0% found this document useful (0 votes)
45 views

Spec OT57

This document is a tender specification from Tamil Nadu Generation and Distribution Corporation for the supply of 1 three-phase numerical secondary injection kit for use in the Valuthur Gas Turbine Power Station. It provides instructions for online bid submission through the Tamil Nadu e-procurement portal, including how to register, search for tenders, prepare bids, submit bids, and get assistance. Bidders must submit soft copies of their bids electronically by the specified deadline using a valid digital signature certificate. The specification also provides details of the tender such as the specification number, name of work, and quantity required.

Uploaded by

Abhishek Rajput
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
45 views

Spec OT57

This document is a tender specification from Tamil Nadu Generation and Distribution Corporation for the supply of 1 three-phase numerical secondary injection kit for use in the Valuthur Gas Turbine Power Station. It provides instructions for online bid submission through the Tamil Nadu e-procurement portal, including how to register, search for tenders, prepare bids, submit bids, and get assistance. Bidders must submit soft copies of their bids electronically by the specified deadline using a valid digital signature certificate. The specification also provides details of the tender such as the specification number, name of work, and quantity required.

Uploaded by

Abhishek Rajput
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 54

TAMILNADU GENERATION AND DISTRIBUTION

CORPORATION LTD.

SPECIFICATION FOR

Supply of 1 no. 3 Phase Numerical secondary injection kit


for use in Valuthur Gas Turbine Power Station/Phase -I

(Open Tender Two Part )

(E-TENDER)

(Through NIC)

SPECIFICATION: SE/GTS/OT-57 /2022-23

OFFICE OF THE CHIEF ENGINEER


MECHANICAL THERMAL STATIONS & GAS TURBINE SCHEMES
144, ANNA SALAI
CHENNAI-600 002
TAMIL NADU.

Service Provider: NIC Limited,


Website for online bid submission
https://tntenders.gov.in/nicgep/app

1
INSTRUCTION TO BIDDERS FOR SUBMISSION OF
ONLINE BIDS IN E-TENDER

Instructions for Online Bid Submission

The bidders are required to submit soft copies of their bids electronically on the
https://tntenders.gov.in/nicgep/app , using valid Digital Signature Certificates. The
instructions given below are meant to assist the bidders in registering on the portal,
prepare their bids in accordance with the requirements and submitting their bids online.

More information useful for submitting online bids on the portal may be obtained at
https://tntenders.gov.in/nicgep/app.
REGISTRATION

1) Bidders are requested to enroll on the e-procurement module of the


Tamil Nadu Tenders procurement portal https://tntenders.gov.in/nicgep/app
by clicking on the link “on line bidder Enrollment” which is free of charge.
2) As part of the enrolment process, the bidders will be required to choose a
unique username and assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers
as part of the registration process .These would be used for any communication
from the portal.
4) Upon enrolment, the bidders will be required to register their valid Digital
Signature Certificate (Class II or Class III certificates with signing key usage)
issued by any Certifying Authority recognized by CCA India
(e.g.Sify/nCode/eMudhra etc),with their profile.
5) Only one valid DSC should be registered by a bidder. Please note that the
bidders are responsible to ensure that they do not lend their DSC ‘s to others
which may lead to misuse.
6) Bidder then log in to the site through the secured log-in by entering their user
ID/password and the password of the DSC/e-Token

SEARCHING FOR TENDER DOCUMENTS

1) There are various search operations built in the https://tntenders.gov.in/


nicgep/app to facilitate bidders to search active tenders by several parameters.
These parameters could include Tender ID, Organisation Name, Location, Date,
Value,etc. There is also an option of advanced search for tenders, wherein the
bidders may combine a number of search parameters such as Organization Name,
Form of Contract, Location, Date, Other key words etc to search for a tender
published on the CPP portal.

2) Once the bidders have selected the tenders they are interested in, they may
download the required documents/tender schedules. These tenders can be moved
to the respective ‘My Tenders’ folder. This would enable to intimate the bidders

2
through SMS/e-mail in case there is any corrigendum issued to the tender
documents.
3) The bidder should make a note of the unique Tender ID assigned to each other in
case they want to obtain any clarification/help from the Helpdesk.

PREPARATION OF BIDS:
1) Bidder should take in to account any corrigendum published on the tender
document before submitting their bids.
2) Please go through the tender advertisement and the tender document carefully
to understand the documents required to be submitted as part of the bid.
Please note the number of covers in which bids documents have to be
submitted, the number of documents – including the names and content of each
of the document that need to be submitted. Any deviations from these may lead
to rejection of the bid.
3) Bidder, in advance, should get ready the bid documents to be submitted as
indicated in the tender document /schedule and generally they can be in
PDF/XLS/RAR/DWF/JPG formats. Bid documents may be scanned with 100 dpi
with black and white option which helps in reducing size of the scanned
document.
4) To avoid the time and effort required in uploading the same set of standard
documents which are required to be submitted as part of every bid, a provision
of uploading such standard documents (e.g PAN card copy, annual reports,
auditor certificates etc) has been provided to the bidders .Bidders can use “My
Space” or “Other Important Documents” area available to them to upload such
documents. These documents may be directly submitted from the “My Space”
area while submitting a bid, and need not be uploaded again and again. This
will lead to a reduction in the time required for bid submission process.

SUBMISSION OF BIDS:
1) Bidder should log in to the site well in advance for bid submission so that they
can upload the bid in time i.e on or before the bid submission time. Bidder will
be responsible for any delay due to other issues.
2) The Bidder has to digitally sign and upload the required bid documents one by
one as indicated in the tender document.
3) Bidder has to select the payment option as “offline” to pay the tender fee/EMD
as applicable and enter details of the instrument.
4) Bidder should prepare the EMD as per the instructions specified in the tender
document.
5) Bidder is requested to note that they should necessarily submit their financial bids
in the format provided and no other format is acceptable. If the price bid as a
standard BOQ format with the tender document, then the same is to be download
and to be filled by all the bidders.

3
Bidders are required to download the BOQ file, open it and complete the white
coloured (unprotected ) cells with their respective financial quotes and other
details (such as name of the bidder).No other cells should be changed. Once the
details have been completed, the bidder should save it and submit it online,
without changing filename. If the BOQ file is found to be modified by the bidder,
the bid will be rejected.
6) The server time (which is displayed on the bidder’s dashboard) will be
considered as a standard time for referencing the deadline for submission of the
bids by the bidders, opening of bids etc.,. The bidder should follow this during
bid submission.
7) All the documents being submitted by the bidders would be encrypted using PKI
encryption techniques to ensure the secrecy of the data. The data entered
cannot be viewed by unauthorized persons until the time of bid opening. The
confidentiality of the bids is maintained using the secured Socket Layer 128 bit
encryption technology. Data storage encryption of sensitive fields is done. Any
bid document that is uploaded to the server is subjected to symmetric key.
Further this key is subjected to asymmetric encryption using buyers/bid openers
public keys. Overall, the uploaded tender documents become readable only after
the tender opening by the authorized bid openers.
8) The uploaded tender documents become readable only after the tender Opening
by the authorized bid openers.
9) Upon the successful and timely submission of bids (ie after Clicking “ Freeze Bid
Submission” in the portal ),the portal will give a successful bid submission
message & a bid summary will be displayed with the bid no. and the date & time
of submission of the bid with all other relevant details.
10) The bid summary has to be printed and kept as an acknowledgement of the
submission of the bid. This acknowledgement may be used as an entry pass for
any bid opening meetings.

ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions
contained therein should be addressed to the Tender Inviting Authority for a
Tender or the relevant contact person indicated in the tender.
2) Any queries relating to the process of online bid submission or queries relating to
https://tntenders.gov.in/nicgep/app in general may be directed to the 24X7
Helpdesk of the portal.

SYSTEM REQUIREMENT:
i) Operating System - Windows XP-SP3 & above
ii) Firefox/Internet browser - IE7 and above
iii) Signing type digital signature
iv) JRE 7 update 79 (Preferred file- Windows X-86 Offline) and above to be
Downloaded and installed in the system
To enable ALL active X controls and disable ‘use pop up blocker’ under Tools →
Internet Options → custom level.

*****
4
.

TAMIL NADU GENERATION AND DISTRIBUTION CORPORATION LTD.


Foreword
1) Tender Specification No. SE/GTS/OT- 57/2022-23
2) Name of the work E-tender for Supply of 1 no. 3 Phase Numerical
secondary injection kit for use in Valuthur Gas
Turbine Power Station / Phase –I, under Two
Part Open Tender System.
3) Quantity One number 3 Phase Numerical secondary
injection kit as specified in the technical
specification
4)Method of Tender e-Tender System (Online Techno-
Commercial Bid and Price Bid)
Through: https://tntenders.gov.in/nicgep/app
5) Earnest Money Deposit (EMD) Rs. 41,000/- (Rupees Forty One Thousand only)
to TANGEDCO’s Account
Account No. 0911201003004
Name of Bank : CANARA BANK,
800, Electricity Avenue,
Anna Salai ,Chennai -2.
IFSC Code : CNRB0000911
6) URL for online bid submission for https://tntenders.gov.in/nicgep/app
e-tender
7) Last date for submission of EMD 24.11.2022 @ 12.00 PM
(The EMD amount has to be received in
TNEB/TANGEDCO account through
e payment, by 2 hours before closing time of
tender)
8) Date of closing of online e-tender 24.11.2022 @ 02:00 PM
for submission of Techno
Commercial Bid & Price Bid.
9)Date & time of opening of tender 25.11.2022 @ 02:30 PM
Electronically
10) Specification at website The tender specification will be placed at
TANGEDCO web site (www.tangedco.gov.in) and
TN Govt. Website (www.tenders.tn.gov.in) The
prospective bidders may download the same.
11) Documents to be uploaded by the Schedules and Annexures and other documents
Tenderers during e-submission whichever is applicable
12) Clarification to be sought for from Chief Engineer/MTS & Gas Turbine Schemes, 144,
Anna Salai,Chennai-600002,Tamil Nadu.
13) Place at which tenders will be Office of the Superintending Engineer/GTS
opened 3rd Floor/ Eastern Wing, NPKRR Maaligai,
144 Anna Salai, Chennai – 600 002.

5
SPECIFICATION NO. OT- 57 /2022-23
(E-tender)
DESCRIPTION

SECTION-I : Earnest Money Deposit

SECTION-II : Bid Qualifying Requirements.

SECTION-III : Rejection of Tender.

SECTION-IV : Instructions to Tenderer

SECTION-V : Commercial

SECTION-VI : Technical

SECTION-VII : Formats

SCHEDULE-A : Price Schedule

SCHEDULE-B : Deviation from Technical Specification.

SCHEDULE-C : Deviation from Commercial Specification

SCHEDULE-D : Statement of previous P.Os

SCHEDULE-E : Declaration Form.

SCHEDULE-F : Type test Particulars

ANNEXURE- I : Undertaking towards Jurisdiction of legal Proceedings

ANNEXURE-II : CHECK LIST FOR BID QUALIFICATION

ANNEXURE-III : CHECKLIST FOR COMMERCIAL TERMS.

ANNEXURE-IV : CHECKLIST FOR TECHNICAL TERMS.

ANNEXURE -V : FORMAT FOR DECLARATION OF INPUT TAX CREDIT

ANNEXURE -VI : DECLARATION PURSUANT TO SECTION 206AB

ANNEXURE -VII BANK GUARANTEE FOR EMD

Annexure - VIII Undertaking in Lieu of EMD


SECTION - I
EARNEST MONEY DEPOSIT

1) Tenderer should pay the specified amount towards Earnest Money Deposit as
follows:
Earnest Money Deposit : Rs. 41,000/- (Rupees Forty One Thousand
only)

2) a) The Earnest Money Deposit specified above should be in the form of


NEFT/RTGS as mentioned above in 5 of Foreword for the above amount.
Scanned copy of the E-receipt duly reflecting the UTR Number shall be
uploaded . The EMD amount has to be received in TNEB/TANGEDCO account
through e-payment,2 hours before closing time of tender. EMD
amount received beyond tender closing time will be summarily
rejected.

b) EMD in the form of irrevocable Bank Guarantee is also acceptable. The


irrevocable Bank Guarantee shall be valid for One year. The hard copy i.e. the
Original irrevocable Bank Guarantee as uploaded in the E-tender shall be
submitted to the O/o Chief Engineer/Gas Turbine Schemes before tender
opening. The Bank Guarantee format shall be as per Annexure-VII.

3) The Tenderers who are having valid Permanent EMD with TANGEDCO for an
amount of Rs.20 Lakhs and above held on or after 03.12.2021 are only
exempted from payment of Earnest Money Deposit and are eligible to
participate in the tender.
Firms who have PEMD less than specified above are not eligible to participate
on the basis of the PEMD deposited by them even for lesser quantity and
value.
If the Tenderer desires to become a Permanent E.M.D. holder, he is advised to
deposit the required amount with the TANGEDCO as Permanent E.M.D. well in
advance, obtain a certificate from the CFC/General and enclose copy of the
same along with the tender offer as mentioned in Clause-2 above.
4) The EMD will not carry any interest.
5) The Earnest Money Deposit will be refunded to the unsuccessful tenderers on
application to the Superintending Engineer/ Gas Turbine Schemes, after intimation of
the rejection/ non-acceptance of their tender is sent to them.
6) Any other mode of payment of EMD other than NEFT/RTGS shall not
be accepted towards EMD and the tenders shall be rejected if EMD is not
paid in the prescribed manner. EMD may also be paid by Account Transfer.
7) (i) Micro and Small Scale Enterprises located within the State of Tamil Nadu
are exempted from payment of Earnest Money Deposit against the production
of a copy of ‘Udyam Registration Certificate’ or any other valid registration
certificate/proof as notified by the Government of India in respect of items
manufactured by them for participation in the tender. Whenever it is deemed
necessary, the tender inviting authority may inspect the unit with regard to
verifying the credentials of the bidder on the line of activity pursued by such
manufacturers, quality and production capacity and other relevant factors.

7
7) (ii) The bidders who are exempted from payment of EMD either as SSI or against
PEMD shall furnish, in lieu of EMD, an undertaking enclosed as
Annexure- VIII and submit the same in original, before tender opening.
8) SSI Units located outside Tamil Nadu are not eligible for exemption from payment of
EMD against Udyam Registration Certificate even though registered in Udyam Portal for
tendered items.
9) Others viz. Central and other State Government Departments/ Undertakings and
Corporations other than those in Tamil Nadu shall have to pay Earnest Money Deposit
and Security Deposit.
10) The tenderers shall upload the audited attested copy of Profit and Loss account, Balance
Sheet along with the proof for exemption from payment of EMD.
In case the investment held by the tenderer in Plant and Machinery as per their
financial statement of Accounts exceeds Rs.5 Crores, the General Manager, District
Industries Centre concerned will be requested to verify the SSI status of the firm. Till
receipt of confirmation from General Manager/District Industries Centre concerned, the
exemption from paying EMD for SSI Units will not be extended.

11) The following should be uploaded by the Vendor during submission of


Techno-commercial bid for payment of EMD failing which the offer will be
SUMMARILY REJECTED .

i) The e-receipt of payment of EMD through NEFT/RTGS.


ii) The proof of Permanent EMD Holder.
iii) The documents in support of investment held in plant and machinery.

12) The Earnest Money Deposit/ Permanent EMD made by Tenderer will be forfeited
if:
(a) he withdraws his tender or backs out after acceptance.
(b) he withdraws his tender before the expiry of validity period stipulated in the
Specification or fails to remit the Security Deposit.
(c) he violates any of the provisions of these regulations contained herein.
(d) he revises any of the terms quoted during the validity period.
(e) in the event of documents furnished with the offer being found to be bogus
or the documents contain false particulars, the EMD paid by the tenderers will
be forfeited in addition to blacklisting them for future tenders/contracts in
TANGEDCO.

************************

8
SECTION – II

BID QUALIFICATION REQUIREMENTS (BQR)

The Bidders shall become eligible to bid on satisfying the following Bid
Qualification Requirements and on uploading the required documentary
evidences along with tender.

1. The bidder should be a manufacturer or an authorised dealer of a manufacturer of


3 Phase Numerical secondary injection kit. If the bidder is a manufacturer of the 3
Phase Numerical secondary injection kit, the bidder should furnish necessary
documents such as License to manufacture, Permanent Registration certificate
issued by the Department of Industries and Commerce, ISO Certificate etc., to
prove that they are the manufacturers of 3 Phase Numerical secondary injection
kit.
If the bidder is an authorized dealer of a manufacturer of 3 Phase Numerical
secondary injection kit, the bidder should furnish a letter from the original
manufacturer mentioning this tender reference, to the effect that the bidder is their
authorized dealer. The bidder should also furnish an undertaking obtained from the
original manufacturer that full back-up service facilities shall be offered by the
manufacturer for the 3 Phase Numerical secondary injection kit to be supplied by
the authorised dealer. The bidder should also submit necessary evidences, obtained
from the Original Manufacturer, such as License to manufacture, Permanent
Registration certificate issued by the Department of Industries and Commerce, ISO
Certificate etc., to prove the credentials of the original manufacturer of 3 Phase
Numerical secondary injection kit.
2. The bidder must have supplied 3 Phase Numerical secondary injection kit to
Central / State/Private sector (or) TNEB (or) PSU of Govt. of India or State (or)
Government organization (or) Government undertakings in India during the last ten
years as on the date of tender opening and shall furnish a list of orders issued by
such organisations.
Necessary documentary evidence in proof of having executed the orders by the
above organization in the form of P.O. / Work order from the above P.O list
quoted shall be furnished. The performance certificate from one or more end users

9
corresponding to order issued by them for having served satisfactorily for a period
of at least one year as on the date of tender opening should also be furnished.
If any supply has been made to TANGEDCO/TANTRANSCO then the bidder shall
furnish copy of such purchase order and necessary performance certificate will be
obtained internally by the Tender inviting authority.
If the bidder is a dealer, he should also furnish all the above listed documents
either issued to him or to the manufacturer.
3. The Annual Turnover of the bidder should be more than Rs. 10,30,000/- (Rupees
Ten lakh and Thirty Eight Thousand only) in any one of the 3 financial years
viz; 2018-19, 2019-20 and 2020-21. The bidder shall furnish either the Annual Turn
Over Certificate for above 3 years certified by Chartered Accountant or Annual
statement of Accounts (i.e.) Profit & Loss Accounts or Balance Sheet for the above
3 years certified by Chartered Accountant in support of Annual Turn Over.
 Bidders should enclose documentary evidence in support of all the Bid
Qualification Requirements along with their offer.
 The Bidders not satisfying any of the above “Bid Qualification
Requirements” will be summarily rejected.

*********

10
SECTION - III

REJECTION OF TENDERS

I. Tender will be SUMMARILY rejected if

(a) The EMD requirements are not complied with as specified in Section I.
(b) Bid Qualification Requirements as specified in Section II are not complied
with.
(c) If the documents furnished with the offer is found to be bogus or the
documents contains any false particulars.

II. Tender is LIABLE to be rejected, if it is:

(a) With validity period less than that stipulated in this specification.
(b) Not in conformity with TANGEDCO’s Commercial terms and Technical
Specifications (Section – V, VI & VII ).
(c) Not properly signed by the tenderer.
(d) Received from a tenderer who is directly or indirectly connected with
Government Service or TANGEDCO & TANTRANSCO Service or
Service of local authority.
(e) From any black listed Firm or Contractor.
(f) Received by Telex/Telegram / E-Mail /fax.
(g) From a tenderer whose past performance/Vendor rating is not
satisfactory.
(h) Not containing all required particulars as per Schedule - A to F
and Annexures I to VII.
(i) Received after the expiry of the due date and time.
(j) Offer submitted without GSTIN is liable for rejection.

***************

11
SECTION - IV

INSTRUCTION TO TENDERERS

1.0 The tenders are in Two Part System (a) Technical Bid with Commercial
terms but without Price Bid and (b) Price Bid in accordance with Commercial
terms. All the tenders shall be prepared and uploaded strictly in accordance
with the instructions set forth herein.

Tamil Nadu Transparency in Tenders Act 1998 and the Tamil Nadu
Transparency inTender Rules 2000 and subsequent amendments thereof
are applicable to this Tender.

THE TENDERERS WHO DO NOT FULFIL THE "BID QUALIFICATION


REQUIREMENT " AS PER SECTION-II NEED NOT PARTICIPATE IN THE TENDER.
OFFERS NOT SATISFYING THIS "BID QUALIFICATION REQUIREMENTS" WILL
NOT BE CONSIDERED AND WILL BE SUMMARILY REJECTED.

All the documents submitted by the tenderer shall be serially


numbered.

2.0. SCOPE OF SUPPLY:


Supply of 1 no. 3 Phase Numerical secondary injection kit for use in Valuthur
Gas Turbine Power Station / Phase -I

3.0 SUBMISSION OF TENDER OFFER:


The tenderer is expected to examine all instructions, Schedules and
Annexures detailed in the Specification and upload the Schedule of Prices and other
required particulars in the Schedules and Annexures called for in this Specification,
only as per the formats prescribed herein.

4.0 SUBMISSION OF TENDERS:


4.1.1 The Tender Offer consisting of Schedules-A to F, and Annexures I to VII
should be filled up and signed by the Tenderer or any person holding Power
of Attorney authorizing him to sign on behalf of the Tenderer before
submission of the Tender. The date of signature should invariably be
indicated.

4.1.2 In the event of tender being submitted by other than a firm, it must be
signed by a partner (copy of partnership deed should be enclosed) and in
the event of the absence of any Partner, it shall be signed on his behalf by a
person holding a Power of Attorney authorising him to do so, certified copies
of which shall be enclosed.

12
4.1.3 Tender submitted on behalf of companies registered under the Indian
Companies Act, shall be signed by person duly authorised to submit the
tender on behalf of the company and shall be accompanied by certified true
copies of the resolutions, extracts of the Articles of Association, special or
general Power of Attorney etc., to show clearly the title, authority and
designation of persons signing the tender on behalf of the company.
5.0 Modifications/Clarifications to Tender Documents:
5.1.1 At any time after the issue of the tender documents and before the opening
of the tender, TANGEDCO may make any changes, modifications or
amendments to the tender documents and the same will be intimated to the
concerned vendors through corrigendum which can be down loaded from the
vendor login..
5.1.2 In case any tenderer asks for a clarification to the tender documents before
48 hours of opening of tenders, the CE/MTS&GTS/TANGEDCO/Chennai-2 will
clarify the same.
5.1.3 If any tenderer raises clarifications after the opening of the tender, the
clarified reply issued by the Chief Engineer/MTS & Gas Turbine Schemes,
TANGEDCO, Chennai-600 002 on the clarifications will be final and binding
on the Tenderer.
5.1.4 All tender offers shall be prepared by typing or printing in the formats
enclosed with this specification.
5.1.5 All information in the tender offer shall be in ENGLISH only. It shall not
contain interlineations, erasures or overwritings except as necessary to
correct errors made by the tenderer.
5.1.6 Any and all the excemption, which the bidder may take to any of the clauses
with specification shall be clearly outlined in the schedule of deviations
enclosed in the Schedules B&C, failing which the offer will be deemed to
conform fully to the Technical specification and general terms and conditions.

6.0 ALTERNATIVE TENDERS:


Bid should be submitted as per indent of the tender Documents, as alternative
offers are liable to be rejected.

7.0 QUOTATION OF RATES:


Rates should be quoted figures i.e., integers only.
Offers giving lumpsum price, without giving their breakup as per details
required in the attached Price Schedule-A shall be liable for rejection.

8.0 PRINTED TERMS AND CONDITIONS IN TENDERS:


Supplier's printed terms and conditions will not be considered as forming
part of the tender under any circumstances.

9.0. INCOMPLETE TENDERS:


Tender, which is incomplete, obscure or irregular is liable for rejection.

13
10.0 AMBIGUITIES IN CONDITIONS OF TENDERS:
In the case of ambiguous or contradictory terms / conditions mentioned in
the bid, interpretation as may be advantageous to the purchaser may be taken
without any reference to the Tenderer.

11.0 DISQUALIFICATION OF TENDERS:


The tender offer shall contain full information asked for in the accompanying
schedules and elsewhere in the specification.
Tenderers shall bear all costs associated with the preparation of e-tender and
the purchaser will in no case be responsible or liable for these costs.
No offer shall be withdrawn by the Tenderer in the interval between the
deadline for submission and the expiry of the period of validity specified / extended
validity of the tender offer.
The Tenderers are requested to furnish the exact location of the factories
with detailed postal address and pin code, telephone and Fax Nos. etc in their
tenders so as to arrange inspection by the TANGEDCO, if considered necessary.

12.0 TENDER OPENING:


12.1 OPENING OF COMMERCIAL & TECHNICAL BIDS WITHOUT
PRICE (PART-I):
The Tender offers except price Bid will be opened electronically at 14.30 Hrs.
on the date notified at the Office of the Superintending Engineer/Gas Turbine
Schemes 3rd Floor, Eastern Wing, NPKRR Maaligai,144, AnnaSalai, Chennai-600002,
through https:// tntenders.gov.in / nicgep /app in the presence of tenderer’s
authorized representative who may wish to be present on the date of opening.
12.2 OPENING OF THE PRICE BIDS: (PART - II)
The date and time of opening of Price Bids shall be later notified through
registered e-mail to the Bidders who fulfill the BQR criteria and whose bids are found
to be commercially and technically acceptable.
13.0 INFORMATION REQUIRED AND CLARIFICATIONS:
In the process of examination, evaluation and comparison of tender offers,
TANGEDCO may, at its discretion, ask the Tenderer for a clarification of his offers. All
responses to requests for clarifications shall be in writing to the point only. No
change in the price or substance of the offer shall be permitted.
TANGEDCO will examine the tender offers to determine whether they are
complete, whether any computational errors have been made, whether required
sureties have been furnished, whether the documents have been properly signed
and whether the offers are generally in order.
The Tender offers shall be deemed to be under consideration immediately
after they are opened and until such time of official intimation of award / rejection
is made by the Tender Accepting Authority to the tenderers. The Tenderers shall
not make attempts to establish unsolicited and unauthorized contact with the
Tender Inviting Authority, Tender Accepting Authority or Tender Scrutiny
Committee after the opening of the tender and prior to the notification of the
award and any attempt by any tenderers to bring to bear extraneous pressures on
the Tender Accepting Authority shall be sufficient reason to disqualify the tenderer.
After acceptance of the tender by the Tender Accepting Authority, the
details will be arranged to be published in the Tender Bulletin of Tamil Nadu
Government.

14
Mere submission of any Tender offer connected with these documents
and Specification shall not constitute any agreement. The tenderer shall have
no cause of action or claim, against TANGEDCO for rejection of his offer.
TANGEDCO shall always be at liberty to reject or accept any offer or offers at
its sole discretion and any such action will not be called into question and the
Tenderer shall have no claim in that regard against the TANGEDCO.

14.0 EVALUATION AND COMPARISON OF THE TENDER OFFERS:

14.1 The tenders will be evaluated strictly as per the Tamil Nadu Transparency in
Tenders Act, 1998 and the Tamil Nadu Transparency in Tender Rules, 2000
and the amendments thereof.
14.2 The tender offers received will be examined to determine whether they are in
complete shape, all required Data have been furnished, properly signed and
generally in order and conforms to all the terms and conditions of the
Specification without any deviation.
14.3 For the purpose of evaluation of tender offers, the following factors will be
taken into account for arriving the evaluated price:

(a) The quoted price will be corrected for arithmetical errors.


(b) Since GST is enacted wherein all taxes & duties are subsumed, price
evaluation shall be inclusive of applicable GST in all cases, i.e. even if the
bidders are only within the State or bidders are within the State and outside
Tamilnadu.
(c) The offers will be evaluated without extending price preference to domestic
SSI units and Public Sector Undertaking of the Government.
(d) The evaluation shall include material cost, erection, applicable GST as per
norms, freight & insurance, packing & forwarding etc, The rate of
CGST,SGST&IGST applicable in percentage shall be indicated in the offer
alongwith HSN code and SAC code.
14.4 The rates quoted by the eligible lowest tenderer in the open tender shall be
compared with the prevailing market rate and the previous rates and if the
Tender Accepting Authority is of the view that the quoted rates are too high
the rates will be negotiated and the rate will be determined. All eligible bidder
who accept the rate shall be enlisted.

15.0 PURCHASE PREFERENCE:


Purchase preference may be extended to the Domestic enterprises,
Government departments, Public Sector Undertakings, Statutory Boards and
other similar institutions as per the provisions in 30-A & 30-B of Tamil Nadu
Transparency in Tender Rules 2000.

PURCHASE PREFERENCE TO DOMESTIC ENTERPRISES:


Up to twenty five percent of the total requirement in the procurement may
be awarded to domestic enterprise, not being the lowest tender, in respect of
only goods manufactured or produced or services provided or rendered by
them, if the following conditions are satisfied-

15
(a) the lowest tenderer is not a domestic enterprise;
(b) the preferential award shall be extended only to the lowest tender among
the domestic enterprises who are substantially responsive and technically
qualified; and
(c) Such domestic enterprise is willing to match the price of the lowest
tender.

PURCHASE PREFERENCE TO GOVERNMENT DEPARTMENTS, PUBLIC


SECTOR UNDERTAKINGS, STATUTORY BOARDS AND OTHER SIMILAR
INSTITUTIONS:
Up to forty percent of the total requirement in the procurement may be
awarded to Government departments, Public Sector Undertakings, Statutory
Boards and other similar institutions as may be notified by the Government, in
respect of only of goods manufactured or produced or services provided or
rendered by them, if such tenderer is willing to match the price of the lowest
tender.”

16.0 VALIDITY:
16.1 The tender offer shall be kept valid for acceptance for period of 90 days
from the date of opening of offers. The offers with lower validity period are
liable for rejection.
16.2 Further, the tenderer shall agree to extend the validity of the Bids without
altering the substance and prices of their Bid for further periods, if any,
required by the TANGEDCO.
17.0 RIGHTS OF THE BOARD:
Not withstanding any thing contained in this Specification, the TANGEDCO
reserves the rights :
(a) to recover losses, if any, sustained by TANGEDCO, from the supplier who
pleads his inability to supply and backs out of his obligation after award of
contract. The security deposit paid shall be forfeited.
(b) to cancel the orders for not keeping up the delivery schedule.
(c) to vary the delivery period based on the requirement and contingencies at
the time of placing the Purchase order.
(d) to accept the lowest eligible tender.
(e) to reject any or all the tenders or cancel without assigning any reasons
therefore.
(f) to relax or waive or amend any of the conditions stipulated in the tender
Specification wherever deemed necessary in the best interest of the
TANGEDCO.
17.1 The purchaser reserves the right to request for any additional information
and also reserves the right to reject or accept the proposal of any tenderer,
if in the opinion of the purchaser, the qualification data is incomplete or in
the opinion of the TANGEDCO the bidder is found not qualified to
satisfactorily perform the contract.

16
18.0 DEVIATIONS :
The offers of the Tenderers with Deviations in Commercial terms and
Technical Terms of the Tender Document are liable for rejection.
No alternate offer will be accepted.
19.0. BAR OF JURISDICTION:
Save as otherwise provided in the Tamil Nadu Transparency in Tenders Act
1998 and subsequent amendments, taken by any officer or authority under this
Act shall be called in question in any court, and no injunction shall be granted by
any court in respect of any action taken or to be taken by such officer or
authority in pursuance of any power conferred by or under this Act.
20.0 APPEAL:
Any tenderer aggrieved by the order passed by the Tender accepting
Authority under Section-10 of the Tamil Nadu Transparency in Tenders Act 1998 may
appeal to the Government within 10 (Ten) days from the date of receipt of order.
21.0 a) GSTIN Number: The tenderers are requested to furnish their GSTIN
Number in the offer.
b) Permanent Account Number (PAN) Registration Number:
The tenderers are requested to furnish the Permanent Account Number in their offer.
22.0 The tenderer who is an industrial company shall state clearly whether the
company is a potentially sick Industrial Company in terms of Section 23 or 25 of
the sick Industrial Companies act 1985.
23.0 Tenderers are requested to inspect the site positively before tendering
so as to obtain all relevant additional information, if any, required for the
successful supply of 1 no. 3 Phase Numerical secondary injection kit for use
in Valuthur Gas Turbine Power Station, with the prior permission from the
Superintending Engineer/ Valuthur Turbine Power Station, Ramnad.

*********

17
SECTION - V

SECTION V - COMMERCIAL

1.0 SCOPE:
The scope of supply includes manufacture, inspection, testing, packing,
forwarding, insuring, delivery of the equipments, detailed herein, at Valuthur Gas
Turbine Power Station, Ramnad.

2.0 PLACING OF ORDERS :


It is not binding on the TANGEDCO to accept the lowest or any tender. The
TANGEDCO reserves the right to split and place orders for the items with different
tenderers and for revising the quantities at the time of placing the orders. The
TANGEDCO reserves the right to vary the quantity finally ordered to the extent of
25% either way of the requirement indicated in the tender documents.
The award of contract will be issued to the successful tenderer with all
TANGEDCO’s terms and conditions, duly indicating the approved unit rates and the
approximate quantity allotted to them. The approved rates will be FIRM and valid
for the entire contract period.

3.0 PRICE :
The Tenderers are requested to quote FIRM price only and variable price
will not be accepted.
The prices quoted should be Unit all inclusive price including Goods and
Service tax applicable , Packing and Forwarding, Freight and Insurance charges
to cover transit risk and storage at site for 90 days, delivery at TANGEDCO premises
at Valuthur Gas Turbine Power Station, Ramnad and unloading at site . A format
for price is given in Schedule `A’.
The rates quoted should be inclusive of all incidental expenses for carrying
out subject work and employers contribution towards EPF &ESI. All expenses to
be incurred by contractor are required to be included to the extent they are
required to be included to the extent they are charged for to arrive the contract
value i.e. transaction value.
The successful bidder will have to furnish a declaration in the format
specified to pass on the benefit of ITC (Input Tax credit) in the price to
TANGEDCO along with price bid. In the event of bidder furnishing Nil ITC
benefit, the same should be supported with certificate from Chartered
accountant. The format for ITC declaration is enclosed as Annexure –V.

18
The successful Bidder shall give an Undertaking to the effect that if low prices
are offered to anyone else during the period of one year from the date of order,
the same benefit shall be passed on to TANGEDCO.
4.0. GOODS AND SERVICES TAX [GST] :
The Goods and Services Tax will be paid extra as applicable. The amount of
CGST, SGST, and IGST as applicable shall be indicated in percentage payable and
amount along with relevant HSN Code separately in the tender offer.
The TANGEDCO has been registered as a dealer under GST Act 2017
(Registration No. 33AADCT4784E1ZC). In case of delayed delivery, the GST
prevailing on the date of despatch or on the last day of the contractual delivery
period whichever is LESS will be admitted. For both the cases, the supplier shall
furnish documentary evidence while submitting the bills for payment. It is the
responsibility of the bidder to make sure about the correct rates of duty levied to
the material at the time of tendering. If the rates assumed by the Bidder are less
than the current rates prevailing at the time of tendering, the TANGEDCO Ltd will
not be responsible for the mistake. If the rates assumed by the bidder are higher
than the current rates prevailing at the time of tendering, the GST prevailing at the
time of tendering will only be paid.
Any increase in GST consequent to the suppliers coming into different duty
slab during the execution of the contract shall have to be taken into account and the
all inclusive firm price shall be quoted accordingly by the Bidders. Any Variation in
GST due to statutory Variation within the contract delivery date shall be considered
by the TANGEDCO Ltd.
The GST norms are as applicable as per the G.Os & notifications of State
Government & Central Government of INDIA.
The bidders are requested to furnish the GST registration
certificate with their offer.
The bidders should have registered under GST Act and furnish GSTIN. In
the event of contractor is within TN, SGST & CGST shall apply and if the
contractor is outside TN, IGST shall apply.
The tenderers are requested to quote the GST applicable along with HSN
code/ SAC code as per GST norms.
TDS under GST is applicable at the rate of 2% on each and every invoice
of the contact

19
4.1 Tax Deducted at Source under GST (TDS):
1. As per Central Government notification No.50/2018 dt.13.9.18, the
provisions of Tax Deducted at Sources (TDS) under GST as per Section 51 of
the CGST Act, 2017 shall come into force. Accordingly, in every invoice, tax
at the rate of 2% (CGST 1% and SGST 1%) will be deducted as TDS under
GST before releasing the payment.
2. For the payment exceeding Rs.50 Lakhs, 0.1 % of such sum exceeding
Rs.50 Lakhs as TDS under Section-194Q of IT Act will be deducted. The
supplier of goods is required to furnish the PAN to TANGEDCO for making
the payment. In case the suppliers do not have PAN, TANGEDCO is required
to deduct tax at higher rate as per the provisions of section 206AA.
3. In case of specified person i.e., Any person who has not filed Income Tax
return for two previous years immediately before the previous year in which
TDS is required to be deducted and the time limit for filing of income tax
return u/s 139(1) of the Income Tax Act, 1961 has expired provided the total
TDS & TCS in INR is Rs.50,000 (or) more in each of the two previous years
the TDS rate u/s 194Q will apply at higher rate u/s.206AB.
4. On purchase of goods/materials, TANGEDCO shall have the primary and
foremost obligation to deduct Tax at source and no tax shall be collected on
such transaction u/s.206C(1H). TDS u/s 194Q is also applicable on the
advance paid for purchase of goods.
5. In case of works contract wherein supply and erection portions are
separable, the value of supply of goods exclusive of GST will be subject to
deduction of TDS under section 194Q. On the other charges i.e. erection,
testing, commissioning and maintenance charges, TDS under section 194C
will apply and hence TDS u/s 194Q will not apply.
6. The above provisions comes into effect from 01.07.2021 onwards and
hence no TCS under Section 206C(1H) has to be paid by TANGEDCO on
purchase of Goods. Accordingly, TANGEDCO will deduct TDS under section
194Q on all the purchase of goods exceeding the threshold limit i.e.
aggregate credit (or) payment exceeds Rs.50 Lakhs. It is mandatory for the
supplier to submit the declaration format in Annexure VI to determine the
applicability of TDS rate u/s 206 AB.
7. In case any procurement of goods/materials are made by TANGEDCO from
overseas supplier and the payment is not taxable to the overseas supplier in
India, the TDS under section 194Q will not apply.
5.0. INSURANCE:
Contracting firms shall arrange insurance for the equipment and all its
accessories being supplied by them, through any of the Authorised Insurance
Companies. The equipment shall be insured to cover transport (from Warehouse)
90 days storage risk at site and erection insurance. The damages, if any, during
transit will be reported within 30 days of receipt of materials. It will be the
responsibility of the successful tenderer to replace the defective/damaged materials
and make good the shortages and other losses in transit, free of cost, lodge and
recover claim from Insurance, Under-writers/Carriers.
20
6.0. PACKING AND FORWARDING:
The equipment and all its accessories shall be securely packed and
despatched, freight paid, duly insured, at supplier’s risk and cost. The packing may
be in accordance with the manufacturer’s standard practice. The supplier is
responsible for ascertaining the facilities that exist for Road Transport to site. Each
package shall be clearly marked and contain detailed packing list, such as gross
weight, net weight etc. The supplier is solely responsible for any loss or damage
during transport. The despatch of materials shall be made only after the approval
of test certificates by the TANGEDCO. The equipment / Materials shall be unloaded
at Destination Stores/Sites by the supplier free of cost.
7.0 PAYMENT:
Payments will not be made for equipments/materials damaged during transit.
All defective materials shall be replaced by the successful tenderer free of charge.
Payments for the supplies will be made by online through any one of the
Nationalized Banks/Scheduled Banks approved by Reserve Bank of India, in Tamil
Nadu. The bank charges involved in making the payment will be to the account of
the Tenderer.

a. For Materials supplied within the delivery period


“100 % Payment will be made with a time period of 45 days from the date of
receipt of material in good condition at site. In the event of TANGEDCO failing to
keep the stipulated time frame for releasing payment, simple interest for the
delayed payment shall be paid by TANGEDCO to the vendors/contractor at the
rate of Three Months Marginal Cost Lending Rates (MCLR) of State Bank of India
for the delayed period beyond 45 days”.
b. For materials supplied beyond the delivery period
100% of the all inclusive price of materials including taxes and duties will be paid
after deducting applicable liquidated damages and other recoveries, if any, within
a reasonable time after the receipt of materials at site in good condition and
submission of bills in duplicate with required documents.
For the delayed payments if any, TANGEDCO will not pay any interest on any
account.

In case of delay in supply, the materials will be accepted subject to the following
conditions.
(a) There should be no declining trend in prices.
(b) Payment will be released as per the recent purchase order rates or lowest
rates obtained during the recent tenders opened subject to levy of liquidated
damage for belated supplies.
(c) TANGEDCO reserves the right to accept or reject the delayed supplies
without assigning any reason therefore and take action as per the other
terms and conditions of this specification.

21
The bills for payment will be passed only after the approval/acceptance of the
following:
a) Combined Security Deposit cum Performance guarantee.
b) Test Certificate.
c) Undertaking towards Jurisdiction for legal proceedings.

No Employer’s Contribution of EPF @ 13.36% on labour portion will be reimbursed to


the contractors over and above the rates accepted. The contractor shall ensure the
payment of ESI Contribution and claim/ reimburse the actual Employees contribution
paid.
In case of non filing of GSTR1 by the supplier/contractor, the release of EMD, SD
cum PG and retention money will be withheld by TANGEDCO.
The supplier should despatch only after getting despatch instruction. If the supplier
despatches the materials without the prior approval of the purchaser, then the
purchaser shall not be responsible for any demurrage or wharfage or both and only
the supplier should bear any expenditure arising out of such unapproved despatches.
TDS under GST is applicable in the proposed contract @ 2% on each & every
invoice of contract.
8.0. COMBINED SECURITY DEPOSIT CUM PERFORMANCE GUARANTEE :
8.1 The successful tenderer will have to furnish 3% of the total order value as
Combined Security Deposit cum Performance Guarantee by means of
D.D./Bankers Cheque as detailed below. The Security deposit cum Performance
guarantee will include the Earnest Money deposit already paid. .
Banker’s Cheque or Pay Order/Demand Draft will be accepted towards
payment of Combined Security Deposit cum Performance Guarantee for
the value of Purchase Order upto Rs.10 Lakhs. (Rupees Ten lakhs).
Banker’s Cheque or Pay Order/Demand Draft/ irrevocable Bank Guarantee
will be accepted towards payment of Combined Security Deposit cum
Performance Guarantee for the value of Purchase order exceeding Rs.10 lakhs.
In case of, it should be a single Bank Guarantee.
The Combined Security Deposit cum Performance Guarantee shall be
returned to the supplier after the expiry of guarantee period ensuring that
defects/ damages during the guarantee period are rectified/ replaced. If
the purchaser incurs any loss or damages on account of breach of any of the
clauses or any other amount arising out of the contract becomes payable by the
supplier to the purchaser, then the purchaser will in addition to such other dues
that he shall have under the law, appropriate the whole or part of the Combined
security deposit cum Performance guarantee and such amount that is
appropriated will not be refunded to the supplier.
The successful tenderer will have to furnish the Security Deposit
cum Performance Bank Guarantee within 30 days from the date of
receipt of Purchase order.
Failure to comply with the terms regarding Combined security deposit cum
Performance Guarantee set out in the purchase order within the stipulated time
of the successful tenderer will entail in the cancellation of the purchase order without
any further reference to the supplier
No tenderer is exempted from payment of Security Deposit.

22
The performance guarantee shall cover additionally the following guarantees to
TANGEDCO.
a)The contractor guarantees the successful and satisfactory operation of the
materials supplied, as per the Specification and documents.
b)The contractor further guarantee that, the material supplied and installed by him
shall be free from all defects in design, material and workmanship and shall upon
written notice from TANGEDCO fully rectify free of expenses to the Board such
defects as developed under the normal use of the said materials within the period of
guarantee specified in the relevant clauses of this Specification.
9.0 DELIVERY:
The time is the essence of this contract. The supply should be completed
within 4 weeks from the date of receipt of the order. Necessary Operational
instructions, technical particulars and drawings for the 3 Phase Numerical
secondary injection kit shall be supplied along with materials. The above
delivery shall be guaranteed by you under liquidated damages clause
governed by this specification. If any other delivery period is indicated that
tender is liable for rejection. The delivery period will be reckoned from the
date of receipt of purchase order by the Supplier.
The date of receipt of materials at stores/site (Valuthur Gas Turbine
Power Station, Ramnad) in good condition will be treated as date of delivery
for all purpose.
10.0. E-Way Bill is an electronic document to be generated to cover
movement of goods more than ₹1,00,000 and such generation needs to be
done in e way bill portal. Consequently, transporters of goods are required to
carry an e way bill under GST provisions for the movement of such goods.
The value of goods shall be the value declared in invoice, a bill of supply or
a delivery challan and also includes the Central tax, State or Union territory
tax, integrated tax and cess charged, if any. But it will not include value of
freight charges for the movement charged by the transporter.
It is the responsibility of contractor to ensure the delivery at the destination
stores/sites of TANGEDCO. Therefore, it is the responsibility of the contractor
or their transporters to generatee way bill before transporting goods for
delivery at TANGEDCO’s premises.

11.0 LOSS OR DAMAGE:


11.1 External damages and/or shortages that are prima facie, the results of rough
handling in transit or due to defective packing will be intimated within one month
from the date of receipt of the materials at site. Internal defects, damages or
shortages of integral parts, which cannot ordinarily be detected on a superficial
visual examination, though due to bad handling in transit or defective packing,
would be intimated within 2 months from the date of receipt of materials. In
either case, the defective materials shall be replaced/rectified by the supplier, free
of cost as per the Clause of Replacement of Defective/Damaged materials of this
specification.
11.2 If during the period of supply, it is found that goods already supplied are
defective in material or workmanship or do not conform to specification or are
unsuitable for the purpose for which they are purchased, then it will be open to
the purchaser either to reject the goods or repudiate the entire contract and claim
23
such loss that the purchaser may suffer on that account or require the supplier to
replace the defective goods, free of cost.
11.3 Similarly, if during the guarantee period any of the goods found to be
defective in materials or workmanship or do not conform to specification, it will be
open to the purchaser either to repudiate the entire contract and claim damages or
accept such parts of the goods that are satisfactory and require the supplier to
replace the balance or to claim compensation for the entire loss sustained by the
purchaser on that account.
11.4 In the event of supplies being received damaged or any shortages at
the destination stations, the cost of such materials, Excise duty and Sales Tax (if
payable) and other charges payable thereof will be paid only proportionate to the
value of materials received in good condition, unless the damaged goods or short
supplies are made good free of cost by the suppliers.
11.5 For all legal purposes, the materials shall be deemed to pass into the
TANGEDCO’s ownership at the destination Stores, where they are to be delivered
and accepted.
12.0 LIQUIDATED DAMAGES AND PENALTY:
12.0 The delivery as specified should be guaranteed by the supplier under the
liquidated damages clause given below:
If the supplier fails to deliver the equipments/materials within the time
specified in the contract or any extension thereof, the purchaser shall recover from
the supplier as liquidated damages, a sum of HALF PERCENT (0.5%) of the contract
price of the undelivered eq00uipments/materials for each completed week of
delay. The total liquidated damages shall not exceed TEN PERCENT (10%) of the
contract price of the equipments/materials so delayed. Only the date of actual receipt
of materials at stores will be reckoned as date of delivery for this purpose. It should
be noted that if a contract is placed on the higher tenderer in preference to the
lowest acceptable tender in consideration of the offer of earlier delivery, the said
contractor will be liable to pay the Board the difference between the contract rate
and that of the lowest acceptable tender in case of failure to complete the supplies in
terms of such contract within the delivery period specified in the tender and
incorporated in the contract. This is without prejudice to other rights under the
terms of contract.
12.1 Equipment will be deemed to have been delivered only when all its component
parts and its accessories are also delivered. If certain components and accessories
are not delivered in time the whole equipment will be considered as delayed unless,
the missing parts are delivered. The Liquidated damages will also be levied for the
quantity not supplied as is done for the delayed supplies. If supplies effected in part
which could not be beneficially used by the TANGEDCO (due to such incomplete
supply), liquidated damage will be worked out on the basis of entire contract price
of the such whole units which could not be beneficially used and not on the value
of delayed portion.
12.2 If supplies to be rendered are made by the supplier beyond the period of
delivery and they are accepted by the Board, such acceptance is without prejudice
to TANGEDCO’s right to levy liquidated damages for the delay in supply.
12.3 If the ordered materials are not delivered, the purchaser shall recover
from the supplier, as liquidated damages a sum equal to TEN PERCENT (10%) of
the contract price of the equipments/materials undelivered besides forfeiture of
security deposit.

24
12.4 The suppliers are liable to pay the amount of loss sustained by TANGEDCO in
the event of non-execution of orders, if any placed on them either in full or part to
the satisfaction of the TANGEDCO under the terms and conditions of contract and
in the event of placing orders for such quantities on some others at a higher price.
12.5 Tenderers not giving clear and specific acceptance to the above clauses are
liable for rejection.
12.6 If there is any downward trend in prices on account of belated supplies, the
tenderers have to accept the same with the levy of liquidated damages, for belated
supplies.

13.0 FORCE MAJEURE:


13.1 If at any time, during the continuance of the contract, the performance in whole
or in part, on any obligation under this contract, is prevented or delayed by reasons
of any war, hostility, acts of public enemy, acts of civil commotion, strikes,
lockouts, sabotages, fires, floods, explosions, epidemics, quarantine restrictions or
other acts of God (herein after referred to as eventualities) then, provided notice of
the happening of any such eventuality is given by the tenderer to the TANGEDCO
within 15 days from the date of occurrence thereof, neither party shall, by reasons
of such eventuality, be entitled to terminate this contract nor shall have any claim
for damages against the other in respect of such non- performance or delay in
performance and deliveries under this contract, shall be resumed as soon as
practicable after such eventuality has come to an end or ceased to exist.
13.2. Provided that if the performance in whole or part by the supplier on any
obligation under this contract is prevented or delayed by reasons of any
eventuality for a period exceeding 60days,TANGEDCO may at its option terminate
the contract by a notice in writing.

14.0 GUARANTEE:
14.1 The entire materials shall be guaranteed for satisfactory operation and good
workmanship for a period of 36 months from the date of receipt of the materials in
good condition at TANGEDCO’s destination site (Valuthur Gas Turbine Power Station,
Ramnad) or 24 months from the date of commissioning whichever is later.
14.2 Any defects noticed during this period shall be rectified free of cost to
TANGEDCO within 2 (Two) months from the intimation of defect/failure. Irrespective
of number of failures and repairs, the successful tenderer shall be responsible for
free replacement of the defective materials. Such replaced components shall serve
for a continuous period of 12 months from the date of re- commissioning and this
shall be in addition to the guarantee provided for the equipment. If they are not
rectified or replaced within this period the contractor shall pay Liquidated Damages
as per Liquidated Damages clause in the contract for the delay from the date of
receipt of intimation for the defects or failures.
14.3 The incidental expenses, insurance and freight charges for the replacement
of defective materials within the guarantee period and till such time it serves a
continuous period of 12 (Twelve) months as said above after last repairs shall also
be borne by the successful tenderer

25
14.4. The tenderers shall guarantee among other things, the following.
(i) Quality and strength of materials used.
(ii) Safe electrical and mechanical stresses on all parts of the equipments under
all specified conditions.
(iii) Replacement of parts which become defective under proper use.
15.0. REPLACEMENT OF DEFECTIVE/DAMAGED MATERIALS:
Notwithstanding anything contained in Liquidated Damages clause of this
contract, where the whole or part of the materials supplied by the supplier are
found to be defective or damaged or are not in conformity with the
contract, such defects or damages in materials supplied shall be rectified either at
the point of destination or at the supplier's works at the cost of the supplier
against proper security and acknowledgement. In the alternative, the defective or
damaged materials shall be replaced free of cost within one month on receipt of
intimation from the TANGEDCO of such defects or damages. If the defects or
damages are not rectified or replaced within this period, the Tenderer shall
pay a sum towards liquidated damages as per the liquidated damages clause
above for the delay from the date of receipt of intimation of the defects or
damages.
In the event of supplies being received, damaged or short at the destination
stores, the cost of such materials will be paid, only proportionate to the value of
the materials received in good condition unless the damaged goods or short
supplies are made good free of cost to the TANGEDCO by the supplier.
If during the period of supply, it is found that goods already supplied are
defective in materials or workmanship or do not conform to the contract or are
unsuitable for the purpose for which they are purchased then it will be open to the
TANGEDCO, either to reject the goods and repudiate the entire contract and claim
such loss that the TANGEDCO may suffer on that account or require the Tenderer
to replace the defective goods free of cost.
Similarly, if during the guarantee period stipulated under guarantee clause,
subsequent to the date of receipt of the goods, any of the good be found defective
in materials or workmanship, or do not conform to the contract or are unsuitable
for the purpose for which they are purchased then it will be open to the
TANGEDCO either to repudiate the entire contract and claim damages or accept
such part of the goods that are satisfactory and require the Tenderer to replace
the balance or pay compensation to the extent of the loss sustained by the
TANGEDCO on that account.
16.0.FAILURE TO EXECUTE THE CONTRACT:
Suppliers failing to execute the order placed on them to the satisfaction of the
TANGEDCO under terms and conditions set forth therein, will be liable to make
good the loss sustained by the TANGEDCO, consequent to the placing of fresh
orders elsewhere at higher rate, i.e. the difference between the price accepted in
the contract already entered into and the price at which fresh orders have been

26
placed. This is without prejudice to the imposition of Liquidated Damages and
forfeiture of security deposit.
17.0. NON-ASSIGNMENT:
The supplier shall not assign or transfer the contract or any part thereof without
the prior approval of the purchaser.
18.0. EFFECTING OF RECOVERIES:
Any loss, arising due to non-fulfillment of this contract or any other contract, will
be recovered from the Security Deposit held and or any other amount due to the
supplier from the TANGEDCO from this Contract as well as from other contracts.
19.0. INCOME TAX
Tenderers shall furnish their Permanent Account Number (PAN) in their offer or
other relevant documents without fail.
20.0. PATENT RIGHTS ETC :
The supplier shall indemnify the purchaser against all claims, actions, suits and
proceedings for the infringement or alleged infringement of any patent, design or
copy right protected either in the country of origin or in India by the use of any
equipment supplied by the supplier other than for the purpose indicated by or
reasonably to be inferred from the specification.
21.0. ARBITRATION:
The TANGEDCO will not accept any arbitration in case of disputes arising in any
respect under this contract. Any dispute arising out of this contract shall not be
subject to arbitration under the provisions of Arbitration and Conciliation Act 1996
in the event of any dispute between the parties.
22.0. DEVIATIONS FROM SPECIFICATION:
No deviations in commercial and Technical terms shall be acceptable. If any of the
bidders who have taken deviations in the commercial terms and withdrawn their
commercial deviations subsequently, they will not be allowed to submit any
supplementary price bid for their withdrawal of deviatios in commercial terms and
conditions.
23.0. TEST CERTIFICATES:
The test certificates in triplicate for the materials furnishing the results of the tests
as per latest issue of IS/IEC, shall be got approved before the materials are
despatched. In addition to the tests called for in the specification, the purchaser
reserves the right of having such tests as he desires carried out at his own expenses
to satisfy himself that the materials conform to the requirement of this specification.
The materials may be rejected if the test results are not satisfactory.

27
24.0 RESPONSIBILITY:
The tenderer is responsible for safe delivery of the materials at the destination
stores. The tenderer should include and provide for packing and secured
protection of the materials so as to avoid damages or loss in transit.
25.0. MAXIMUM WEIGHTS AND DIMENSIONS OF PACKINGS:
The supplier is responsible to make sure about the facilities that exist for
Road and Rail transport to site, the maximum packages which can be conveyed by
the railways and crane lift available at the destination Railway station. The supplier
is also responsible for any loss or Damage during transport and storage for 60 days.
Each case or package should be clearly marked and should contain detailed
packing list.
26.0. INSPECTION:
The authorized representatives of the purchaser shall have access to the
supplier’s or sub-vendor’s works at any time during working hours, for the purpose
of inspecting the manufacture of the materials and for testing the selected
samples from the materials covered by this specification. The supplier or the sub-
vendor shall provide facilities for the above.
Tenderers are requested to furnish in their tenders the exact location of their
factory with detailed address to enable inspection by TANGEDCO if considered
necessary.
Not less than 15 days advance intimation shall be given about the quantity of
materials that will be ready for inspection and testing by the TANGEDCO’s
Officers/Third Agency authorized by the TANGEDCO. The arrangement for
inspection and testing shall be made by suppliers in such a way that the delivery
schedule is kept up. The materials must be despatched only after obtaining
approval of test reports and dispatch instructions from TANGEDCO.
27.0. COMPLETENESS OF TENDER:
The tender should be completed with all details of illustrative and descriptive
literature and drawings. The tenderers shall furnish the complete technical details
of the equipment. Information regarding the country of manufacture or origin of
materials used in the manufacture of the articles should be furnished. The
tenderer should include all minor accessories even though not specifically
mentioned in this specification but which are essential for the completeness of the
materials ordered.
The tenderer shall not be eligible for any extra charges in respect of such minor
accessories though not included in the tender.
28.0 INTERCHANGEABILITY:
All similar parts and removable parts of similar items shall be interchangeable with
each other.

28
29.0 QUANTITIES:

Sl. Description Total Qty.


No.
1 Supply of 3 Phase Numerical secondary injection kit 1 no.
for use in Valuthur Gas Turbine Power Station/
Phase – I.
The quantities mentioned above are only tentative. The purchaser reserves
the right to revise the quantities at the time of placing the order.
30.0 CLIMATIC CONDITIONS:
The materials are for use in Tamil Nadu and should be satisfactory for operation
under tropical conditions in Tamil Nadu.
a) The ambient temperature will be within the range of + 10 Degree Centigrade to
+ 50 Degree Centigrade.
b) The altitude will be less than 1000 meters.
c) The maximum atmospheric humidity will be in the range of 95%.
d) Average Number of thunder storm days per annum is 65.
e) Average Number of dust storm days per annum is 5.
f) Average Number of rainy days per annum is 65.
g) Average annual rainfall is 100 cm.
h) The climatic conditions are prone to wide variation in ambient condition and
equipments offered under this specification shall be suitable for installation at any
of the Sub-Stations in Tamil Nadu.
i) All electrical devices shall be given tropical and fungicidal treatment. Fog,
smoke and mild acids are also present in the atmosphere.
30.0 ELECTRICITY RULES :
All works shall be carried out in accordance with the latest provisions of
the Indian Electricity Act and the Indian Electricity Rules there-under unless
modified by this specification.
31.0 MATERIALS AND WORKMANSHIP:
All materials, equipments and spare parts thereof shall be new, unused and
originally coming from manufacturer’s plant to the destination stores. Those
including used, rebuilt or overhauled materials/equipments will not be accepted.
All the materials shall be of best class and capable of satisfactory operation
in the tropics with humid atmospheric condition. Unless otherwise specified, they
shall conform to the requirements of appropriate Indian Standards. Where these
are not available, IEC and American/British Standards shall be followed.
The equipments should be designed to facilitate inspection and repair and to
ensure satisfactory operation under atmospheric conditions prevailing at site and
under sudden variations of load and voltages as may be met with under working
conditions in the system including those due to faulty synchronizing and short
circuits within the rating of the apparatus.
29
The design shall incorporate every reasonable precautions and provisions for
the safety of all those concerned in the operation and maintenance of equipment.
All the equipments should operate without undue vibration and with the least
practicable amount of noise.
32.0 RECOVERIES OF DUES:
The TANGEDCO is empowered:
(a) To recover any dues against this contract in any bills/
Security Deposit/Earnest Money Deposit due to the suppliers either in this contract
or any other contracts with TANGEDCO.
(b) To recover any dues against any other contract of the suppliers with
TANGEDCO, with the available amount due to the suppliers against this contract.
33.0 PAST PERFORMANCE:
The intending tenderers shall furnish the documentary evidence with details of
various Purchase Orders/placed on them during the last ten years as on the date
of Tendering in the proforma enclosed to the Tender Specification and also proof for
having manufactured the tendered item and for their satisfactory performance from
State Electricity Boards/Power utilities.
The Bidders shall furnish copies of Balance Sheet, Profit and Loss Account for the
years 2018-2019 ,2019-2020 and 2020-21 certified by the Auditor.
The Bidders shall furnish documentary evidence for the constitution of the firm such
as Memorandum and Articles of Association, Attested copy of Registered Partnership
Deed and details such as Name, Address and Telephone Number.
The details furnished by the tenderers shall be in complete shape and if it is found
that any information is found omitted, suppressed, incomplete or incorrect, the same
will be taken note of while dealing with the Tenderers in future.
34.0 TYPE TESTS :
Tenderers are requested to furnish along with tender copy of Type test
certificates for the 3 Phase Numerical secondary injection kit in full shape as
conforming to relevant IS/IEC standards of latest issue conducted in a
Government/Government recognized /NABL Accredited Laboratory.The above type
test should have been conducted not earlier than five years (5 years) as on the
date of tender opening. The original type test certificates shall be furnished for
verification on request. The details of type test if already conducted should be
furnished in the Schedule – G. If the above Type test reports are not available the
tenderer must furnish the type test reports in complete shape, conducted within 5
years,as on date of tender opening as per relevant IS/IEC, standards of latest issue
conducted in a Government/Government recognized /NABL Accredited Laboratory,
witnessed by Power Utilities under Central/State Government/TNEB end user.
35.0. RAW MATERIALS:
It is the responsibility of the tenderer to make his own arrangement to
procure the necessary raw materials required for the manufacture.

30
36.0 JURISDICTION FOR LEGAL PROCEEDINGS (AFTER AWARD OF
CONTRACT)
No suit or any proceedings in regard to any matter arising in respect of this
contract shall be instituted in any court, save in the High Court, Madras, City Civil
Court at Chennai or at the Court of small causes at Chennai. It is agreed that no
other court shall have jurisdiction to entertain any suit or proceedings, even
though, part of the cause of action might arise within their jurisdiction. In case,
any part of cause of action might arise within the jurisdiction of any of the Courts
in Tamil Nadu and rest within the jurisdiction of courts outside the Tamil Nadu,
then it is agreed to between the parties that such suits or proceedings shall be
instituted in a Court within the State of Tamil Nadu and no other court outside the
State of Tamil Nadu shall have jurisdiction even though any part of the cause of
action might arise within the jurisdiction of such courts. The successful tenderer
shall furnish an undertaking in a non/Judicial stamp paper of Rs.80/- agreeing to
the above condition.
37.0. DEATH, BANKRUPTCY ETC.:
If the Tenderer shall die or commit any act of Bankruptcy or being a
corporation/company commence to be wound up except for reconstruction
purposes or carry on its Business under a receiver, the executers, successors or
other representative in law of the estate of the Tenderer or any such receiver,
liquidator or any person in whom the tender may become vested, shall forthwith
given notice thereof in writing to TANGEDCO and shall given for one month,
during which, he shall take all reasonable steps to prevent stoppage of the works,
have the option of carrying out this tender subject to his/or their providing such
guarantees as may be required by TANGEDCO but not exceeding the value of the
work for the time being remaining unexecuted. In the event of stoppage of the
works the period of option under the clause be fourteen days only. Provided that,
should the above option be not exercised, the tender may be terminated by
TANGEDCO by notice in writing to the Tenderer. And the same power and
provisions reserved to TANGEDCO on the taking of the work out of the Tenderer’s
hands shall immediately become operative.
38.0 SIGNATURE OF TENDERERS:
The Tender must contain the name, residence and place of business of
the person or persons making the tender and must be signed and sealed by
Tenderer with his usual signature.
A tender by a partnership concern must furnish the full names of all
partners. It should be signed by one of members of the partnership or by an
authorized representative followed by the name and designation of the person or
persons signing.
Tenders by corporations/companies must be signed with the legal names of
the corporations/companies by the President, Secretary or any other person or
persons authorized to bind the corporation/company in the matter.

31
SECTION VI- TECHNICAL

TECHNICAL SPECIFICATION

1.0 The specification is towards, Supply of 1 no. 3 Phase Numerical secondary injection
for use in in Valuthur Gas Turbine Power Station/Phase -I.

TECHNICAL SPECIFICATION AND CONDITIONS

RELAY TEST KIT

1. General
The relay test kit shall be a computer based fully automatic type and shall have following features.
Manufacturer should have a calibration set-up and service centre in India. Also, manufacturer would
be having registered office for technical support in India.

2. Functional requirement
The equipment is required functionally to test the following electromechanical, solid state and
numerical protection relays.
• Distance relays (ground and phase distance) using Manual method possible by Plotting
Characteristics.
• Over current relays (directional and non-directional, definite time and inverse time)
• Frequency relays (over-and under)
• Voltage relays (over and under)
• Power relays (directional)
• Differential relays (including harmonic restraint feature)
• Bus bar protection relays (biased low/high impedance)
• Other associated protection relay functions: auto-reclose function, power swing,
Sync-check, etc.
• Single and three-phase transducers (voltage, current, power (W, VA, VAR), phase and
frequency)
• Generator Protection elements such as Pole Slip, LOE, LFP, Reverse Power & etc should be
possible in an automated way.

3. Hardware Specification
• Relay test kit should not exceed more than 18 KG and portable unit to carry & capable of
testing electromechanical relays, static Relays & Microprocessor Based relays.
• Voltage outputs shall be protected from short circuits and prolonged overloads. Current
outputs shall be protected from open circuits and overloads. During Open Circuit & short
circuit, kit should detect automatically as safety precautions.
• The testing system must generate at least 4 independent voltages and 6 independent current
sources, with the facility to control their amplitudes and phase angles independently. The kit should
have df/dt facility (i.e. frequency variation with respect to time).
• The amplifier neutrals, the measurement inputs, and the main power supply to be galvanic
ally isolated from each other.

32
• The setting range of voltage generators shall be as under or better. Setting ranges 0-300 V
for 4-phase AC (Ph-N), 0-300V for 1-phase AC (Ph-Ph), 0-300V for DC (L-N). Output power-
Setting range 50VA for 4-phase AC (Ph-N), 250VA for1-phase AC (Ph-Ph) . Accuracy requirements
for the voltage generators are error < 0.08 % rd. + 0,02 % rg. guar. (0…300 V) as guaranteed
deviation and resolution should be 5mV for the lower range below 10V & 10mV for 10 -300V
• The setting range and output of current amplifiers shall be continuous 6 x 25A at 400VA
(Ph-N), 3x 0-50A at 800VA (Ph-N), 1 x 0-120A (Ph-N) at 1000VA,6 x 0-20A DC at 250W.
• Guaranteed (L-N). Accuracy for the current source should be < 0.15 % rd. + 0.05 % rg. as
guaranteed deviation and resolution should be 1mA
• Kit Should have a compliance voltage of around 135V Max(Series Connection) to carry-out
High-Burden Electromechanical Relays
• The auxiliary DC supply must provide a power of 50 W and with the following ranges: 0 ...
264 VDC, 0.2 A / 0 ... 132 VDC, 0.4 A / 0 ... 66 VDC, 0.8 A. The auxiliary DC supply error shall not
exceed 2% typically and 5% guaranteed
• Distortion (THD+N) not to exceed 0.15% for both current and voltage generators
• Shall be able to generate continuous sine waves with a frequency between 0.1 and 1000 Hz
and to generate transient files with a bandwidth from dc up to 3.1 kHz. Frequency accuracy
and drift shall not exceed: ±0.5 ppm / ±1 ppm and resolution shall not exceed 10 μHz.
• Phase angle range must cover from -360° to 360° with a resolution of 0.001°. Phase error to
be less than ±0.2 deg Guaranteed for both current and voltage generators.
• A Minimum number of outputs shall be 4 and are completely independent of internal
amplifier (voltage & current Source) outputs.
• A Minimum number of binary inputs shall be 10nos, should sense both potential (Upto300V
AC/DC) and potential free contacts. Resolution of time measurement shall be 1 ms or better.
• Kit shall have 2 nos of Ethernet ports & USB for PC communication.
• Kit shall have wireless connectivity to communicate relay test kit through Laptop
• Kit should supply the instrument along with the Transport case as a part of the supply.

4. SOFTWARE SPECIFICATION:
A. General functions:
• The software must be compatible to RIO & XRIO Standard. Software should have provision
to Import Direct software settings which should eliminate to feeding settings. All manufacturers’
templates should be available with respect to various protections like Distance, Differential, OC, and
Generator protections. It should be upgradeable free-of-charge.
• The testing software must have the possibility of adding test points in manual and automatic
mode directly as Symmetrical components values (Direct, Inverse (Positive, Negative and Zero
sequence).
• The testing software must have Vector Diagram representation that shows the test point
quantities during the test and at any time after the test is finished if the specific test point is selected.
The vector diagram must also be part of the report.
• The testing software must have the possibility of fault quantity ramping (voltage or current,
amplitude or phase) for all fault loops LE, LL, LLL.
• The testing software must have the possibility of creating sequence of minimum 100 states
for typical prefault, fault postfault applications with flexible trigger conditions time, binary inputs
with logical AND and OR, Key Pressed, or External Triggers from GPS. The sequence must be
executed in real time, delays between the states are not permissible. When working with a sequence
of states it must be possible to trigger them with a GPS signal.
33
• The testing software must have the possibility of adding test points in manual and automatic
mode directly as Power (input values as power).
• The testing software must have the possibility of power S,P,Q quantity ramping as 3-phase
or single–phase powers.
• Control of the GPS satellite receiver must be possible within test software. PTP protocol
must be supported to perform end-to-end testing.
• Test software must have the possibility to operate in primary or secondary values (Z, R, X,
S, P, Q, V, I) and allow toggling between these 2 operation modes at any time (before during, or after
the test).
• The testing software must have the possibility of Impedance quantity ramping as IZI, Phi, R,
and X for fault loops LE, LL, and LLL.
• The test software must have the possibility to export the automatically generated test report
as .rtf (Rich Text Format) file, csv format (Comma Separated Values) & .xml format (Extensible
Markup Language).
• Relay software should have a facility to vary 2 parameters or more like Voltage Amplitude
& Current Amplitude at a time to create a real fault simulation.
• Ability to Playback the .CFG files (Transplay).

B. DIFFERENTIAL RELAY TESTING:


• Templates for all manufacturers should be available to perform automatic testing
• Kit software should import the relay settings from Relay software using XRIO
• Kit should perform automatic Slope characteristics testing by Shot test as well as reach test
• Kit should capable to inject 25A on both sides (Primary and secondary) for Generator slope
test in the automated method for 5A Secondary ratio
• Kit should perform automatic harmonics testing
• Kit software should have provision to inject 1phase fault (L1-E, L2-E, and L3-E), 2-Phase
faults (L-L), and 3-phase faults on slope characteristics and verify it.

C. OVER CURRENT RELAY TESTING:


• Manual and automatic test modes shall be available.
• Feeder Protection /OC protection templates for respective manufacturers should be available
for automatic testing to avoid settings complications.
• The test software must have functionality for testing overcurrent protection covering ground
fault, phase fault, positive, negative and zero sequence fault models
• It must be possible to test directional and non-directional overcurrent relays and provide test
points in the backward direction that are automatically assessed positively if the relay blocks
• Library with all standard definite and inverse characteristics (IEC, ANSI, IAC, I2t) must be
available and it must be possible to model a non-standard characteristic easily point by point
• It must be possible to extract (digitize) overcurrent inverse-time characteristics from
graphical representations (e.g. from a relay manual image)
• Relay test kit Software must test both IDMT Characteristics as well as Directional features
at a time and the same should display characteristics of both IDMT as well as Direction during
testing.

34
D. Automatic test plan creation to easy maintenance testing:
• Test Plans can easily be built, maintained, and distributed.
• Common test object data, hardware configuration, and test modules for the different device
functions can be collected in one test plan which eliminates testing time during periodic maintenance
time.
• The test plan automatically executes the test modules – one by one, results being stored in
the included dynamic report
• The modules Pause, Execute, and Text View make the test plan interactive and let it include
the power of other programs
• Test Plan should be a one-time investment and in later stages it should help to test the
respective protection IEDS without feeding settings, creating different faults & etc.
• The creation of an automatic test procedure working as test instruction with all necessary
information for testing of multifunctional relays must be possible without writing scripting code
(programming and compiling) or macros. The same instruction document must contain the different
kinds of test and the test report after the test. After the test the document can be saved. If the
document is loaded again it can be fully or partly re-executed or used as a template for a similar test.
The user interface must provide a hierarchically structured navigation area for the embedded
components.
• For Generator Protection relays major relay manufacturer template should be available from
ABB, Siemens, GE, SEL, & etc with most of the protections including running the test automatically
using the Test plan. Same Test plan can be used for linking the different settings and test similar
points.
• Access to a protection testing library, including templates and examples of test plans for
complex relays and all major types of Generator Protection Templates should be available with major
protections to be tested automatically. It must be possible to control several different kinds of tests
from one location (one start command, One report, one hardware setting, one test object parameters)

E. Automatic Power Protection testing for Generator Protection:


• Software should have a provision to perform Power swing, out of step, Loss of excitation,
Power protections in a graphical oriented method using Complex Power Ramps such as

➢Contiguous (gap-free) ramp segments (e.g. for power swing trajectories etc.)
➢Ramps from P, Q delta (straight lines) or S, φ delta (arcs)
➢Smooth or step ramps with time-linear change in P, Q, S or φ (1 ms resolution)
➢Signal-related and / or element-related ramp assessment

• Software should have a provision to draw the line on the characteristics and vary the P, Q, S and
possible to perform the testing automatically. Should have Impedance R-X view like
Show impedance elements
➢Power shots and ramps/trajectories mapped into R,X plane
• Software should have a provision to ramp P,Q, S and Phase angle on the different Power/Impedance
characteristics plane with time settings
➢Mapping / transformation of impedance zones into P,Q view
➢Frequency setting per shot
➢Linear frequency variation (from / to) during ramping (e.g. generator acceleration / deceleration)
➢Test repetition with statistical analysis

35
• Should have a provision to Control in Constant Current or Constant voltage mode to achieve
the Trajectory Ramps for Primary, Secondary, or relative power data to various complex P-Q Zones.
• Protection Library should support this module to execute the test.
Kit should have provision to upgrade in future for AUTOMATED ENERGY METER
TESTING using Pulse receiving method as per below and same need to be demonstrated.
• The software must have the functionality of testing all kinds of energy meters according to
IEC 62053 with or without additional reference meters (reference meters pulse frequency up to 100
kHz)
• The following test modes must be available: load test, mechanism test, gated mechanism
test, injection test, no-load test, creep test
• It must be possible to test single and three phase meters (3 & 4 wire) exporting and
importing.
• The testing of meters measuring the iron and copper losses of transformers (I2h, V2h) must
be supported.
• Testing of the meter harmonic behavior with sin+DC and sin+Harmonic must be possible.
• Scanning head hardware must be supported with the software which can sense pulses.

It must be possible to calibrate the test hardware against a highly accurate energy standard saving the
test sets error at the various test points. It must be possible to load these correction data into a test
performed with the meter to be tested. By applying these data to the error calculation of the meter it
shall be possible to obtain an error compensated test result

5. Power supply requirements to the equipment shall be as follows:


Nominal input voltage - 100 – 240 VAC, 1-phase
Permissible input voltage - 85 ... 264 VAC
Nominal frequency - 50/60 Hz
Permissible frequency range -45 ... 65 Hz
Rated current -12 A at 115 V / 10 A at 230 V
Connection Standard AC socket (IEC 60320)
Operation temperature - 3 0 ... +50 °C (+32 ... +122 °F)
Storage temperature -25 ... +70 °C (-13 ... +158 °F)
Humidity range Relative humidity 5 ... 95 %, non-condensing

CONFORMANCE Standards:
Safety: IEC 61010-1
Shock: MIL-PRF-28800F (30 g/11ms half-sine)
IEC 60068-2-27 (15 g/11 ms half-sine)
Vibration: MIL-PRF-28800F (10-500 Hz, 2.05 g rms)
IEC 60068-2-6 (10-150 Hz, 2 g)
Transit Drop: MIL-PRF-28800F (10 drops, 46 cm), ISTA 1A
Electromagnetic Compatibility
Emissions: IEC 61326-2-1, IEC 61000-3-2/3,
FCC Subpart B of Part 15 Class A
Immunity: IEC 61000-4-2/3/4/5/6/8/11
Above said Conformance standard should meet or equal.

36
Note:
1. Bidder should provide service support for quoted model for minimum 15 years.
2. Onsite training should be provided with the supplied injection kit to test the given Generator
protection relay REG670 (all generator protections with adopted Settings), MW, MVAR Transducer
and relevant training documents should be provided.

*****

37
SECTION – VII – FORMATS
SPECIFICATION NO. SE/GTS/OT-57/22-23
SCHEDULE – A
PRICE
PRICES IN RUPEES
Sl. Description of material Qty. Ex-works P&F F&I GST Per unit All
No. Price in Rs. in Rs. applicable inclusive FOR (D)
(Firm) in in % Price including
Rs. Taxes, P&F
and F & I
charges in Rs.
1 Supply of 3 Phase 1 No. To be quoted online To be quoted online
Numerical Secondary
Injection kit for use in
Valuthur Gas Turbine
Power Station as detailed in
Section VI –Technical
Specification.
NETT To be quoted
online

NOTE:1. The Ex-factory price shall be kept firm.


2. The price quoted shall be given in words & figures.
3. The rate of GST shall be indicated.
4. HSN/SAC codes may be furnished.

** Rate shall be quoted for FOR VGTPS site.

Accepted TANGEDCO’s Terms and conditions as in the specification.

SIGNATURE OF TENDERER WITH COMPANY SEAL

38
SCHEDULE–B

DEVIATION FROM TECHNICAL SPECIFICATION

All technical deviations from the specification shall be filled in by the


Tenderer, clause by clause, in the Schedule.

SECTION NO. CLAUSE NO. DEVIATION

The tenderer hereby confirms that the above mentioned are the only deviations
from the Technical Specification and the tender conforms to the specification
in all other respects.

COMPANY SEAL
DATE SIGNATURE
DESIGNATION
COMPANY NAME

39
SCHEDULE – C
DEVIATION FROM COMMERCIAL SPECIFICATION

All Commercial deviations from the specification shall be filled in by the


Tenderer, clause by clause, in the Schedule.

SECTION NO CLAUSE NO DEVIATION

The tenderer hereby confirms that the above mentioned are the only deviations
from the Commercial Specification and the tender conforms to the specification in
all other respects.

COMPANY SEAL
DATE
SIGNATURE
DESIGNATION
COMPANY NAME

40
SCHEDULE – D

STATEMENT OF SUPPLY ORDERS EXECUTED/ UNDER EXECUTION


DURING THE PAST TEN YEARS AS ON DATE OF TENDER OPENING

Sl Name and Description Purchase Qty Value Schedule Actual date


No. address of Order of date of of
the No. & order completion Completion
Organisation Date in Rs. of Order of Order
Lakhs
(1) (2) (3) (4) (5) (6) (7) (8)

COMPANY SEAL
DATE
SIGNATURE
DESIGNATION
COMPANY NAME

41
SCHEDULE – E
TAMIL NADU GENERATION AND DISTRIBUTION CORPORATION
LIMITED
SPECIFICATION NO.SE/GTS/OT-09

To
The Chief Engineer/MTS & Gas Turbine Schemes,
Tamil Nadu Generation and Distribution Corporation Limited,
3rd floor, Western Wing,
NPKRR Maaligai, Electricity Avenue,
144, Anna Salai,
Chennai – 600 002.

Dear Sir,
Having examined the above specification together with the accompanying
schedules etc., we hereby offer to supply the equipment covered in this
specification at the rates entered in the attached schedule of prices.
3. We hereby guarantee the particulars entered in the schedules attached to
the specification.
4. In accordance with combined security deposit cum performance guarantee
clause, Section-V of the specification we agree to furnish security cum Performance
guarantee to the extent of 5% of the total value of the contract.
5. Our company is not a potentially Sick Industrial Company or a Sick
Industrial Company in terms of Section-23 or Section-15 of the Sick Industrial
Companies (Special Provisions) Act, 1985.

Yours faithfully,

PLACE : SIGNATURE :
DATE : DESIGNATION :
COMPANY SEAL : COMPANY :

42
SCHEDULE - F

STATEMENT OF TYPE TEST PARTICULARS

(TO BE FILLED IN BY THE TENDERER )

SL. NO. NAME OF TEST NAME OF LAB DATE OF TEST

NOTE : 1) The copies of the Type Test Certificates for the bought out
components shall be furnished on supply of materials for inspection as per clause
37 section V -commercial
2) The above Type Tests should have been conducted in a Government/
Government recognized /NABL Accredited laboratory as per relevant IS/IEC not
earlier than Five (5) years on the date of tender Opening

COMPANY SEAL SIGNATURE :

DESIGNATION :

COMPANY :
DATE :

43
ANNEXURE – I

UNDERTAKING TOWARDS JURISDICTION OF LEGAL PROCEEDINGS


( To be furnished in non-judicial stamp paper value of not less than Rs. 80/-)

This Undertaking executed at ……………………………………………….….. on this


…………….. (date ) ………………………………… …………………. Month Two Thousand
…………by M/s ………………………………………………, a company registered under
Companies Act , 1956 having its registered office at
……………………………………………………………………………………….
hereinafter called the Contractor ( which expression shall where the context so
admits mean and include its successors in office and assigns ) with the Tamil Nadu
Generation and Distribution Corporation Limited, subsidiary of TNEB, is a body
Corporate incorporated under Companies act 1956, having its registered office at
144, Anna Salai, NPKRR Maaligai, Chennai – 600 002, hereinafter called the
Purchaser (which expression shall where the context admits mean and include
its successors in office and assigns ).
WHEREAS the contract is for the supply of………………………………..
in terms of the Purchase Order No…………….dated……………………………
AND WHEREAS in accordance with Clause ……….. of the above said P.O
Certain terms were stipulated for the above supply.
AND WHEREAS in accordance with clause …… ……………………… of the above
mentioned Purchase Order the contractor has to furnish an Undertaking that no
suit or any proceedings in regard to any matter arising in any respect under this
contract shall be instituted in any court other than in the City Civil Court of
Chennai or other Court of small causes, at Chennai.
In consideration of TANGEDCO having agreed to accept the Undertaking from the
contractor, undertakes that no suit or proceedings in regard to any matter arising
in any respect under this contract shall be instituted in any court other than in
the City Civil Court of Chennai or other Court of small causes, at Chennai.
It is also agreed that no other court shall have jurisdiction to any suit or
proceedings even though part of the cause of action might arise within their
jurisdiction. In case any part of the action arises within the jurisdiction of any of
the courts in Chennai City, then it is agreed to between the parties that such suits

44
or proceedings shall be instituted in court within Tamil Nadu and no other court
outside Tamil Nadu shall have jurisdiction even though any part of the cause might
arise within the jurisdiction of such courts.
IN WITNESS WHEREOF THIRU ....................................................of

the contractor hereby puts his hand and seal for due observance of the

Undertaking in the presence of the following witnesses.

SIGNATURE WITH SEAL

WITNESSES:

(Signature with Name and Address)

1.

2.

45
ANNEXURE-II
CHECK LIST FOR BID QUALIFICATION
(TO BE UPLOADED IN Part –I “COMMERCIAL AND TECHNICAL BID)

Sl. Particulars Bidder’s


No. response
1. Name and Address of the Firm/Company

2. Address of the Registered office, Phone Nos. etc

3. Address of the Factory/Works, Phone Nos. etc.

4. Fax No. for correspondence and E-Mail address

5. (a) Confirm whether the tenderer is a manufacture of the


tendered material Yes/No
(b) If yes, whether documentary evidence is enclosed
(c) If so, list the documentary evidence
6. Whether the bidder is old supplier to the TNEB Yes/No

7. Whether the copies of orders executed during the last Ten Yes/No
years in respect of materials tendered to State Electricity
Boards/Power utilities enclosed.
8. Whether performance certificates from the end users enclosed Yes/No
9. Annual Turn over of the Bidder for the last three years
2018-2019
2019-2020
2020-2021
10. a) Whether documentary evidence produced for the annual Yes/No
turn over.
b) If so, whether certificate from auditor furnished or copies
of audited annual statement of accounts furnished

DATE : SIGNATURE OF THE TENDERER

PLACE:
NAME :
STATUS IN THE COMPANY
(AFFIX SEAL OF THE COMPANY)

46
ANNEXURE-III.

CHECKLIST FOR COMMERCIAL TERMS.

(TO BE UPLOADED IN Part –I “COMMERCIAL AND TECHNICAL BIDS)

Sl. Particulars Bidder’s


No. response
1. EARNEST MONEY DEPOSIT:
(i) Amount Rs.
(ii) Mode of payment E - Receipt
Permanent EMD/Undertaking

(iii) If exempted state whether the SSI unit of Tamil Nadu/SSI unit
bidder is registered with NSIC/Unit of
Government of Tamil Nadu
(iv) If SSI unit state whether copy of
duly attested Permanent Yes/No
Registration Certificate enclosed
(v) Whether the material tendered is
included in the certificate Yes/No
(vi) Validity of the permanent
registration certificate Yes/No
(vii) Whether undertaking on a non-
judicial stamp paper of value more Yes/No
than Rs.80/- (Rupees Eighty)
enclosed in lieu of EMD
2. Whether the offer is valid for a period of 90 Yes/No
(Ninety) days from the date of opening of
commercial/Technical bids
3. PRICE:
i) Whether quoted firm price valid for the Yes/No
entire contract period
ii) Whether the quoted price contain the Yes/No
following breakup price
a) Unit ex-works price Yes/No
b) Unit GST on Ex-works price Yes/No
(Percentage and amount)
c) Unit Freight and Insurance charges Yes/No

47
iii) Confirm that any additional amount of GST Yes/No
due to upward revision on account of increase
in turnover during the contractual period shall
be borne by the tenderer.
vi) Confirm that the price quoted is after Yes/No
taking into account of the Input tax credit
benefit
vii) Whether the tenderer is agreeable in case Yes/No
of delayed delivery, the GST prevailing on the
date of actual delivery or the GST applicable
on the date of contractual delivery date
whichever less shall only be payable.
viii) Confirm that Freight and Insurance Yes/No
charges quoted are applicable for delivery to
BBGTPS including the unloading by the
supplier.
4. Whether the tenderer is agreeable for the
following clauses specified under Section V
of the specification.
i) Payment terms Yes/No
ii) Combined Security Deposit cum Yes/No
Performance guarantee
iii) Delivery Yes/No
iv) Liquidated damages Yes/No
v) Guarantee Yes/No
vi) Jurisdiction for legal proceedings Yes/No
5. i) Whether tenderers furnished their Yes/No
Permanent Account Number (PAN) in their PAN No.
offer.

DATE : SIGNATURE OF THE TENDERER


PLACE: NAME :
STATUS IN THE COMPANY
(AFFIX SEAL OF THE COMPANY)

48
ANNEXURE -IV.

CHECKLIST FOR TECHNICAL TERMS.

(TO BE UPLOADED IN Part –I “COMMERCIAL AND TECHNICAL BIDS)

Sl. Particulars Bidder’s


No. Response

1. i) Whether the equipment offered is Yes/No


exactly as per technical specification of
the TANGEDCO

ii) If not, give details of technical deviation


in the deviation schedule B

2. Whether the Type test Certificates for Yes/No


tendered equipment is enclosed as per the
specification of the TANGEDCO

DATE : SIGNATURE OF THE TENDERER

PLACE: NAME :

STATUS IN THE COMPANY

(AFFIX SEAL OF THE COMPANY)

49
ANNEXURE V

Declaration to be submitted by the bidders in Non Judicial Stamp paper


of value not less than Rs.80/-

To
The Chief Engineer /MTS & GTS,
TANGEDCO.

We hereby declare and confirm that we are registered vendor under GST
Act having GSTIN in State of . Our applicable GST% for the above
reference job is under code
.
We hereby declare and confirm that we are unregistered vendor under GST
Act being turnover is less than Rs. lakhs (being threshold limit)
per annum. (For unregistered vendor, the vendor has to submit an affidavit in the
enclosed format).

We hereby declare and confirm that we are registered vendor under


composite scheme having GSTIN.

We are aware that as per sec 171 of CGST Act, any reduction in rate of tax
on any supply of goods or services or the benefit of input tax credit should be
passed on to TANGEDCO by way of commensurate reduction in prices and as such
we hereby declare that we are extending Rs. /- of % as
rebate in my awarded price against input tax credit benefit.

We hereby declare that we do not have any input tax credit benefit on
account of GST applicable against this job. If it is established that we have availed
input tax credit benefit against this job, the differential tax benefit will be returned
to TANGEDCO failing which TANGEDCO may take appropriate action.

Signature of bidder with Company Seal.

Note: i) In the event of furnishing Nil ITC benefit, the same should be supported
with certificate from Charted accountant
ii) Bidder may strike out the para not applicable

50
ANNEXURE -VI
Declaration pursuant to Section 206AB

(To be submitted by applicable Suppliers)

This is to declare that (Name of the supplier) have filed the Return of Income (ROI)
under the relevant provisions of the Income Tax Act, 1961 for the Assessment Year 2019-20
and 2020-21 (FY 2018-19 and FY 2019-20) and we shall file the ROI for Assessment Year
2021-22 ( Financial Year 2020-21) within the due date as per the provisions of the said Act.

Permanent Account No. (PAN) of our Company/Firm/Individual is ……………………………. The


details of Return of Income filed are as below:

S. No Assessment Year Acknowledgement No Date of Filing


1 2019-20
2 2020-21
Place :

Date :

(Authorized Signatory)
Signature & Seal

51
ANNEXURE VII
BANK GUARANTEE FOR EMD
(B.G for EMD shall be executed on Non judicial stamp paper of Rs. 100/-)
Beneficiary:-------------------------------
Date:------------
Bid Guarantee No:__________________
We have been informed that (insert name of bidder) (herein after called „‟the bidder‟‟) has
submitted to you its bid dated (insert date) (herein after called „‟the bid‟‟) for the Tender No.
____________of TANGEDCO for the year 2021-22".
Furthermore, we understand that, according to your conditions, bids must be supported by a bid
guarantee.
At the request of the bidder, we (name of the Bank) hereby irrevocably undertake to pay you any
sum or sums not exceeding in total an amount of (amount in figures)_____(amount in words)
____________________________ upon receipt by us of your first demand in writing accompanied by a
written statement stating that the bidder is in breach of its obligation(s) under the bid conditions
,because the Bidder:
a) has withdrawn its bid during the period of bid validity specified by the Bidder in the Form of Bid;
(or )
b) having been notified of the acceptance of its Bid by the Employer during the period of validity (i) fails
or refuses to execute the Contract Form, if required, or ii) fails or refuses to furnish the Security Deposit,
in accordance with the Instructions to Bidders.
This guarantee will expire:(a) if the bidder is the successful Bidder, upon our receipt of copies of
the contract signed by the Bidder and the Security Deposit issued to upon the instruction of the Bidder
and (b) if the bidder is not successful Bidder, upon the earlier of (i) our receipt of copy of your
notification to the Bidder of the name of the successful Bidder; or (ii) twenty eight days after the
expiration of the Bidder’s Bid.
Consequently, any demand for payment under this guarantee must be received by us at the office
on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC publication No 758.

Signature
With seal of the Bank
(Name in block letter)

In the presence of witness:

1. (Name in capital and address)

2. (Name in capital and address)

52
Annexure - VIII

DRAFT UNDERTAKING IN LIEU OF PAYMENT OF EMD TO BE FURNISHED

THIS UNDERTAKING executed at . . . . . . . . . . . . . . . . on this. . . . . .. . . . . . . . . . . . . . . .day of


. . . Two thousand and .......... by M/S. ................................... . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . a company registered under companies Act 1956, having its registered office at . . . . . . . .
. . . . herein-under, called the "Tenderer" to AND IN FAVOUR OF THE TAMIL NADU GENERATION
AND DISTRIBUTION CORPORATION LIMITED , a body Corporate incorporated under Companies act
1956, having its office at N.P.K.R.R., Maaligai, 144, Anna Salai, Chennai-600 002, represented by Chief
Engineer/Gas Turbine Schemes hereinafter called the 'TANGEDCO’

WHEREAS the contract is for the supply in terms of the Tender Specification NO.............dated

AND WHEREAS in accordance with clause . . . . . . . . . . .of the above said tender specification,
the tenderer has to furnish E.M.D. of Rs. (Rupees . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
only) AND WHEREAS the tenderer has requested TANGEDCO to accept an undertaking in lieu of
payment in cash of the E.M.D. AND WHEREAS TANGEDCO has accepted the request of the tenderer
subject to executing an undertaking to pay to the TANGEDCO not exceeding Rs...... …. (Rupees
. . . . . . . . . . . . . . . . . . . . . . only) representing the Earnest Money Deposit together with costs
in case of non fulfillment of the conditions stipulated in the Tender Specification/or the
conditions stipulated in the contract by the tenderer.

IN CONSIDERATION OF THE CORPORATION having agreed to accept an undertaking from


the tenderer in lieu of payment of Earnest Money Deposit in cash, the tenderer undertakes to pay
the sum of Rs. (Rupees . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . .only) immediately when
a demand is raised by the CORPORATION against the tenderer without any demur in the event of
the following :

i. If he withdraws his tender or backs out after acceptance of the tender or fails to remit the
Security Deposit.
ii. If he revises any of terms quoted during the validity period, without specific request
by the Board.
iii. If he violates any of the conditions of Tender Specification No.

NOW THE CONDITION OF THE ABOVE WRITTEN UNDERTAKING is such that if the tenderer
shall duly and faithfully observe and perform the terms and conditions specified in terms of above,
then the above written undertaking shall be void, otherwise the same shall remain in full force.
The tenderer undertakes not to revoke this guarantee till the contract is completed under the terms
of contract.

The expressions, 'tenderer' and 'TANGEDCO’ before used hereafter shall include their respective
successors and assign in office.

53
IN WITNESS WHEREOF Thiru for and on behalf of the tenderer has signed this
undertaking on the day, the month and year first above written.

In the presence of

Witnesses:

1. Signature

2.

NAME IN BLOCK LETTERS


Signature with names and
addresses. SEAL OF THE COMPANY

54

You might also like