indicators and hand resetting relays
must be capable of being reset without opening the relays case . All measuring,
starting and tripping relays shall be provide with operation indicator.
k) The relays should be flush mounted and of drawout or pluging type .
l) For testing the relay while it is in service , every relay scheme namely distance
protection , differential. protection etc shall be provided with rotary switch with
position test / service . One of them. shall be sued in the circuit of main protection and
the other with back up protection . When the relay is in service , both these switches
shall be kept in service position. During testing , one of the switches in turn shall be
rotated to test position to short the main CT , isolate main VT , isolate tripping command
to breaker , block auto-reclosing circuits etc . and simultaneously initiate alarm
protection under testing . Relay terminals for connecting CT, VT, I.C tripping loads of
testing kit shall be provided on the panel . These terminal shall not be live when test switch
is in service position.
SECTION – III
SCHEDULE OF REQUIREMENT AND
DESIRED DELIVERIES
SECTION – III
GENERAL CLIMATIC AND ISOCERAUNIC CONDITIONS (I) a) Maximum ambient temperature of air in shade 50o C
b) Minimum ambient temperature of air in shade 4o C
c) Maximum daily average ambient temperature 35o C
d) Maximum yearly average ambient temperature 30o C
e) Maximum relative humidity 100 %
f) Average rainfall perannum 125 Cm.
g) Average no of thunder storm days per annum 80
h) Maximum wind pressure 150 Kg/M2
i) Height above sealevel not exceeding
1000 Meter
j) Earth quake acceleration 0.3 g
Unless until specifically mentioned, the above climatic conditions shall be considered in
designing of equipments/ materials against this tender.
(ii) The equipments/materials offered shall be suitable for continuous operation at their full rated capacity under the
above conditions.
(iii) The equipments/materials offered shall be suitable for heavily polluted atmosphere.
Each equipment shall be designed to withstand without damage to component parts and without impairment of operation due to repeated earth quake acceleration of 0.3g and wind loads of 150 kg/m2 on the projected area.
SCHEDULE OF REQUIREMENTS GROUP / PACKAGE (A) - NIT No………../PR/BSEB/10
Sl. No.
Description Qty in set
A-1 MasterTrip Relays type
a) VAJHM- 23orEquiv-alent
b) VAJHM- 33orEquiv-alent
c) VAJHM- 53orEquiv-alent
35 Nos
30 Nos.
10 Nos.
A-2 Auxiliary Relays with Flag
a) VAA-11 or eq
b) VAA-12 or eq
c) VAA-13 or eq
20No
20No
20No
A-3 .Auxiliary Relays with Hand reset (Electro Mech.)
Type VAA-33 or eq
50 Nos.
GROUP / PACKAGE (B) - NITNo…… /PR/BSEB/10
SL.NO.
DESCRIPTION
QTY
B-1 Non Directional ElectroMechanical Type E/F or O/C Relays type CDG-11 or eq
100 Nos
B-2 Directional ElectroMechanical Type E/F or O/C Relays type CDD-21 or eq 15 Nos.
GROUP / PACKAGE (C) – NIT No…… /PR/BSEB/10
SL.NO.
DESCRIPTION
QTY
C-1 D.C. Supervision Relays for 220 & 132KV C&R Panels
10 Nos.
C-2 a) Bucholz relays for power transformers
b) Surge Relays for power transformers 5 Nos.
5Nos.
GROUP / PACKAGE (D) – NIT No…… /PR/BSEB/10
SL.NO.
DESCRIPTION
QTY
D-1 TNC Switch type ODS or eq.
100 Nos
D-2 Selector Switch for carrier and protection transfer
25 Nos
GROUP / PACKAGE (E) – NIT No…… /PR/BSEB/10
E-1 Numerical type Non directional 3ph E/F and O/C relays
103 Nos.
E-2 Numerical type Directional 3ph E/F and O/C relays 50 Nos.
GROUP / PACKAGE (F) – NIT No…… /PR/BSEB/10
SL.NO.
DESCRIPTION QTY
F-1 Numerical type Differential Protection Relay complete scheme with tripping relays, Numerical type O/C relays (directional & non directional),auxilliary relay etc as well as wiring and front panels ready for retrofitting as per Bill of Materials (Minimum required bill of materials for the scheme has been furnished
separately)
*- For Sonenagar
5 Nos. for 220 kv and 20 Nos. + 1* No. for 132 KV system
F-2 Numerical type Distance Protection Relay complete scheme with tripping relays, Numerical type O/C relays (directional & non directional),auxillia-ry relay etc as well as wiring and front panels ready for retrofitting as per Bill of Materials(Minimum required bill of materials for the scheme has been furnished separately)
* - For Sonenagar
** - For Chandauti
10 No. for 220 KV line panel + 2 Nos. for 220 KV Bus Coupler panels + 18+2*+1** Nos. for 132 KV
F-3 Laptop Computer two Nos.(to be supplied free of cost AS PART OF ITEMS UNDER GROUP ‘F’) with authenticated Software and also with configurations as per requirement of the Board (IBM/DELL/Eq. Make) with software for DOWNLOADING DATAS FROM RELAYS. (FREE OF COST)
2
Nos
GROUP / PACKAGE (G) – NIT No…… /PR/BSEB/10
SL.NO.
DESCRIPTION QTY
G-1 Replacement of complete relays with protection scheme of Transformer C&R Panel at Traction G/S/Stn, Sone nagar suitable for Single Phase traction transformer. The details of existing relays, has been furnished separately. (Minimum required bill of materials for the scheme has been furnished separately).
2
Sets
G-2 Replacement of relays of 25KV existing line panel by suitable distance protection relay complete with protection scheme for traction grid s/s at Sonenagar and Karamnasa
6sets
G-3 Provision of complete distance protection scheme of 5 Amp rating of C&RPanel of 132KVat Traction G/S/Stn, Sone nagar. (1set for 132KV Rly Japla feeder-I and 1set for 132 KV Rly Sonenagar-Japla feeder-II)
2sets
G-4 Replacement of complete relays with protection scheme of C&R panel at Traction grid substation Karmnasha suitable for 132/25 KV, 20 MVA traction transformer
2sets
G-5 Replacement of Over current RI type, Earth fault relay type RBA-3 type TI -5Amp over load relays & type RRK-42, RRMJ-4 & RRK-21 of protection schemes in the C&R Panels at traction grid sub station, Karmnasha for 132/25 KV, 20MVA Power transformers.
4sets
Note:
(1)The existing relays in Transformer C&R panels at Sone nagar are of ASEA Sweden make consisting of following relays(Refer G-1):
i)Blocking relay type RBA-5Amp
ii)Differential relay type RRMZ-3&4&RRK-21-5Amp
iii)Tripping relay type RRK-21-5Amp
iv) over current relay-5Amp
v) Stabilized earth current relay -5Amp type RBA-3
vi) Earth fault relay type RRK-21-103
vii) Overload relay type RVAA-45(25KV Side)
viii) The requirement at Sone Nagar is 1 set for 132/25 KV, 13,35MVA Rly transformer no.I & 1 set for 132/25 MVA Rly transformer no,II
(2) Refer sl no. G-2. The requirement is for replacement of 2 sets of Distance protection relay type RYZBD of C&RPanel of 25 KV Rly feeder breaker bay CB-11, 12 at Traction G/S/Stn, Sone nagar and 4 sets of Distance protection relay type RYZBD of C&RPanel of 25 KV Rly feeder breaker bays at Karmnasha. The existing relays are of ASEA Sweden make.
(3) Refer sl no. G-3. The requirement is for C&RPanel of 132/33KV,25 MVA transformer bay 4 at Traction G/S/Stn, Sone nagar.The existing relays are of English Electric, Great Britain make with the following details:
i) Biased diff relay type-DT-2-5Amp
ii)Tripping relay type VAJ 11BF16E
iii)O/C Relay type CDG -5A Model CDG11AF7A
iv) E/F Relay type CDG-5A Model CDG11AF6AB
(4) Refer to G-4. This includes replacement of Directional 5Amp relays type RRXJ-4 & RRK-21 at traction grid sub station, Karmnasha for 132/25 KV, 20MVA Power transformers.
DESIRED DELIVERY:
The materials under this tender will have to be supplied within four months from the date of issue of the order.
Erection or retrofitting of relays, shall be completed within four months from the date of receipt of relays in the store.
SECTION – IV BIDDING SCHEDULES AND FORMATS
SECTION –IV
Schedule “A”
GUARANTEED TECHNICAL PARTICULARS (To be filled by Tenders)
SL.NO DESCRIPTION AS PER TENDERER 1 Dimension of control & relay panels 2 Dimension of supporting channels 3 Thickness of the steel plates proposed for use on
panels
4 2 Nos DC miniature breaker with aux. Contact for alarm for controlling 250 V DC supply to panels provided.
5 10 Nos. spare terminals provided. 6 Panels illuminated lamp with door switch provided. 7 Door lock with key provided. 8 Multi core cable gland trays provided 9 Rubber sealing provided for dust proofing through
doors.
10 Continuous copper earth bar(tin plated for connection to all mounted equipment & substation earthing equipment provided)
11 Suitable space heater rated for 230 V AC provided in each module.
12 In any equipment mounted on back panels a) if the panel wired as per ISS 158/1948 or equivalent standard?
13
b) if no, what is the equipment standard adopted?
a) shall the wiring be carried out by super flexible multistandard single core copper cable
14
b) wiring of the single colour PVC or multi coloured
a) whether suitable name plates for all relays and auxiliaries and panels provided
15
b) If no, where are they provided i.e. on the equipment or near to it?
16 What is the size of the copper wire used in the panel wiring?
17 Are the relays of flush type or projecting type? 18 Whether the testing terminals provided with 2 Nos.
testing switches for testing or not for CT
II CONTROL SWITCHES FOR CIRCUIT
BREAKERS
1 Make 2 Type & rating 3 Type of handle provided 4 No of position
No of contacts i) normally closed
5
ii) normally open
III SELECTOR SWITCH 6 Maker 7 Type & rating
8 Type of handle provided 9 No of position
No. of contacts in each position i)Open
10
ii) Close
11 Making capacity of contacts 12 Breaking capacity of contacts
13 Whether locking arrangement provided or not IV SEMAPHORE INDICATORS 14 Make 15 Type 16 Diameter of the disc(mm) 17 Operating voltage(volts) 18 Burden(watts D.C) 19 Whether latch in mechanism provided V INDICATING LAMP 20 Make 21 Type 22 Operating voltage 23 Size of lens 24 Wattage of lamp 25 Colour of lamp VI SWITCH BOARD WIRING 26 Insulation of wiring
Size of wiring conductor for the following i)PT circuit ii)CT circuit iii)DC supply circuits
27
iv)other circuits
28 Size of earthing bar for safety earthing 29 Type of terminals provided on wiring 30 Wiring conductor aluminium/copper VIII INSTRUMENTS & METERS Ammeter, Voltmeter, Wattmeter, KVAR
meter and KWH meter AM/ VM/ WM/ VARM/ PFM
FM TVM
31. Type of instrument 32. Size 33. Whether magnetically shielded or not 34. Limits of error in effective range 35. Maxm. Scale length 36. Whether tropicalised 37. VA burden
Current coil(VA) 38. Potential coil(VA)
Power consumption Current coil(watts)
39.
Potential coil(watts)
40. Temp. at which instruments are calibrated 41. Description leaf lets reference Nos submitted
or not
42. Makers name and country 43. Type of selector switch VII ANNUNCIATORS 44. Type of annunciator 45. Type of particulars of windows 46. Particulars of wiring 47. Rated voltage(volts) 48. Power consumption(watts) 49. Instantaneous making capacity of contacts 50. Breaking capacity
51. Overall dimension of annuntiator 52. Descriptive leaflet no IX) PROTECTIVE RELAYS NON-DIRECTIONAL OVER CURRENT & EARTHFAULT RELAYS 53 Name 54 i)Type ii) whether draw out type or not 55 Current coil rating 56 Tap range
VA burden during normal & operating condition i)highest tap
57
ii)lowest tap
58 i) Minimum Pickup Value ii) Fall Back Ratio
Time for operation on maximum time dial setting at: i) 5 times tap setting current
59
ii) 10 times tap setting current
60 Type of characteristics 61 Trip contact rating(amps) 62 Whether seal in contacts provided or not( yes/no) 63 Descriptive leaflet submitted or not
Numerical type Type tested
X DIRECTIONAL OVER CURRENT & E/F RELAY 64 Maker’s name 65 I)Type/model
II)Whether numerical in principle 66 Polarisation
i) Current Coil ii) Potential Coil
67 Current coil rating i) Continuous ii) For 3 sec iii) For 1 sec
68 potential coil rating 69 Tap range
VA burden a) current coil 1) highest tap 2) lowest tap
70
b)voltage coil
71 Time of operation for max. time dial setting at i) 5 times tap setting ii) 10 times tap setting
72 Trip contact rating amps 73 Whether seal in contacts provided or not(yes/no) a) Descriptive leaflet submitted or not 74 Whether type tested or not 75 Knee point voltage requirement 76 Max. torque angle XI DIFFERENTIAL RELAYS 77 Maker’s name 78 a) Type b) Whether type tested or not c) Whether complete type test reports
furnished or not
d) Since how many years in service e) Performance certificated furnished or
not
79 Current coil rating Tap range-coil-1 Tap range-coil-2
80
Tap range-coil-3
Max. VA burden under normal and operating conditions i) operating coil
81
ii) Restraining coil
82 Is the slope setting variable 83 Harmonic restrain provided 84 Range of HT/LT ratio over which the relay
can be used
85 Operating time 86 Trip contact rating 87 Whether seal in contacts provided 88 Descriptive leaflet provided 89 Other details to be furnished
90 Other details to be furnished by the tenderer
91 Details of accessories to be furnished with XII DISTANCE RELAYS 92 Make 93 Whether type tested or not 94 Whether complete type test reports
furnished or not
95 Since how many years in service 96 Whether Performance report for similary
relays furnished or not
97 Rated voltage of relays Rated current of relays i) continuous ii) for 3 sec
98
Iii) for 1 sec 99 Rated frequency and frequency tolerance 100 DC supply voltage and its permissible
tolerance
(V-%) 101 i)total time taken by the relay for ZS/SL=3ph and fault at mid point of zone(second)
102 Minimum operating fault current
103 Maximum operating fault current (Amp) 104 Fall back ratio
Reach in ohms adjustable in range of a)zone-1 b) zone-ii c) zone-III
105
d) starters Total VA burden per phase under normal conditions for the complete distance scheme (indicate separately for different types of scheme offered under normal condition/under operating condition)
i) current circuit
ii) voltage circuit
106
iii) DC circuit
107 Whether the relay is suitable for working in climate conditions given in clause 3 general requirement of specification or not?
Whether protective gear is suitable for a) single phase to earth fault b) two phase to earth fault
108
c) phase to phase fault
d) three phase faults or without ground 109 Directional sensitivity
a. With Triple pole short circuit b. With inter phase short circuit c. Single or double earth faults
110 Whether protective gear will provide protection of transmission Line only or it will protect the station bus bar also?
111 Whether separate relays provided for detecting earth fault and phase faults or common relays act in both type of faults?
112 Type of starting device/devices provided 113 Whether arrangement for compensating
the effects of faults are resistance provided or not?
114 Whether arrangement to prevent tripping during power swings conditions provided or not?
115 Whether tripping feature after adjustable time for power swing conditions provided or not
116 Whether arrangement for tripping the circuit breaker in the event of the three phase fault very near to the relay installation point (when all the voltage may collapse) provided or not?
117 Whether arrangement to compensate for mutual coupling in case of DC lines provided or not
118 Whether distance relay scheme suitable for power carrier or micro wave equipment provided or not? Reach extension facility provided or not?
119 Whether arrangement for testing the relays by applying external current and voltage supplies and without disconnecting the relays provided or not?
120 Whether distance relays schemes are suitable for single/or 3 phase high speed auto reclosure provided pr not?
Rating of tripping contacts i) continuous current carrying capacity
121
ii) Making capacity for 220 m sec (inclusive load L/R =10 m sec)
Iii) Breaking capacity AC 250 V power factor 0.1
iv) DC L/R-40 m sec 220/110V
Temperature rise limits of distance relays i) type and no of measuring element for phase-phase & phase-ground faults in relays
123
ii) type and No of starting elements both for phase- phase & phase- ground faults in relays.
iii)Are the starting element directional or non directional
124 Whether relays are provided with electrical for mechanical operation indicators or LED
125 Weight of complete relay panel including all fittings and wiring (power supply unit also)
126 Maximum Zs/ZL ratio up to which relay operates satisfactorily
Percentage error i) zone I ii) zone-II iii) zone-III
127
iv) starters
128 Insulation test voltage
129 Impulse test voltage &energy 130 Surge wave test in KV, frequency and
periods
131 Range in which characteristics angle of the relay is adjustable.
132 Range in which zero sequence compensation is adjustable
133 No. of potential free contacts available for purchaser’s use
Whether following feature are provided in the relay i)sequential recorder ii)Fault locator iii)disturbance recorder
134
iv) Remote indication
135 Does the relay have feature for compensation for parallel feeder
136 Details of accessories to be supplied with distance protection relays
XI. TRANSFORMER DIFFERENTIAL RELAY (Detail G.T.P.) 1. Manufacturer 2. Model no. full 3. Whether numerical in principle
Analog inputs 4. No. of current inputs
4 Nominal current rating of each input Thermal current rating of each input 5. a) continuous b) for 10 sec
6. c) for 1 sec
7. Dynamic over load capability of each current input
8. Current circuit burden for each circuit 9. Range of built in C.T ratio
compensation 10. Vector group option 11. Rated frequency 12. No. of nominal rating of voltage inputs,
if any
13. Thermal rating of voltage input 14. Voltage circuit burden Auxiliary supply
15. Auxiliary supply voltage ( operating range)
Aux. Circuit burden/current drawn a) Quiescent state
16.
b) all relays energized state 17. Maximum ripple allowed(%) 18. Fuse rating 19. Supply fail contact whether provided
for alarm, contact type if provided
20. Supply interruption bringing time Binary I/O modules
21. No. of I/O modules fixed/variable a) If variable , no. of binary I/O modules offered
Binary inputs 22. No. of binary input per module
23. Input voltage for binary inputs 24. Threshold voltage
25. Max. current drawn by each input 26. Operating time 27. Whether assignable for pickup/drop-off
mode on application of voltage
Binary Output 28. No. of output relays per module
29. No. of type (NO/CO/NC) of contacts per relay(trip/alarm)
30. Max operating voltage (ac & dc) 31. Continuous current carrying capacity 32. Make & carry for 0.2s/0.5s 33. Surge current capacity 34. Switching capacity(W/VA)
a) make b) break
35. Maximum breaking current at 250 V DC
36. No. of operations (Durability) Differential protection
37. Main C.T requirement
38. Differential current threshold setting range
39. Drop-off ratio 40. High current setting range 41. Detail of load bias( single or dual bias
with mention of limits)
42. Second harmonic stabilising ratio setting
43. Fifth harmonic stabilising ratio setting 44. Operating time
a) lowest tap b) high tap
45. Drop off time 46. Tolerance for operating time 47. Tolerance for pick up characteristics 48. Tolerance for inrush stabilization 49. Frequency tolerance 50. Main C.T requirement 51. Minimum operating current setting
range
52. Range of permissible phase angle difference
53. Drop-off ratio 54. Inrush stabilization 55. Operating time 56. Drop off time 57. Tolerance for pick up characteristics 58. Tolerance for operating time 59. No. of analog channels provided 60. No. of binary channels provided 61. Sampling frequency 62. Modes of triggering 63. List of analog signals to be recorded 64. List of binary signals to be recorded 65. Pre fault time 66. Post fault time 67. Max. no of fault recorded stored 68. Memory capacity provided 69. Max. duration of storage after aux.
Supply fail
70. Model & version of software provided for retrieval & viewing of records in test and graphical form
71. Max. no of signals 72. Whether internal control signals are
logged
73. Max. no of events 74. Memory capacity provided 75. Storage duration provided after aux.
Failure
76. Whether displayed on LCD screen on relay
77. Whether retrieval through local/remote comm. Port
78. Resolution 79. Accuracy 80. External synchronization facility 81. Battery type & min. life time
82. No. of marshallable LED displays to be provided
83. Programmable latching facility for individual LED’S
84. List of other LED’s with fixed signal functions(mention details)
85. Resetting facility whether provided on front panel
86. Size of display screen 87. No. of lines display at the time
List of information displayed under each following category
a) metering information b) self diagonostic info c) fault info.
88.
d) History of events/fault records
89. Details of local comm. Port for use with PC(mention connector type and protocol)
90. Transmission speed for above 91. Software required for above
communication For relay setting and marshalling
92. Details of local comm. Port to be
provided (mention connector type , medium/ cable type and protocol)
93. Transmission speed for above 94. Software required for above
communication
95. Transmission mode 96. Transmission security 97. File format 98. Max. transmission distance 99. Permissible line attenuation 100. Isolation
101. Case size /dimension 102. Panel cutout dimension 103. Weight
104. Type of mounting 105. Degree of protection(housing and
terminal)
106. Over load protection (whether provided)
107. Over load current protection(whether
provided) 108. Circuit breaker fail protection(whether
provided)
109. Remote transformer tap control(whether provided)
110. Any other feature provided
E Distance relay: (Detail G.T.P.) I. Maker’s name II. Model/type
Input circuits a. rated current b. rated voltage c. rated frequency d. thermal over load capacity in P.T circuit e. thermal over load capacity in C.T circuit f. Dynamic over load g. Burden in C.T circuit
III.
h. Burden in P.T circuit Power supply via integrated converter: a. rated aux voltage b. Tolerance c. maximum ripple d. Power consumption at energised state e. power consumption Quiascent state
IV.
f. maximum operating time after auxiliary voltage drop
V. Input output modules Binary inputs a) number per input/output module b) voltage range
VI.
c)current consumption Alarm contacts a) number per input/output module b) contact per relay c)switching capacity d) permissible current
VII.
d) switching voltage Command contacts a. number per input/output module b. contact per relay c. switching capacity d. permissible current
VIII.
e. switching voltage
LED displays: IX. a. Ready for operation
b. fault indication c. converter healthy
d. marshallable displays per input/output module Serial interface a. operating interface b. baud date c. system interface d. baud rate e. fibre optic connection f. optical wave length g. permissible line attenuation h. transmission distance standard
X.
i. Standard
Mechanical design a. housing/dimension b. Weight c. type of mounting
XI.
d. degree of protection XII. Standards and regulations:
Insulation test: a. high voltage test on all circuits exept auxiliary
voltage
b. high voltage test on voltage circuit only
XIII.
c. impulse voltage test on all circuits Noise immunity test a. high frequency
XIV.
b. electrostatic discharge c. radio frequency electromagnetic field, non
modulated d. radio frequency electromagnetic field,
amplitude modulated e. power frequency magnetic field f. radio frequency electromagnetic field, pulse
modulated
g. fast transient
h. conducted disturbance induced by radio frequency field, amplitude modulated
Interference emission test a. radio interference voltage
XV.
b. radio interference field strength
Climate stress test a. permissible ambient temperature during
operation
b. permissible ambient temperature during storage
c. permissible ambient temperature during transport
XVI.
d. permissible humidity Mechanical stress test a. permissible mechanical stress during operation
XVII.
b. permissible mechanical stress during transport
Impedance starter a. Characteristics
XVIII.
b. forward reach
c. reverse reach d. resistance tolerance e. limit angle between load and short circuit range
f. minimum current
Distance measurement: a. Characteristics b. distance zones c. reactance reach d. resistance tolerance for phase to phase fault e. resistance tolerance for phase to earth fault f. time stage g. timer range h. residual compensation XE/XL, RM/RL
i. Parallel line mutual compensation XE/XL, RM/RL
j. instantaneous tripping level k. direction detection l. directional sensitivity m. operating time n. reset time o. tolerance for impedance fault detection p. tolerance for distance measurement q. Tolerance for amplitude measurement
XIX.
r. timer accuracy
Switch on to fault a) high current start
XX.
b) shortest command time Fault locator a. output of distance to fault b. start signal c. setting reactance per unit d. parallel line compensation e. load current compensation
XXI.
f. measuring tolerance Signal transmission a. permissible scheme
XXII.
b. comparison method
Power swing a. detection principle b. Modes c. difference between power swing and fault
detector polygon d. rate of change
XXIII.
e. operating time
Weak infeed protection XXIV. a. mode Automatic reclosure a. number of automatic reclosure b. Mode c. active time for auto reclose cycle
XXV.
d. Dead time for auto reclose cycle
e Reclaim time
f. Close command duration Synchronism Check
a. Modes for connecting b. Permissible voltage difference c. Permissible frequency difference
XXVI.
d. Permissible angle difference
Disturbance recording a. measured values b. starting signal c. recording management d. maximum no of simultaneous available record e. max. recording period f. pre fault time g. post fault time h. max. period of one record i. sampling rate of analog input
XXVII.
j. sampling rate of binary inputs Over current time protection a. Characteristic b. Application c. Setting range of definite time overcurrent
protection
1. High set 2. Over current 3. Shortest command time
d. Setting range of inverse time over current protection
1. High set 2. Over current 3. Time multiplier 4. Pick up threshold 5. Characteristics e. Measuring tolerance in current pick up value
XXVIII
f. Measuring tolerance in time delay
Additional functions a. Operational measured values for: 1. Current 2. Voltages 3. Power 4. Frequency 5. Effective range
XXIX
b. Tolerance a. associated software model & version b. operating system for above software
XXX
c. whether graphical viewing of disturbance records is possible by the above software
XXXI Details of accessories to be provided with each distance relay
GTP FORMAT FOR ELECTROMECHANICAL RELAYS
1 Name of the manufacturer 2 Manufacturer's type.
3
Relays which are to be replaced by the relay for which this GTP is being furnished.
4 Case Size 5 Mounting 6 Application 7 Burden 8 DMT 9 C.T.Secondary
10 O/C setting 11 E/F setting 12 contact configuration 13 Time Delay Timing 14 P.T.secondary(for CDD type) 15 MTA 16 Aux.voltage 17 Aux. Voltage on each pole 18 Nominal Voltage 19 Voltage setting 20 Aux.voltage 21 Contact H/R 22 Bias Current setting 23 Aux.Voltage 24 Highset unit 25 Highset over current setting 26 Highset E/F setting 27 Differential current setting 28 Bias setting 29 Nominal voltage 30 Any additional information.
Date ………………………. Signature
Place ……………………… Name &
Designation of Authorized
Signatatory.
Name of the tendering Co.
Schedule – B
(To be filed in and signed by the tender)
Schedule of general
1. Name of Bidder/Manufacturer
2. Address of Bidder/ Manufacturer
3. Telegraphic address of Bidder/ Manufacturer
4. Name & Designation of the officer of the Bidder/ Manufacturer to whom all reference shall be made for expeditious technical co-operation.
5. Place of Manufacturer
6. Service of facilities available.
7. Availability of spare parts
8. Bidder proposal no & Date
9. Offer is valid upto Give date upto which valid.
10 i) Earnest money deposited or not
ii) If deposited indicate amount & details
iii) If not, state DGS/D registration no. and tech Details of validity of registration.
iv) For S.S.I. Unit of Bihar state details of registration number of S.S.I. registration enclosed or not.
v) Whether Govt. of India or State Govt. Undertaking. If yes give details to authenticate the claim.
vi) Enclose Photostate copy of the letter of registration with DGS&D, S.S.I. for S.S.I. unit of Bihar with the bid
State Yes/No
Date up to which it is valid.
State Yes/No.
State Yes/No.
State Yes/No.
11. i) Security deposit as per specification has to be deposited.
ii) This deposit has to be kept with the Board for the entire guarantee period.
State willing to deposit/not willing
State willing to deposit/not willing
12. Whether delivery schedule indicated in the specification is acceptable.
State Yes/No.
13. Whether penalty for delay in delivery as indicated in the specification is acceptable
State Yes/No.
14. Whether latest copy of income tax clearance certificate and sales tax certificate enclosed with the bid or not
State Yes/No.
15. Whether terms of payment indicated in the specification in acceptable.
State Yes/No.
16. Whether guarantee clause indicated in the specification in acceptable.
State Yes/No.
17. Whether 5% bank guarantee as stipulated under performance guarantee clause will be submitted.
State Yes/No.
18. Whether Board’s terms of insurance as per specification is acceptable
State Yes/No.
19. Whether agreeable to enter into a contract in event of order
State Yes/No.
20. Are prices quoted in the price bid FIRM. only FIRM price shall be quoted
State Yes/No.
21. Whether unit F.O.R. destination prices have been quoted in the price bid.
State whether freight is included or extra to the price
quoted
22. Whether prices quoted are also applicable on reduced quantity or not? Rebate on account of quantity increase, if any applicable may be mentioned.
Indicate amount
23. Whether a statement showing deviations from general conditions enclosed.
State Yes/No.
24. Whether a statement showing deviations from technical specification enclosed.
State Yes/No.
25. Whether the bidder is agreeable to manufacture & supply the equipment in case deviations stipulated by him is not acceptable to Board
State Yes/No.
26. Whether excise duty is livable. If so, say extra or included in the price quoted.
27. Whether sales tax is chargeable. -do-
28. Whether certificate/certificates of past performance enclosed or not
State Yes/No.
29. Annual production units for past 5 years
30. Whether unit F.O.R. destination price of all individual items quoted in the price bid or not?
State Yes/No.
31 The freight prices shall include service charges, if applicable
State Yes/No.
Place :
Date : Signature :
Name :
Status :
Designating :
Name of the Tendering Company.
SCHEDULE OF PRICE “C1” GROUP(A) - NIT No………../PR/BSEB/10
PRICES FOR SUPPLY PRICES FOR ERECTION Sl. No.
Description Qty in set
Unit ex-Factory price (in Rs.)
Unit Freight Charges (In Rs.)
Unit Excise Duty leviable at present (In Rs.)
Unit Sales Tax leviable at present (In Rs.)
Unit Landed price including Taxes & Duties (In Rs.)
Total F.o.r destination price(landed) including Taxes & Duties (In Rs.)
Unit Price for Erection
(In Rs.)
Unit Service Tax @___%
(In Rs.)
Unit Price for Erection with service tax
(In Rs.)
Total Price for Erection with service tax
(In Rs.)
A-1 MasterTrip Relays type
d) VAJHM- 23orEquiv-alent
e) VAJHM- 33orEquiv-alent
f) VAJHM- 53orEquiv-alent
35 Nos
30
Nos.
10
Nos.
A-2 Auxiliary Relays with Flag
d) VAA-11 or eq e) VAA-12 or eq f) VAA-13 or eq
20No
20No
20No
PRICES FOR SUPPLY PRICES FOR ERECTION Sl. No.
Description Qty in set
Unit ex-Factory price (in Rs.)
Unit Freight Charges (In Rs.)
Unit Excise Duty leviable at present (In Rs.)
Unit Sales Tax leviable at present (In Rs.)
Unit Landed price including Taxes & Duties (In Rs.)
Total F.o.r destination price(landed) including Taxes & Duties (In Rs.)
Unit Price for Erection
(In Rs.)
Unit Service Tax @___%
(In Rs.)
Unit Price for Erection with service tax
(In Rs.)
Total Price for Erection with service tax
(In Rs.)
A-3 .Auxiliary Relays with Hand reset (Electro Mech.)
Type VAA-33 or eq
50
Nos.
Total Price for Group A
Total Price for Supply & Erection for Group A
GROUP(B) - NITNo…… /PR/BSEB/10
PRICES FOR SUPPLY PRICES FOR ERECTION Sl. No.
Description Qty in set
Unit ex-Factory price (in Rs.)
Unit Freight Charges (In Rs.)
Unit Excise Duty leviable at present (In Rs.)
Unit Sales Tax leviable at present (In Rs.)
Unit Landed price including Taxes & Duties (In Rs.)
Total F.o.r destination price(landed) including Taxes & Duties (In Rs.)
Unit Price for Erection
(In Rs.)
Unit Service Tax @___%
(In Rs.)
Unit Price for Erection with service tax
(In Rs.)
Total Price for Erection with service tax
(In Rs.)
B-1 Non Directional ElectroMechanical Type E/F or O/C Relays type CDG-11 or eq
100
Nos
B-2 Directional ElectroMechanical Type E/F or O/C Relays type CDD-21 or eq
15
Nos.
Total Price for Group B
Total Price for Supply & Erection for Group B
GROUP / PACKAGE (C) – NIT No…… /PR/BSEB/10
PRICES FOR SUPPLY PRICES FOR ERECTION Sl. No.
Description Qty in set
Unit ex-Factory price (in Rs.)
Unit Freight Charges (In Rs.)
Unit Excise Duty leviable at present (In Rs.)
Unit Sales Tax leviable at present (In Rs.)
Unit Landed price including Taxes & Duties (In Rs.)
Total F.o.r destination price(landed) including Taxes & Duties (In Rs.)
Unit Price for Erection
(In Rs.)
Unit Service Tax @___%
(In Rs.)
Unit Price for Erection with service tax
(In Rs.)
Total Price for Erection with service tax
(In Rs.)
C-1 D.C. Supervision Relays for 220 & 132KV C&R Panels
10
Nos.
C-2 a) Bucholz relays for power transformers
b) Surge Relays for power transformers
5
Nos.
5
Nos.
Total Price for Group C
Total Price for Supply & Erection for Group C
GROUP / PACKAGE (D) – NIT No…… /PR/BSEB/10
PRICES FOR SUPPLY PRICES FOR ERECTION Sl. No.
Description Qty in set
Unit ex-Factory price (in Rs.)
Unit Freight Charges (In Rs.)
Unit Excise Duty leviable at present (In Rs.)
Unit Sales Tax leviable at present (In Rs.)
Unit Landed price including Taxes & Duties (In Rs.)
Total F.o.r destination price(landed) including Taxes & Duties (In Rs.)
Unit Price for Erection
(In Rs.)
Unit Service Tax @___%
(In Rs.)
Unit Price for Erection with service tax
(In Rs.)
Total Price for Erection with service tax
(In Rs.)
D-1 TNC Switch type ODS or eq.
100
Nos
D-2 Selector Switch for carrier and protection transfer
25
Nos
Total Price for Group D
Total Price for Supply & Erection for Group D
GROUP(E) – NIT No…… /PR/BSEB/10
PRICES FOR SUPPLY PRICES FOR ERECTION Sl. No.
Description Qty in set
Unit ex-Factory price (in Rs.)
Unit Freight Charges (In Rs.)
Unit Excise Duty leviable at present (In Rs.)
Unit Sales Tax leviable at present (In Rs.)
Unit Landed price including Taxes & Duties (In Rs.)
Total F.o.r destination price(landed) including Taxes & Duties (In Rs.)
Unit Price for Erection
(In Rs.)
Unit Service Tax @___%
(In Rs.)
Unit Price for Erection with service tax
(In Rs.)
Total Price for Erection with service tax
(In Rs.)
E-1 Numerical type Non directional 3ph E/F and O/C relays
103
Nos.
E-2 Numerical type Directional 3ph E/F and O/C relays
50
Nos.
Total Price for Group D
Total Price for Supply & Erection Group D
GROUP(F) – NIT No…… /PR/BSEB/10
PRICES FOR SUPPLY PRICES FOR ERECTION Sl. No.
Description Qty in set
Unit ex-Factory price (in Rs.)
Unit Freight Charges (In Rs.)
Unit Excise Duty leviable at present (In Rs.)
Unit Sales Tax leviable at present (In Rs.)
Unit Landed price including Taxes & Duties (In Rs.)
Total F.o.r destination price(landed) including Taxes & Duties (In Rs.)
Unit Price for Erection
(In Rs.)
Unit Service Tax @___%
(In Rs.)
Unit Price for Erection with service tax
(In Rs.)
Total Price for Erection with service tax
(In Rs.)
F-1 Numerical type Differential Protection Relay complete scheme with tripping relays, Numerical type O/C relays (directional & non directional),auxilliary relay etc as well as wiring and front panels ready for retrofitting as per Bill of Materials (Minimum required bill of materials for the scheme has been furnished
separately)
*- For Sonenagar
a) For 220 KV
b) For 132 KV
5 Nos.
20 Nos. + 1* No.
PRICES FOR SUPPLY PRICES FOR ERECTION Sl. No.
Description Qty in set
Unit ex-Factory price (in Rs.)
Unit Freight Charges (In Rs.)
Unit Excise Duty leviable at present (In Rs.)
Unit Sales Tax leviable at present (In Rs.)
Unit Landed price including Taxes & Duties (In Rs.)
Total F.o.r destination price(landed) including Taxes & Duties (In Rs.)
Unit Price for Erection
(In Rs.)
Unit Service Tax @___%
(In Rs.)
Unit Price for Erection with service tax
(In Rs.)
Total Price for Erection with service tax
(In Rs.)
F-2 Numerical type Distance Protection Relay complete scheme with tripping relays, Numerical type O/C relays (directional & non directional),auxillia-ry relay etc as well as wiring and front panels ready for retrofitting as per Bill of Materials(Minimum required bill of materials for the scheme has been furnished separately)
* - For Sonenagar
** - For Chandauti
(a) For 220 KV line panel
(b) For 220 KV Bus Coupler
© For 132 KV
10 Nos.
2 Nos.
18+2*+1**
PRICES FOR SUPPLY PRICES FOR ERECTION Sl. No.
Description Qty in set
Unit ex-Factory price (in Rs.)
Unit Freight Charges (In Rs.)
Unit Excise Duty leviable at present (In Rs.)
Unit Sales Tax leviable at present (In Rs.)
Unit Landed price including Taxes & Duties (In Rs.)
Total F.o.r destination price(landed) including Taxes & Duties (In Rs.)
Unit Price for Erection
(In Rs.)
Unit Service Tax @___%
(In Rs.)
Unit Price for Erection with service tax
(In Rs.)
Total Price for Erection with service tax
(In Rs.)
F-3 Laptop Computer two Nos.(to be supplied free of cost AS PART OF ITEMS UNDER GROUP ‘F’) with authenticated Software and also with configurations as per requirement of the Board (IBM/DELL/Eq.
2
Nos
Make) with software for DOWNLOADING DATAS FROM RELAYS. (FREE OF COST)
Total Price for Group F
Total Price for Supply & Erection for Group F
GROUP(G) – NIT No…… /PR/BSEB/10
PRICES FOR SUPPLY PRICES FOR ERECTION Sl. No.
Description Qty in set
Unit ex-Factory price (in Rs.)
Unit Freight Charges (In Rs.)
Unit Excise Duty leviable at present (In Rs.)
Unit Sales Tax leviable at present (In Rs.)
Unit Landed price including Taxes & Duties (In Rs.)
Total F.o.r destination price(landed) including Taxes & Duties (In Rs.)
Unit Price for Erection
(In Rs.)
Unit Service Tax @___%
(In Rs.)
Unit Price for Erection with service tax
(In Rs.)
Total Price for Erection with service tax
(In Rs.)
G-1 Replacement of complete relays with protection scheme of Transformer C&R Panel at Traction G/S/Stn, Sone
2
Sets
nagar suitable for Single Phase traction transformer. The details of existing relays, has been furnished separately. (Minimum required bill of materials for the scheme has been furnished separately).
G-2 Replacement of relays of 25KV existing line panel by suitable distance protection relay complete with protection scheme for traction grid s/s at Sonenagar and Karamnasa
6sets
G-3 Provision of complete distance protection scheme of 5 Amp rating of C&RPanel of 132KVat Traction G/S/Stn, Sone
2sets
nagar. (1set for 132KV Rly Japla feeder-I and 1set for 132 KV Rly Sonenagar-Japla feeder-II)
G-4 Replacement of complete relays with protection scheme of C&R panel at Traction grid substation Karmnasha suitable for 132/25 KV, 20 MVA traction transformer
2sets
G-5 Replacement of Over current RI type, Earth fault relay type RBA-3 type TI -5Amp over load relays & type RRK-42, RRMJ-4 & RRK-21 of protection schemes in the C&R Panels at traction grid sub station, Karmnasha for 132/25 KV,
4sets
20MVA Power transformers.
Total Price for Group G
Note:
(1)The existing relays in Transformer C&R panels at Sone nagar are of ASEA Sweden make consisting of following relays(Refer G-1):
i)Blocking relay type RBA-5Amp
ii)Differential relay type RRMZ-3&4&RRK-21-5Amp
iii)Tripping relay type RRK-21-5Amp
iv) over current relay-5Amp
v) Stabilized earth current relay -5Amp type RBA-3
vi) Earth fault relay type RRK-21-103
vii) Overload relay type RVAA-45(25KV Side)
viii) The requirement at Sone Nagar is 1 set for 132/25 KV, 13,35MVA Rly transformer no.I & 1 set for 132/25 MVA Rly transformer no,II
(2) Refer sl no. G-2. The requirement is for replacement of 2 sets of Distance protection relay type RYZBD of C&RPanel of 25 KV Rly feeder breaker bay CB-11, 12 at Traction G/S/Stn, Sone nagar and 4 sets of Distance protection relay type RYZBD of C&RPanel of 25 KV Rly feeder breaker bays at Karmnasha. The existing relays are of ASEA Sweden make.
(3) Refer sl no. G-3. The requirement is for C&RPanel of 132/33KV,25 MVA transformer bay 4 at Traction G/S/Stn, Sone nagar.The existing relays are of English Electric, Great Britain make with the following details:
i) Biased diff relay type-DT-2-5Amp
ii)Tripping relay type VAJ 11BF16E
iii)O/C Relay type CDG -5A Model CDG11AF7A
iv) E/F Relay type CDG-5A Model CDG11AF6AB
(4) Refer to G-4. This includes replacement of Directional 5Amp relays type RRXJ-4 & RRK-21 at traction grid sub station, Karmnasha for 132/25 KV, 20MVA Power transformers.
Note:1.Prices for freight shall be inclusive of the service tax on freight.
2. Each group of tender shall be evaluated separately.
3. For evaluation of the position of the prices of bidder, the prices for supply and erection shall be taken together and
BILL OF MATERIAL FOR RETROFITTING OF DISTANCE PROTE CTION SCHEME A) FOR 132KV SYSTEM SL. NO. DESCRIPTION
QTY (In Nos.)
1 TRIP CIRCUIT SUPERVISION RELAY - TC-1- VAX 31 OR EQ. 1
2 NUMERICAL DISTANCE PROTN RELAY WITH SOFTWARE CD & RS 232 CABLE 1
3 TRIP CIRCUIT SUPERVISION RELAY - TC-2 – VAX 31 OR EQ. 1 4 DIR/NON DIR.NUMERICAL O/C & E/F RELAY 1 5 HIGH SPEED TRIPPING RELAY TYPE VAJHM33 OR EQ. 1 6 TEST BLOCK -DIST PROTN. 1 7 TEST BLOCK -DIST PROTN. 1 8 TEST BLOCK -BACKUP PROTN. 1 9 AUXILIARY RELAY – CARRIER- VAA11 OR EQ. 1
10 SELECTOR SWITCH 8 WAY LOCKABLE STAYPUT - CARRIER IN/OUT SELECTOR TYPE S08LF90SPPM103 OR EQ.
1
11 ODS SWITCH 24 WAY LOCKABLE STAYPUT – PROTECTION TRANSFER 1
12
COMPLETE FRONT PANEL, WIRING MATERIALS (FRLS) , TERMINAL STRIPS FUSES & REQUIRED PROTECTION SCHEME ETC. AS REQUIRED PER SCHEME
1 LOT
B) For 220KV System – Line CR Panels. SL. NO. DESCRIPTION
QTY (In Nos.)
1 TRIP CIRCUIT SUPERVISION RELAY - TC-1- VAX 31 OR EQ. 3
2 NUMERICAL DISTANCE PROTN RELAY WITH SOFTWARE CD & RS 232 CABLE 1
3 TRIP CIRCUIT SUPERVISION RELAY - TC-2 – VAX 31 OR EQ. 3
4
DIR/NON DIR.NUMERICAL O/C & E/F RELAY WITH IN BUILT LBB PROTECTION ( IF NOT INBUILT THE RELAY TO BE PROVIDED SEPARATELY )
1
5 HIGH SPEED TRIPPING RELAY TYPE VAJHM33 OR EQ. 1 6 TEST BLOCK -DIST PROTN. 1 7 TEST BLOCK -DIST PROTN. 1 8 TEST BLOCK -BACKUP PROTN. 1 9 AUXILIARY RELAY – CARRIER- VAA11 OR EQ. 1
10 SELECTOR SWITCH 8 WAY LOCKABLE STAYPUT - CARRIER IN/OUT SELECTOR TYPE S08LF90SPPM103 OR EQ.
1
11 ODS SWITCH 30 WAY LOCKABLE STAYPUT – PROTECTION TRANSFER 1
12 SELF RESET TYPE AUXILIARY RELAY – DISTANCE PROTECTI ON- VAA11 OR EQ. 1
13 COMPLETE FRONT PANEL, WIRING MATERIALS (FRLS), TERMINAL STRIPS FUSES & REQUIRED PROTECTION SCHEME ETC. AS
1 LOT
REQUIRED PER SCHEME For 220 KV Bus Coupler Panels additional Protection Transfer Switch shall be provded BILL OF MATERIAL FOR RETROFITTING OF TRANSFORMER DI FFERENTIAL PROTECTION SCHEME SL. NO. DESCRIPTION
QTY (In Nos.)
1 TRIP CIRCUIT SUPERVISION RELAY - TC-1- HV SIDE- VAX 31 OR EQ.
1 No. for 132 KV 3 No. for 220 KV
2 NUMERICAL TRANSFORMER DIFFERENTIAL PROTN RELAY WITH SOFTWARE CD & RS 232 CABLE 1
3 TRIP CIRCUIT SUPERVISION RELAY - TC-2 – HV SIDE-VAX 31 OR EQ.
1 No. for 132 KV 3 Nos. for 220 kv
4 TRIP CIRCUIT SUPERVISION RELAY - TC-3 – LV SIDE-VAX 31 OR EQ.
1
5 DIR/NON DIR.NUMERICAL O/C & E/F RELAY 1 6 NON DIR.NUMERICAL O/C & E/F RELAY 1 7 AUXILIARY RELAY - BUCHOLZ/OIL/WDG TEMP TRIP 1 8 AUXILIARY RELAY - PRV/OLTC SURGE TRIP
9 HIGH SPEED TRIPPING RELAY –HV SIDE TYPE VAJHM23 OR EQ.
1
HIGH SPEED TRIPPING RELAY –LV SIDE TYPE VAJHM13 OR EQ.
1
10 TEST BLOCK -DIFF PROTN. 1 11 TEST BLOCK -DIFF PROTN. 1 12 TEST BLOCK –HV O/C & E/F BACKUP PROTN. 1 13 TEST BLOCK –LV O/C & E/F BACKUP PROTN. 1
14 SELECTOR SWITCH 16 WAY LOCKABLE STAYPUT – HV SIDE PROTN. TRANSFER TYPE S16LT90SPPM107 OR EQ.
1
15 SELECTOR SWITCH 16 WAY LOCKABLE STAYPUT – LV SIDE PROTN. TRANSFER TYPE S16LT90SPPM107 OR EQ.
1
16
COMPLETE FRONT PANEL, WIRING MATERIALS (FRLS), TERMINAL STRIPS FUSES & REQUIRED PROTECTION SCHEME ETC. AS REQUIRED PER SCHEME
1 LOT
SCHEDULE “D”
SCHEDULE OF DEVIATIONS FOR SUPPLY AND DELIVERY TECHNICAL SPECIFIACTION
(TO BE FILLED IN AND SIGNED BY THE BIDDER)
We/I have carefully gone through the Technical specification and We/I have satisfied our-selves/my self and hereby confirm that our/my offer strictly conforms to the requirements of the Technical specifications except for the deviation which are given below. The amount by which the tendered price will increase or decrease has been indicated in the schedule ‘J’ of the specification.
Sl. No. Description (Clause/Page) Stipulations in specification
Deviation offered
Remarks
Place : Signature
Date : Name :
Status :
Whether authorized attorney of the tendering company.
Name of the Tendering Company.
SCHEDULE “E”
SCHEDULE OF DEVIATIONS FOR SUPPLY AND DELIVERY GENERAL CONDITIONS
(TO BE FILLED IN AND SIGNED BY THE BIDDER) We/I have carefully gone through the general conditions of contract and We/I have satisfied our-seleves/myself and hereby confirm that our/my offer strictly conforms to the requirements of the general conditions of contract except for the deviation which are given below. The amount by which the tendered price will increase or decrease has been indicated in the schedule ‘J’ of the specification.
Sl. No. Description (Clause/Page) Stipulations in specification
Deviation offered
Remarks
Place : Signature
Date : Name :
Status :
Whether authorized attorney of the tendering company.
Name of the Tendering Company.
SCHEDULE “F”
SCHEDULE OF ERECTION & MAINTENANCE TOOLS
(To be filled in and signed by the bidder)
The bidder shall furnish below a list of special tools, accessories and equipments required for installation testing and maintenance including their prices.
Sl. No.
Description Number recommended Unit Prices inclusive of all taxes & duties
Purpose of use
F.O.R
Works
F.O.R
Site
Total
Place : Signature :
Date : Name :
Status :
Designating :
Name of the Tendering Company.
SCHEDULE “G”
SCHEDULE OF SPARES.
(To be filled in and signed by the bidder)
The bidder shall furnish below a list of spare parts which the bidder recommends for five years operation other than those mentioned in specification.
Items No.
Description Number recommended
Unit Prices inclusive of all taxes & duties
Purpose of use
F.O.R
Works
F.O.R
Site
Total
Place : Signature :
Date : Name :
Status:
Designating:
Name of the Tendering Company.
SCHEDULE “H”
SCHEDULE OF DRAWINGS (To be filled in and signed by the bidder)
The bidder shall furnish below a list of drawings which shall be furnished by them
Sl. No.
Name of drawing When to be submitted (to be given in days) after issue of letter of intent.
Place : Signature :
Date : Name :
Status :
Designating :
Name of the Tendering Company.
SCHEDULE “I”
SCHEDULE OF PAST EXPERIENCE
(To be filled in and signed by the bidder)
Sl. No.
Name of Purchaser No. & Date of P.O
Qty. ordered Qty supplied Performance report enclosed or not.
Place : Signature :
Date : Name :
Status :
Designating :
Name of the Tendering Company.
SCHEDULE “J-1”
SCHEDULE OF DELIVERY PERIOD
(To be filled in and signed by the bidder)
Guaranteed delivery/completion period counted from the date of issue of Purchase Order/Work order.
Sl. No.
Name of equipments & works Commencement period in month
Total completion period in month
Place : Signature :
Date : Name :
Status :
Designating :
Name of the Tendering Company.
SCHEDULE “J-2”
SCHEDULE OF ERECTION TESTING AND COMMISSIOINING PERIOD
(To be filled in and signed by the bidder)
Guaranteed completion period counted from the date of issue of Purchase Order/Work order.
Sl. No.
Name of equipments & works Commencement period in month
Total completion period in month
Place : Signature :
Date : Name :
Status :
Designating :
Name of the Tendering Company.
SCHEDULE “K”
SCHEDULE OF REVISION OF PRICES (To be filled in and signed by the bidder)
Against each and every deviation from the specification’s conditions as enumerated in the Technical deviation schedule ‘D’ and Deviations in the General condition Schedule ‘E’ enclose, the Amount by which the tendered price will be increased or decreased be indicated clause by clause in this schedule. In case the amount is not mentioned in this schedule against any of the deviations mentioned in deviation sheet (Schedule ‘E’ & ‘D’) it will be taken for granted that the same does not involve any change in the tendered price.
Clause No. Deviation if any Amount by which the tendered Price will change
Increase Decrease
Place : Signature :
Date : Name :
Status :
Designating :
Name of the Tendering Company.
SCHEDULE “L”
SCHEDULE OF TYPE TESTS :-
(To be filled in and signed by the bidders)
Sl No.
Name of type test as per relevant ISS / IEC
Date of Testing Name of laboratory where tested.
Place …………………… Yours faithfully
Date……………………. Name
Signature
Full Address of Supplier.
CONTRACT FORM FOR AGREEMENT
This contract made this ………………….day of ……………………….of Two thousand
………………… between the Bihar State Electricity Board, constituted under Section 5
of the Electricity (Supply) Act. 1948 (herein after referred to as “The Board”) on the one
part and Sri ……………………………. In his own behalf and on behalf of other member
of the joint family / proprietor of the firm …………………………..S/O. Sri
…………………….. by religion ………………….P.O. ……………………P.S.
…………………………..District ………………………… in the State of
…………………….at present residing at village/Town ……………………………P.O.
P.S. ……………………… District
………………………….or……………………………………. Indian Partnership Act.
1932/Indian company Act. 1913/1956 bearing registration No. ………………..19 with
the Registrar of Firms/Registrar of Joint Stock Companies at …………………….in the
stat of ………………………and having its registered office at ………………… acting
through its …………………….namely Sri ……………………… S/O
………………………. Permanent resident of village/Town ………………………..P.O.
…………………………..P.S………………………… District
…………………….(hereinafter referred to as the “contractor/Supplier”, which
expression, shall unless excluded by or repugnant to the context including his/heirs, legal
representative, successors, executors, administrators and permitted assigns) on the other
part.
Whereas the Board agrees to award the complete work of
………………………………………………………………. and the supplier/ Contractor
has agreed to execute the said work in accordance with Bihar State Electricity Board’s
notice inviting Tender No. …………………. General conditions of tender and the bill of
quantity and Contractor/Supplier proposal No …………………………………………..
dated …………………………………….. and on the following terms and conditions.
i) The contractor/supplier agrees to execute the above work and deliver the
above said materials inconformity with the provisions of the general
conditions of NIT and other documents referred to above which forms a part
of this contract within ………………………….. months form execution of
this contract/from the date of work order.
ii) The Board hereby agrees to pay to the Contractor/Supplier on due
performance of the contract, price of Rs. ……………………… from the
Board’s fund in the manner and in accordance with the terms specified in the
NIT as also in the P.O./W.O. No. ……………………dated
…………………/to be issued.
iii) Other conditions, if any to be mentioned
In witness whereof the said Parties hereto have hereunto set and subscribed
their respective hand and seal the day and year first above written.
I signed by/or on behalf of the contractor/supplier ……………………………Authorized by the
Contractor/Supplier under deed of ………………………dated…………………………(Strike off
the workds not needed. Where the signature is made under authorized made by a deed resolution,
the consumer should furnish and attested copy of such deed/resolution).
Signature on behalf of the Board
Signature on the behalf of the
Supplier/Contractor
(Seal of the Contractor/Supplier)
1. Witness 1. Witness
2. Witness 2. Witness
APPENDIX –II
FOR “SECURITY DEPOSIT” / “PERFORMANCE GUARANTEE”/
CONTRACT GUARANTEE
FORM OF GUARANTEE BOND
(TO BE ISSUED BY NATIONALISED BANKS)
This deed of Guarantee is made this ……………………………………………………………
day of ……………………………between ………………………………………………………
(Name of the bank and its.
……………………………………………………………………………………………………..
Constitution which detailed address including its head office) (hereinafter called the Bank” which
expression shall, where the context so admits include its successor and permitted assign) of the
one part and the Bihar State Electricity Board being the Board constituted under Section-5 read
with Section-12 of the Electricity (Supply) Act., 1948 (Act No. LIV of 1948), having its head
office at J.L. Nehru Marg, Patna (herein after called “the Board:”) which expression shall, where
the context so admits include its successor and permitted assign ) of the other part.
1. Whereas ………………………….(name of the contractor or supplier if a Co.) being a
Company registered under the Indian Companies Act having its registered partnership firm)
…………………………….. bearing registration No……………… of the year ………………….
With the registrar of firms at ………………… and having its registered office at
…………………………… (Name of contractor or supplier if individual
…………………………... father’s name …………………………. .Resident
of…………………………………….. P.S. …..……………………... District
……………………. and having his principal place of business at [(hereinafter called “the said
contractor (s)/ the said supplier (s)] entered into an agreement no …………………….... dt.
….…………….. with the Board for Rs ………………… (hereinafter called “the said purchase
order “/” work order”)
2. Whereas, in accordance with clause ……………………………. of the said
agreement/the said purchase order, the Board has agreed to make payment to the said contractor
(S)/said supplier (S) of Rs. ………………………... being const of equipment/project to
………………………….. percent of value of contract under the said agreement/ the said
purchase order on presentation by the said contractors (s)/ the said supplier (S) of the Bank
Guarantee duly approved by the Board for Rs
…………………………………………………………………………………………
.(Rs……………………………………………………………………..) only being
……………………………………. Percent of the value of the contract.
AND WHERE AS in accordance with clause ……………………………….. of the
said agreement/ the said purchase order, the Bank has at the request of the said contractor (s)/ the
said supplier (s) agreed to give their guarantee and the Board has agree to accept the said Bank
Guarantee for the aforesaid sum.
NOW THESE PRESENT WITNESSETH AS FOLLOWS : In consideration of the
Board having agreed to make a payment to the said contractor of the Board having agreed to
make a payment to the said contractor (s)/ the said suppler (s) of Rs
………………………………………. As per terms and conditions mentioned in the said
agreement / the said purchase order on presentation of Bank guarantee for Rs
……………………… (Rupees …………………….) only we …………………….Bank do
hereby undertake to pay to the Board an amount not exceeding Rs ……………… against any
damage or non payment or ……………………………..suffered or would be caused to be
suffered by the ………………………….. reason of any breach by the said contractor
(s)/supplier(s) of the terms and conditions contained in the said agreement/the said purchase
order.
3. We ……………………….. Bank do hereby undertake to pay the amount due and
payable under guarantee without any demur, merely on a demand form the Board stating that
amount claimed is due to way of loss or damage caused to or would be caused to or suffered by
the Board stating by reason of any breach of the said contractor (s)/ the said supplier (s) of any of
the terms and condition contained in the said agreement/ the said purchase order or by reason of
the said contractor (s)/ the said supplier (s) failure to perform the said agreement/ the said
purchase/ work order. Any such demand on the bank shall be conclusive as regards the amount
due and payable by the Bank under this guarantee, However, our liability under this guarantee
shall be restricted to an amount exceeding Rs. ……………………………...
4. We ………………………… Bank further agree that the guarantee herein contained
remain in full force and effect during the period that would be taken for the performance of the
said agreement/the said purchase order/work order and that it shall continue to be enforceable till
all the dues of the Board under or by virtue so the said agreement / the said purchase/work order
has been fully paid and its claims satisfied or discharged or till the Board certifies that the terms
and conditions of the said agreement/the said purchase order/work order are fully and properly
carried out by the said contractor (s)/the said supplier (s) and accordingly discharges the
guarantee Unless a demand or claim under this guarantee is made on us in writing on or before
…………………………….. we shall be discharged from all liability under this guarantee
thereafter.
5. We ……………………………. Bank further agree with the Board that the Board shall
have the fullest liberty without our consent and without affecting in any manner our obligations
hereunder to vary any of the terms and conditions of the said agreement/ said purchase
order/work order or to extend time of performance by the said contractor (s)/ the said supplier (s)
form time to time or to postpone for any time or form time to time , any of the powers exercisable
by the Board against the said contractor (s)/ the said supplier (s) and to forbear on enforce any of
the terms and conditions relating to the said agreement/ the said purchase order/work order and
we shall not be relieved from our liability by reason of any such variation, or extension being
grated to the said contractor (s) the said supplier (s) or for any forbearance act of commission on
part of the Board or any indulgence by the Board to the said contractor (s) the said purchase
order/work order or by any such matter or thing whatsoever which under the law relating to
sureties would but for this provision have effect of so relieving us.
6. We……………………………… Bank lastly undertake not to revoke this guarantee
during its currency except with the previous consent of the Board in writing.
Date the ………………………day of ………………………200……..
for ………………………………Bank
FOR “PAYMENT”
FORM OF GUARANTEE BOND
(To be used by approved schedule banks)
THIS DEED OF GUARANTEE IS MADE THIS ……………………………………………….
day of ………………… 200……………………………………………………………………….
Between ……………………………………………………………………………………………
(Name of the bank and its.
………………………………………………………………………………………………………
Constitution with detailed address including its head office ) (hereinafter called the Bank which
expression shall, where the context so admits include its successor and permitted assign) on the
one part and the Bihar State Electricity Board being the Board constituted under Section-5 read
with Section-12 of the Electricity (Supply) Act., 1948 (Act. No. LIV of 1948) having its head
office at J.L. Nehru Marg, Patna – 800021 (hereinafter called “the Board”) Which expression
shall, where the context so admit include its successor and permitted assign) on the other part.
1. Whereas …………………………… (name of the contractor or supplier if a Co.) being a
Company registered under the Indian Companies Act having tits registered office at
…………………….. (name of the contractor’s) or suppliers (s), if a partnership firm)
……………………….. bearing registration No. ………………………………. of the year
………………………. With the registrar of firms at ……………….. and having its registered
office at………………………….. (Name of contractor or supplier if individual
………………………… father’s Name ………………………………….. resident of
………………………………… P.S. ……………………………………. District
…………………………. And having his principal place of business at [(hereinafter call “ the
said contractor/the said supplier (s)] entered into an agreement no …………………. dt
…………………. With the Board for Rs ……………………. (hereinafter called “the said
agreement”) has been placed an order No ……………………. dated ……………………. For the
supple and execution ……………………… to the Board (hereinafter called “the said purchase
order”).
2. Whereas, in accordance with clause ……………………… of the said agreement/the said
purchase order, the Board has agreed to make a payment to the said contractor (S) said supplier
(S) of Rs ……………………. Being cost equipment/project to ……………. Percent of value of
contract under the said agreement/ the said purchase order on presentation by the said contractors
9s)/the said supplier (s) of the Bank Guarantee duly approved by the Board for Rs.
……………………………………………………………(Rs. ………… ……………………….)
Only being ………………………………………………… percent of the value of the contract.
AND WHERE AS in accordance with clause ………………………………….. of the
said agreement/ the said purchase order, the Bank has at the request of the said contractor (s)/the
said suppler (s) agreed to give their guarantee and the Board has agreed to accept the said Bank
Guarantee for the aforesaid sum.
NOW THESE PRESENT WITNESSETH AS FOLLOES : In consideration of the Board
having agreed to make a payment to the said contractor (s) the said supplier (s) of Rs
…………………………………………………..as per terms and conditions mentioned in the
said agreement/ the said purchase order on presentation of Bank guarantee for Rs
……………………………… (Rupees ………………………) only we ………………………….
Bank Limited do here by undertake to pay to the Board and amount not exceeding Rs
……………………………. Against any damage or non payment or …………………………
suffered or would be cause to be suffered by the ………………… reason of any breach by the
said contractor (s)/supplier(s) of the terms and conditions contained in the said agreement/the said
purchase order.
3. We………………………….. Bank do hereby undertake to pay the amount due and
payable under this guarantee without any demur, merely on a demand from the Board stating that
amount claimed is due to way of loss or damage caused to or would be caused to or suffered by
the Board stating by reason of any breach of the said contractors(s)/ the said supplier (s) of any of
the terms and conditioned contained in the said agreement/ the said purchase order or by reason
of the said contractor (s)/ the said supplier (s) failure to perform the said agreement/ the said
purchases work order. Any such demand on the bank shall be conclusive as regards the amount
due and payable by the Bank under this guarantee. However our liability under this guarantee
shall be restricted to an amount not exceeding Rs
……………………………………………………………………………………………………….
4. We …………………………….. Bank further agree that the guarantee herein contained
remain in full force and effect during the period that would be taken for the performance of the
said agreement/the said purchase order/work order and that it shall continue to be enforceable till
all the dues of the Board under or by virtue of the said agreement/ the said purchase/ work order
has been fully paid and its claims satisfied or discharged or till the Board certifies that the terms
and conditions of the said agreement/the said purchase order/work order are fully and properly
carried out by the said contractor (s) the said supplier (s)/ and accordingly discharges the
guarantee Unless a demand or claim under this guarantee is made on us in writing on or before
…………………. We shall be discharged form all liability under this guarantee thereafter.
5. We………………………… Bank further agree with the Board that the Board shall have
the fullest liberty without our consent and without affecting in any manner our obligations
hereunder to vary any of the terms and conditions of the said agreement/ the said purchase
order/work order or to extend time of performance by the said contractor (s) / the said supplier (s)
from time to time or to postpone for any time or from time to time, any of the powers exercisable
by the Board against the said contractor (s)/ the said supplier (s) and to forbear on enforce any of
the terms and conditions relation to the said contractor (s)/ the said supplier (s) or for any
forbearance act of commission on the part of the Board or any indulgence by the Board to the said
contractor (s)/ the said purchase order/work order or by any such matter or thing whatsoever
which under the law relating to sureties would but for this provision have effect of so relieving us.
6. We ……………………………. Bank lastly undertake not to revoke this guarantee
during its currency except with the previous consent of the Boards in writing.
Date ……………………….day of
………………………….19
for ……………………………. Bank
INSURACNE PROFORMA
The Chief Manager (Movement)
Bihar State Electricity Board,
Bailey Road, Patna
Dear Sir,
As per terms of the following Purchase Order we have to advise you to please arrange insurance of the following consignment under the Board’s Open Marine Policy.
1. Purchase Order No. ………………………………………. Dated ………………………..
2. Full description of goods
……………………………………………………………………………………….……..
3. Invoice value (rounded to nearest repees)
…………………………………………………………………………. (in words) Rupees
……………………………………………………………………………………………….4. Name and Address of consignee
………………………………………………………………………………………………
………………………………………………………………………………………………5. Name and Address for consignor
……………………………………………………………………………………………….
………………………………………………………………………………………………6. Mode of transit ……………………………………………………….. Sea / Rail/ Truck.
7. O/C Note / R.R. No. …………………………………………………………….. dated …………………….
8. From Station ………………………………………………… to Station ………………………………….
9. Description of packing ……………………………………………………….
10. Endorsement on R/R by Railway or other carrier regarding condition of packing at the time of dispatch
……………………………………………………………………………………….
Place ………………………………. Your faithfully,
Date ……………………………….. Signature
Full Address of
Supplier
1. Copy to consignee with R/R or T.R.
2. Copy to Accounts officer with the Bill.
Clarification regarding retrofittings of Relays for Traction Grid Substations specified
under Group 'G' of the tender specification.
(1) The Relays / Protection schemes covered under group 'G' are required for
traction Grid Substation of BSEB. Hence the Relays / Protection schemes
offered against Group 'G' shall confirm to the requirement of the Traction
Grid Substation as also as per the recommendation of the RDSO specification
for Traction Grid Substation.
(2) All distance protection Relay & differential protection relay shall be
Numerical type with the feature required as per the specification.
(3) If required the tenderers for Group 'G' may be asked for a demonstration for
which the date should be decided mutually after opening of the Techno
Commercial part i.e. 'Part I' but before opening of the price part.