Vous êtes sur la page 1sur 29

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED

TRANSMISSION DIVISION
ANJAR

TENDER [WEB]

SUB :- SUPPLY OF CLAMPS & CONNECTORS FOR 220/66 kV


100MVA TRANSFORMER BAY AT 220KV TAPPAR SUB-
STATION UNDER TRANSMISSION DIVISION - ANJAR.

PARTY’S NAME :- ____________________________

DUE DT. OF TENDER :

1
Page
GUJARAT ENERGY TRANSMISSION CORPORATION LTD.
TRANSMISSION CIRCLE, ANJAR.
TRANSMISSION DIVISON – ANJAR.

NAME OF WORK: SUPPLY OF CLAMPS & CONNECTORS FOR 220/66 kV 100MVA TRANSFORMER
BAY AT 220KV TAPPAR SUB-STATION UNDER TRANSMISSION DIVISION - ANJAR
TENDER INDEX

Sr. No. Particulars Page No.

1 Tender Notice 3-4

2 Special instruction to tenderer. 5 to 6

3 Special instruction to tenderer. 7 to 8

3 Technical specification 9

4 Commercial terms & condition 10 to 18

5 Drawing For Clamp Connectors 21 to 27

6 Price Bid (Schedule B) 28-29

Name and Address of Party :


____________________________________
____________________________________
____________________________________
____________________________________

Tender Fee DD No.________ :Rs:_____of Bank: ______________Date _______

EMD Vide D.D. No. ________ :Rs:________of Bank: ________ __ Date _______
2
Page
(Technical & Commercial Bid)
GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED
TRANSMISSION CIRCLE, ANJAR.
TRANSMISSION DIVISION – ANJAR.
FAX : (02836) 242715 PHONE No: (02836) 245715
E-mail: eetranjar.getco@gebmail.com

Sealed percentage rate tenders are invited in two separate sealed covers Super
scribed technical bid and price bid for “SUPPLY OF CLAMPS & CONNECTORS FOR 220/66
kV 100MVA TRANSFORMER BAY AT 220KV TAPPAR SUB-STATION UNDER TRANSMISSION
DIVISION - ANJAR from Registered Contractors in appropriate class with
GETCO/Central/State Government / Railway/Semi. Govt. and who has executed similar
nature of work/supply and magnitude successfully by Executive Engineer (TR) GETCO,
TRANSMISSION Division – Anjar Dist: Kutchh..

Sr. Estimated Time Tender E.M.D.


Name of Work
No. Cost Rs. Limit Fee Rs. Rs.
01 SUPPLY OF CLAMPS &
CONNECTORS FOR 220/66
kV 100MVA
TRANSFORMER BAY AT
220KV TAPPAR SUB- 495900.00 60Days 500.00 4960.00
STATION UNDER
TRANSMISSION
DIVISION - ANJAR

1. Last date of submission of tender: (Technical and Price bids) Dt:___ Only by RPAD / Speed
post) (During working Hrs. up to 16.00 Hrs.)

2. Due date of opening of Technical bid -DT:--------------- (at 17.00 Hrs., if possible)
3. Validity of tender: 180 Days from the date of opening of Technical Bid.
No tender shall be accepted / opened in case of receipt after due date and time of tender, irrespective of delay due to
postal services or any other reasons and the GETCO shall not assume any responsibility for late receipt of tender.

The tenders are to be submitted by the intending bidders in single envelop with two separate sealed and super
scribed envelopes as listed below:

Envelope No.1: Technical bid and pre qualification requirement, bid data, details specification.
Envelope No.2: Price Bid.

Technical and pre qualification requirement bid details specification (envelope No.1) will be opened first and subject
to evaluation based on the qualification criteria contained in the individual bid document.

Price bids (Envelope No.2) of bidders who are assessed and declared as substantially technically responsive on
evaluation of the technical bid will be opened for further commercial evaluation.

The Earnest Money Deposit and tender fee will be accepted by Demand Draft on any Nationalized Bank only situated
at “ANJAR”, drawn in favor of “GUJARAT ENERGY TRANSMISSION CORPORATION LTD.,”. Tender without EMD
and tender fee shall be rejected. Two separate demand draft for Tender fee and EMD should be submitted with
technical bid.
Tender document can be down loaded from our web site www.gseb.com or
www.getcogujarat.com.
Interested party requested to visit our Web Site as mentioned.
3
Page
The Tenderer should have to submit with Tender on latter pad along with attested
copies of the certificate of (1) PAN No. (2) Registration from GETCO (3) Solvency Certificate
from Schedule Bank / Revenue Bank, (4) Partnership deed, (5) Latest Registration Certificate
for provident fund of Employees / Labours and P.F. Code No. and its latest receipt, (6)
Experience Certificate (7) VAT Registration (8) Service Tax Registration (9) Payment of
Tender Fee & EMD in D.D. in favour GETCO, Anjar.

The GETCO reserves the rights to reject any or all tenders or accept any tender
without assigning any reason thereof at any stage.

Executive Engineer
TRANSMISSION Division
GETCO, ANJAR.

4
Page
GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED
TRANSMISSION CIRCLE, ANJAR.
TRANSMISSION DIVISION OFFICE – ANJAR.

SPECIAL INSTRUCTION TO THE TENDERER.

1. Tenders shall have to be down loaded in two parts.


(1) Technical and Commercial bid. (2) Price Bid.
The two bids shall be submitted in two separate envelopes to be sealed in the one
envelope supplied by the Company. The price bid of only those Tenderers will be
opened who are considered technically acceptable.

2. The tenders will have to be down loaded two copies of blank Tender on payment of
Tender fees (non refundable) as per Tender Notice. However, additional copies of
Tender Specification can also be had on payment as per the Tender Specification.

3. The tenderers shall have to return the Tender duly filled in two separate envelope kept
in a printed cover given by the Company without any additions/ alterations & duly
signed page by page.
The Tenderers are forbidden from furnishing their own printed/ typed commercial and
other terms and conditions.

4. All commercial terms and conditions except rates shall be indicated in the technical &
commercial bid only.

5. The Tenderers shall specifically note that the Tenders are invited on percentage basis
only.

6. The Tenderers shall specifically note that the quantities mentioned in the Tender are
likely to vary as per the actual requirement. As such, the successful tenderer shall
have to execute the work at the same order rates for the changed quantities, if any,
without any extra compensation whatsoever.

7. The Tenderers shall have to submit bidding schedule forming a part of prince bid as
called for in the Tender Specifications for distribution at the time of opening to other
participant Tenderer’s.

8. The tenderers will ensure submission of the Tenders duly filled in before the due date
and time.

9. The price bid of those tenderers shall only be opened at the time and date to be
informed by E.E. (TR), GETCO-ANJAR which are found technically acceptable and
satisfying the requisite qualification & parameters.

10. The Tenderer shall submit the drawings of items to be supplied with the
technical bid.

SIGNATURE & SEAL


OF THE BIDDER
5
Page
GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED
TRANSMISSION CIRCLE, ANJAR.
TRANSMISSION DIVISION – ANJAR.

DETAILS TO BE FURNISHED BY THE TENDERER.

Details required to be furnished by the Tenderers by writing yes / No against each


item.

1) Whether the Tenders submitted is on percentage basis as called for. Yes / No.
2) Whether rebate furnished is in percentage basis as called for. Yes / No.
3) Whether the tender is submitted by Registered Post. Yes / No.
4) Whether all pages of Tender Specifications are sealed and signed by the
. Contractor Yes / No.
5) a) Whether the Tenderer is registered with GETCO or Transmission Line
Erection
b) In case of Yes in above, please furnish following details:-
i) Registration Letter No. & Date:-
ii) Class of Registration
iii) Validity
c) Whether Tenderer is having PF Code No. Yes / No.
6) a) Whether EMD Paid. Yes / No.
b) In case of Yes, Please furnish details Yes / No.
7) Whether following documents of Section-E-IV Part B are submitted.
a) Human Resources Details Yes / No.
b) Availability of tools, equipments etc. Yes / No.
c) Details of orders executed Yes / No.
d) Financial capability Yes / No.
e) Erection / stringing capability Yes / No.
f) Latest Income-Tax certificate Yes / No.
g) Bank Guarantee (For E.M.D., if applicable) Yes / No.
h) Company’s Article Of Association. Yes/No
i) Details Of Partners/Directors. Yes/No
j) B R /P A Authorized Person. Yes/No
k) Power Of Attorney of Consortium Members. Yes/No

Signature of
Authorized representative
Of Company/Agency

NAME : ----------------------------

STATUS: ----------------------------
Name of tendering
Company
6
Page

SEAL/STAMP
GUJARAT ENERGY TRANSMISSION CORPORATION LTD.
TRANSMISSION DIVISION, ANJAR.
SPECIAL INSTRUCTION TO TENDERERS:-

1. a) The tender should be submitted in two bid. On the covers clearly super scribed
by the tender number and the words (1) “Terms and condition and Technical
Particulars and (2) Price bid respectively.

The sealed cover containing the price bid shall include the price only as per
technical specification attached.

b) Tenderers must give clear statement giving their acceptance / comments/


modifications etc of various terms and condition of the GETCO’s specification
clause by clause. Any additional terms Tenders may wish to apply be stated
separately and clearly. Tenderers are requested to ensure strict compliance,
with this manner of presentation of their tender in the interest of expediency.

c) Tenderers should give a specific confirmation that their tender assigns and
based strictly on the specification data in all respect.

d) Tenderers should give a specific confirmation that price for supplies are on
term ‘FOR’ destination and “FIRM”.

e) Tender may note that the delivery date of the materials is most important and
should be unequivocally guaranteed under penalty. Whatever data is required
from the GETCO must be obtained by tenderer even by personal follow up and
no delay will be acceptable on the count of delay in correspondence for data.

2. The tenderers should invariably indicate their registration number; submit copy
of registration with the GETCO and or with small scale industries or National
Small Scale Industries indicating of validity of the same. The contractor may
also give the details of amount and validity of Bank Guarantee submitted to the
Company as permanent deposit relevant copies of documents may be
submitted along with tender.

3. The work covered by the specification shall be carried out in accordance with
and shall be governed by the purchaser general terms and condition applicable
to project which is appended here with.

4. The offer should be valid for a minimum period of 180 days from date of
opening of tender.

5. The offer is liable to be out rightly rejected in case the bidding schedule is not
filled in and prices and particulars are given in other format. Bidders are
requested to take specific note of the clause.

6. The tenderers should give time bound program for supply of materials.

7. Any benefit on account of “MODVAT” scheme will be retained by the contractor.


7
Page
8. Tenderers should specifically mention that the offer should indicate in BLOCK
LETTER. The name of partner/ proprietor who is / are signing the offer.

9. The GETCO’s general condition of contract for work will apply to all contractors
and will deem to be fully aware of the same. Any ignorance of these conditions
will not exempt you from your liability.

10. GETCO have reserve all the rights to reject any or all offers without assigning
any reasons.

11. The tenderers are requested to mention the name of their authorized
representative with full address in the tender documents.

In case the representative is changed during the course of execution of the


contract, such changes shall be notified by the successful tenderer, failing
which Company shall not accept responsibility.

12. The GETCO reserves the right to terminate this contract or part thereof at any
time during its tendency without giving notice of termination or the reasons
thereof.

13. The GETCO reserves the right to split the contract into two or more bidders
with negotiation of completion period.

EXECUTIVE ENGINEER (TR)


GETCO, ANJAR

8
Page
Technical Specification.

01. SCOPE:-
Nut bolts/Plain Washer / Spring Washer to be galvanized must be of the ISI
mark and sufficient documents must be provided by the supplier for the same.
Delivery of the material shall be affected F.O.R. Anjar.
02. The purchaser shall have the right to inspect the nut-bolts & workmanship and
may reject whole lot or part of it if found defective or sub-standard
workmanship for material used by the contractor are of poor quality.
03. GUARANTEE:-
Nut-Bolts & galvanizing shall be guaranteed for the 12 months from the date of
supply.
04. MATERIAL:-
The material required for fabrication/casting of member shall confirm to IS
Grade-A. All the bolts-nuts shall be mild steel of the quality specified in IS
6639:1972 plain washer shall confirm to IS 2016:1967. Spring washer confirm to
IS:3063:1972. Zinc required for galvanizing shall be quality ZN-98 and shall
confirm to IS 2633.
05. GALVANIZING:-
Galvanizing for Nut / bolts & other fasteners shall be done after all fabrication
work is completed and that nut may be tapped or return after galvanizing. The
Zinc required for galvanizing shall be of ZN-99.95% and shall confirm to IS
209:1966.

The galvanizing of Nut / Bolts / Washers shall confirm to IS 2629:1966 and IS


4759:1968. All galvanized members shall withstand tests as per IS 2633:1972.
The weight of Zinc coating shall be determined as per method stipulated in IS
2633:1964. Spring washers shall be electro galvanizing as per IS 1573:1970.
06. PACKING:-
Nut-Bolts, Washers etc. should be packed in gunny bags of 50 Kg if supplied
loose or shall be fitted with each clamp for easiness. The packing & protection
shall in every case be adequate to prevent loss in transit during the
transportation.
07. Each clamps / structure shall be marked with indelible ink through stencil of 16
mm. size alphabet/ numerical and this mark should be got approved from the
Company.
08. The contractor must ensure that the materials actually supplied & its
workmanship confirm to drawings/ data supplied by the GETCO. In case any
variation or defects, contract shall replace such structure free of cost with all
expenditure to be born by contractor.
09 The acceptance test should be carried out at your laboratory before dispatching
the material
(A) Visual test. (B) Dimensions test.
10 You will have to submit the test certificate for routine test as per relevant
ISS/Material composition of recognized levorotatory.

EXECUTIVE ENGINEER (TR)


GETCO, ANJAR
9
Page
GUJARAT ENERGY TRANSMISSION CORPORATION LTD.
TRANSMISSION DIVISION, ANJAR.
SECTION: II:- COMMERCIAL TERMS & CONDITIONS

01. PRICES:
The price should be quoted for destination “F.O.R. Anjar destination”
including transit insurance and packing forwarding charges & all applicable.

02. PRICES VALIDATION:


Price should be quoted exclusive of all taxes. General Sales Tax and Central sales
tax as applicable which will be paid extra as per rules or as offered whichever is
lower should be claimed separate in the bill. You have to quote your Central Sale
Tax/ Sale Tax Registration No. & Date. Your price should not include excise duty.
The excise duty will be reimbursed at prevailing rate or at offered rate, whichever
is lower on submission of documents. If bolts-nuts are manufactured at the
contractor’s own works, no excise duty shall be reimbursed on bolt-nuts i.e.
bought-out items.

03. Prices quoted shall be “FIRM”.

04. Taxes and Duties:


Price should be quoted exclusive of all taxes. General Sales Tax, Central sales tax
& VAT as applicable which will be paid extra as per rules or as offered whichever
is lower should be claimed separate in the bill. You have to quote your Central
Sale Tax/ Sale Tax Registration No. & Date. Your price should not include excise
duty. The excise duty will be reimbursed at prevailing rate or at offered rate,
whichever is lower on submission of documents. If bolts-nuts are manufactured
at the contractor’s own works, no excise duty shall be reimbursed on bolt-
nuts i.e. bought-out items.

05. FREIGHT:
Prices are to be quoted including freight charges, materials should be
dispatched by Road only.

06. DELIVERY PERIOD:


You should make to deliver entire quantity after our firm order within 60 Days.
Time being a very essential aspect, no time limit extension shall be granted.

07. TERMS OF PAYMENT:


The payment of the Bill will be made within 30 Days from the date of receipt of
material in good condition.

08. SECURITY DEPOSIT:


Successfully tenderers has to pay security deposit @ 10% if total value as per
GETCO’s rules.

09. PANELTY FOR LATE DELIVERY:


If material is not delivered in time the agency shall be liable to pay penalty up to
@ ½% per week thereof on delayed portion of supply value subject to ceiling of
10% of total order value.
10
Page
10. VALIDITY OF TENDER:
All tenders shall be opened for acceptance by GETCO for period of 180 days from
the date of opening of tender and Tenders are bound to supply on such
acceptance.

11. TEST CERTIFICATE BEFORE DESPATCH:


Inspection/ Testing will have to be carried out at your works before dispatch of
material by our authorized representative who is at liberty to reject any or whole
lot without assigning any reason.

The material shall be subject to final acceptance after inspection, checking and
testing at site after receipt of store.

12. GUARANTEE PARIOD:


The party has to give the guarantee against any kind of defects for the period of
one year after commissioning of these items or 18 months after receipt of
material at site.

13. REPLACEMENT OF GOODS BROKEN DEMAGED OR RECEIVED SHORRAGES:


In the event of any store or part of three of being broken damage or received short
during transit, testing at site before actual use agency shall replace the part(s) as
the case may be at free of cost till than payment shall be with-held.

14. REPEAT ORDER:


The GETCO reserves the right to place the repeat order up to 50% of the original
quantity/ value of the A/T on the same price, terms and condition in the original
within 4 months on receipt of A/T.

15. FAILURE IN SUPPLY ACCORDING TO THE SPECIFICATION OR WITHIN THE


CONTRACT DELIVERY PERIOD:
On failure to deliver the material as above, Company is at liberty without further
notice or reminder to the agency to procure the same or any portions thereof on
account of and at the risk and cost of the agency and to prefer or claim for the
difference in price for all expenses whatsoever incurred in processing the same
which the Company is wholly authorized to recover from any money due to the
agency or bills or deposit of any account. Such expenses will include 15%
supervision charges.

16. JURISDICTION:
All question, dispute, differences arising under one or in connection with the
contract if concluded shall be subject to the exclusive jurisdiction of the court
within whose jurisdiction the place from which the acceptance of tenders is
situated.

17. CONTRACT DOCUMENTS:

The agency will have to execute stamped agreement at their cost.

18. The company will provide one set of available bill of materials and/ or drawings
pertaining to respective structure, to the successful tenderer on award of
contract.
The successful tenderer has to submit copies of drawings and bills of material for
11

GETCO’s approval before commencing the mass production.


Page
19 The approved copies of drawings & bills of material shall be distributed as under..
(i) Executive Engineer (TR), GETCO, Division Office, ANJAR - 1 Set.
(ii) Deputy Engineer (SS), 220KV GETCO-Anjar - 3 Sets.

20. The Unit Weight of each type structure including Bolts-Nuts, accessories,
attachments and anchor bolts shall be furnished and approved by the Company.
The weight of structure shall mean the weight calculated by using the
ungalvanised sectional weight of all steel members of the sizes indicated in the
fabrication drawings and bill of materials without taking into consideration the
reduction weight due to drilling of bolts, holes, screw cuts, chamfering etc or
increase due to galvanizing but taking into consideration the weight of special
fittings, bolts, nuts, washers and other accessories.

21. No price escalation will be allowed. Rates quoted should be firm for the period of
contract. The tender shall be remain open for acceptance at least for a period of
six months from the date of opening of the tender.

EXECUTIVE ENGINEER (TR)


GETCO, ANJAR

12
Page
TECHNICAL SPECIFICATIONS
FOR CLAMPS & CONNECTORS (FITTINGS)

1.0 SCOPE:-
This specification covers the design, manufacture, assembly, inspection, testing, packing
and delivery of clamps & connectors (fittings), suitable for ‘Moose / Zebra / Panther
Conductor the same are required for outdoor bus of 220 KV & 66KV Sub-stations or 4”
IPS Pipe for 400KV Sub-station. The material offered shall be complete with all
components that are necessary for efficient operation. Such parts shall be deemed to be
within scope of the supply whether specifically mentioned or not. Fittings shall confirm in
all respect to the highest standard of engineering, design and workmanship and shall be
capable of performing trouble free continuous operation.
2.0 PREQUALIFYING REQUIREMENTS:-
(A) Technical Criteria
2.1 The original manufacture of the items required against these specifications is only eligible
for participating in this Bid.
2.2 The Bidder should have supplied minimum 250 nos. each of the items quoted by them
during last five years.
2.3 The supply against the orders executed during last five years should have been
completed within the stipulated time limit set out in the order to be executed. A certificate
to the effect from the principal purchaser shall be enclosed with the Technical Bid.
2.4 All the fittings accessories etc. shall be as per the drawings attached with the
specification. If in the opinion of the Bidder there is any correction required in this, the
same shall be brought out and justified in the Technical bid itself. However, the GETCO
reserve the right to accept the same or not, solely at its own discretion.
2.5 The tenderer shall submit without fail the type tests certificates (along with certified
copy of dimensional drawing of hardware tested) for all the type test as per latest
relevant I.S. issued by independent Govt. approved laboratories and should have
been repeated once in every five years.
2.6 The Bidder shall have all the Acceptance and Routine Tests facilities at his works, the
details of which shall be enclosed with the Technical Bids.
3.0 CLIMATIC CONDITIONS:
The overall climate is moderate hot, humid, tropical, highly polluted and conductive to rust
and fungus growth. The clamps / connector shall be given tropical and fungicidal
treatment and shall be capable of satisfactory operation under the hot and humid climatic
conditions that would prevail at sites. The climatic conditions are prone to wide range of
varioalim in ambient conditions. The materials offered shall be suitable for installation at
any of the switchyards in Gujarat State.
4.0 All the fittings accessories etc. shall be as per the drawings attached with the
specification. If in the opinion of the Bidder there is any correction required in this, the
same shall be brought out and justified in the Technical bid itself. However, the GETCO
reserve the right to accept the same or not, solely at its own discretion.
13
Page
5.0 STANDARD:
5.1 Design, manufacture, performance of the clamps / connectors shall comply with all
currently applicable standards regulations and safety codes in the locality where the
same will be installed. Unless otherwise specified it should conform to the latest
applicable Indian Standards and in particular to the following:
IS:2121
covered aluminum conductors for overhead power lines.
IS:5561
IS: 731 – 1971
IEC: 437 – 1973
IS – 2629
5.2 Materials conforming to any other national standards which ensure equal or better
services shall be acceptable. The salient points of this Specification and point of
difference between these in the above specification shall be clearly brought in the offer.
5.3 If required, modifications shall have to be incorporated for the items ordered with you
14

without any extra cost to the GETCO.


Page
6.0 GENERAL TECHNICAL REQUIREMENT OF CLAMP/CONNECTOR:-
6.1 The material offered shall be complete with all components, accessories, which are
necessary for their satisfactory performance and efficient maintenance. Such parts shall
be deemed to be within the scope of the specification whether specifically included or
not..
6.2 The design, manufacture and individual control of all fittings shall be such as to give
maximum factor of safety with minimum weight in respect of maximum working load,
highest mobility complete elimination of shard edges and corners, best resistance to
corrosion and good fittings.
6.3 All casting shall be free from shrinking, blow holes, cracks, other defects and quality of
product shall be uniform throughout.
6.4 Assembly shall be designed and manufactured in such a way so as to have minimum
contact resistance.
6.5 The fittings offered shall be inherently resistive to atmospheric corrosion or be suitable to
protect against corrosion both during storage as well as in service.
6.6 The clamps / connector shall have no sharp ends on edges, abrasion, projections, etc.
and shall not cause any damage to the conductor in any way.
6.7 All bolts, clamps, etc. shall have suitable locking arrangements to safe guard against
vibration and loosening.
7.0 SPECIFIC REQUIREMENTS:
7.1 All the current carrying parts shall be designed and manufactured to have minimum
contact resistance. Maximum tension per conductor is expected to be 2000 Kgs. Clamps
and fittings shall be so designed that the post insulators shall not be subject to any
abnormal stress due to thermal changes in conductor. All the clamps and fittings shall
enable the connection to be as short as possible. Wherever possible they shall be in two
separate halves. No ‘U’ bolts shall be used.
7.2 The data in respect of bush bars and equipment for which clamps and connectors are
required shall be given to the successful bidder.
7.3 MATERIAL
The clamps and connectors shall be made of materials listed below:
i) For connecting ACSR conductor aluminium alloy casting conforming to designation
A6 of IS;617.
ii) Bolts, nuts, plain washers and spring washers for all items:
Hot dip galvanized mild steel. Preferably as per approved make in GETCO.
iii) Split pin shall be made of stainless steel.
7.4 All casting shall be manufactured by die casting method & must be free from all internal
defects like shrinkage, cracks, blow holes surface blisters or other casting defects and
shall be rounded off.
7.5 All sharp edges and corners shall be blurred and rounded off.
7.6 Minimum thickness of the any portion of the clamps and connectors shall be not less than
15 mm.
7.7 The clamps shall be designed to withstand the flow of continuous current as follows:
15

i) 114.3 mm (4”) IPS tube -2300 Amp.


Page

ii) 60.33 mm (2”) IPS tube-1680 Amp.


iv) Single Moose - 1200 Amps.
iv) Quadruple Moose - 3000 Amp.
v) Twin Moose / Zebra - 1600 Amp.
vi) Single Panther- 800 Amp.
The temperature rise when carrying full load current shall not exceed 45oC above site
ambient temperature. The rated current for which the clamp connector is designed with
respect to the specified ambient temperature shall be marked on each component of
clamps and connectors.
7.8 All clamps and connectors shall be free from visible corona.
8.0 DESIGNS:
8.1 Responsibility of satisfactory design of the clamps / connectors to safety withstand the
specified mechanical stresses and carry the rated current without exceeding the
temperature rise specified, shall solely rest with the bidder. For this purpose, a minimum
factor of safety 2 (two) shall be taken into account.
9.0 TEST:
Individual tubular bus bar, fixtures, clamps, etc. shall be subjected to following type and
routine tests.
9.1 CLAMPS & CONNECTORS IS:5661 – Latest Up Dated
9.1.1 Type Test:
a) Tensile test:
b) Resistance test:
c) Temperature rise test:
d) Short time current test:
e) Dimensional check:
f) Galvanizing test:
g) Corona test
h) Radio interference test
9.1.2 Acceptance Test:
a) Tensile test:
b) Resistance test:
c) Dimensional check:
d) Galvanizing test:
9.1.3 Routine Test:
a) Visual inspection:
b) Dimensional check :
The bidder shall have o submit copies of type test certificates (Last 5 Years from the date
of opening of the tender) of any Govt. Recognized Laboratory for consideration along with
the technical bid, otherwise, bidder should confirm to arrange for conducting these tests
at their cost before commencement of supply without affecting delivery schedule.
10.0 SAMPLES:
Each bidder shall supply free of cost one sample of each item covered under this
16

specification at TR. Store, Anjar, before opening of the technical bid so as to enable the
Page

GETCO to ascertain their quality and workmanship. The samples shall however be
submitted positively along with the tender. The GETCO shall be at liberty to subject these
samples to any tests which may deem fit. The GETCO shall not be responsible for any
damage, which may occur to these free samples during such testing. The samples shall
not be returned to the Tenderer.
11.0 EXPERIENCE:
11.1 The Bidders have to clearly state their experience, resources, engineering organization to
undertake this work of supply of clamps / connectors. The Bidder shall have minimum
experience of 3 years in the manufacture of similar item for 66 KV and above. The
purchaser reserves the right to waive stipulation in respect of experience in case of new
firms.
12.0 DRAWINGS:
Immediately on receipt of the order an authorized representative of the Bidder should
come with the necessary drawings for approval of the user Department.
13.0 INTERCHANGEABILITY:
All fittings shall be of standard design and made to guage or jig and shall be
interchangeable in all respects with similar items.
14.0 The fittings should also have marked upon them the name of the manufacture, the
country of original and suitable identification marks.
15.0 INSPECTION & TESTING:
15.1 The GETCO reserves the right to inspect the material at the time of manufacture at
various stages. All acceptance tests shall be performed in the presence of the GETCO’s
inspecting authority and the manufacturer / supplier shall have to give intimation of place,
date and time of each test to the inspecting authority sufficiently in advance to enable the
later to be present at the test. All test results must be recorded in the presence of the
inspecting authority and no material shall be dispatched without having been passed by
the GETCO’s Representative. Routine / Acceptance tests shall have to be arranged by
the Bidder in accordance with the relevant standards free of cost for each lot of supply.
15.2 Inspection by the GETCO’s Representative shall not relieve the Bidder of this obligation
of furnishing material in accordance with the relevant specifications.
16.0 (a) The Technical Bid should comprise of all the information as per the format given as
Schedule ‘B’ with this specification.
(b) True copies of all the Type Test Certificates of Govt. recognized Laboratory in respect
of the offered items only shall be furnished.
(c) Descriptive literature, dimensional drawings catalogues, etc. shall be submitted for the
offered items.
Bids which do not give complete details, or which are vague and technically not in line
with the GETCO’s requirements shall be liable for rejection Telegraphic or short Bids will
also be not considered.
17. QUALITY ASSURANCE PLAN:-
The bidder shall invariably furnish following information along with this offer, failing which
his offer shall be rejected.
17

i) Statement giving list of important raw materials, proposed to be used in the manufacture
Page

of the accessories against this specification, names of sub suppliers for the raw materials,
list of standards according to which the raw materials are tested, list of tests normally
carried out on raw materials in presence of supplier’s representative as routine and/or
acceptance during production and on finished goods copies of test certificates.
ii) Information and copies of test certificates as in (i) above in respect of bought out
accessories.
iii) List of manufacturing facilities available.
iv) Level of automation achieved and list of areas where manual processing exists.
v) List of areas in manufacturing process, where stage inspections are normally carried out
for quality control and details of such tests and inspections.
vi) List of testing equipment available with the supplier for final testing of conductor specified.
In the case if the supplier does not possess all the routine and acceptance testing
facilities the tender will be rejected.
vii) Special features provided to make it maintenance free.

The GETCO reserves the right for factor inspection to verify the facts
quoted in the offer. If any of the facts are found to be misleading or incorrect the offer of
that supplier will be out rightly rejected and he may be black listed.

Executive Engineer
Transmission Division
Anjar

18
Page
GUARANTEED TECHNICAL PARTICULARS
FOR CLAMPS & CONNECTORS
(Completely filled in & submitted in the Technical Bid)
1. Manufacturer’s Name and Address
2. Standard to which confirming ISS-5561-1970
3. Application For 66KV & 220KV Sub-station
4. Type Standard clamps to 5561-1970 &
visible corona free type
5. For connection:
1) Conductor size and arrangement 4” IPS Pipe / ACSR Moose / Zebra /
Panther as per schedule of
requirements
2) Equipment terminal size
6. Material (State percentage composition
of TRituents and impurities present)
1) Clamp body Alluminum
2) Bolt and Nuts M.S. Hot dip galvanized
3) Spring washers Galvanized spring steel
4) Lines if any 1 mm thick – Al. C.
7. Rated current (Ampere) As per IS specification
8. Maximum temp. rise over ambient temp. 40oC over an ambient temperature
when carrying rated current. (oC) 50oC
9. Rated terminal load As applicable
10. Factor of safety 2
11. Minimum thickness of any part. mm. As per Drawing
12. Weight of clamp complete with As per Drawing
hardware
13. Machining accuracy for matching + 0.1 mm (AS per I.S.)
surface
14. Service Indoor / Outdoor Outdoor
15. Manufacturers Drg. No. Approved
16. Type Tests certificates Should be attached
17. Details of the type tests to be carried out
18. List of acceptance & routine tests to be As per IS ____
carried out
19. Mechanical Test
i) Heat run Test
ii) Material compositing tests
iii) Tests for checking blow holes cracks
etc.
20. For above mentioned testing facilities
phase indicate the name and address.
19
Page
Page 20
TEE CONNECTOR.

21
Page
Page 22
BUS POST CLAMP FOR TWIN “MOOSE/ZEBRA” CONDUCTOR.

23
Page
Page 24
Page 25
Page 26
Page 27
GRAM: TRANSGRID Phone No.(02836) 245715

Fax No.(02836) 242715

TRANSMISSION DIVISION OFFICE,


220KV COMPOUND S/S ANJAR,
ANJAR - KUTCH – 370 110.
E - Mail:- eetranjar.getco@gebmail.com

price BID

TENDER COPY

NAME OF WORK:

SUPPLY OF CLAMPS & CONNECTORS FOR 220/66 kV 100MVA


TRANSFORMER BAY AT 220KV TAPPAR SUB-STATION UNDER
TRANSMISSION DIVISION - ANJAR. 28
Page
GUJARAT ENERGY TRANSMISSION CORPORATION LTD.
TRANSMISSION DIVISION - ANJAR

SCHEDULE - " B "


Name Of Items:

SUPPLY OF CLAMPS & CONNECTORS FOR 220/66 kV 100MVA TRANSFORMER BAY AT 220KV
TAPPAR SUB-STATION UNDER TRANSMISSION DIVISION - ANJAR

Amount
Sr. No. Particulars Quantity Unit Rate Rs.
in Rs.
Spacer for Twin Moose having 350mm Spacing
1 60 Nos
including Nut-Bolts & Washer.
Dead end hardware for Moose conductor
2 9 Nos
T-Connector suitable for Moose to Moose including
3 90 Nos
Nut-Bolt-Washer
Press type palm connector for Moose connector
4 30 Nos
Earth wire suspension clamp for 7/10 SWG
5 30 Nos
7/3.15mm
Earth wire tension clamp for 7/10 SWG
6 7/3.15mm 30 Nos

Bus Post Clamp Suitable for Twin Moose/Zebra


7 Conductor having 350mm spacing including Nut- 30 Nos
Bolt-Washer

8 45 Nos
Tension hardware for double moose

Note:
1) Excise Duty & VAT as applicable.
2) Destination FOR: Anjar

Executive Engineer(TR)
Transmission Division, Anjar

I/We have read and clearly understood the terms, conditions, Schedule ‘B’ and Technical
specifications put by GETCO on WEB site. I/We hereby accept all the conditions and
specifications of this tender document, and accordingly, I/We am/are willing to carry out the work
at _________________the estimated cost. Accordingly the total amount of my/our tender works
out to Rs._______________ (Rupees____________________________________________)
Date:-

Place:-
Signature of Contractor
29

With Seal
Page

Vous aimerez peut-être aussi