0% found this document useful (0 votes)
24 views21 pages

Bokaro Power Supply Co. (P) LTD.: Tender Document

Uploaded by

ranjith
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
24 views21 pages

Bokaro Power Supply Co. (P) LTD.: Tender Document

Uploaded by

ranjith
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 21

BOKARO POWER SUPPLY CO. (P) LTD.

HALL NO:- M-01, OLD ADMINISTRATIVE BUILDING,


ISPAT BHAVAN, BOKARO STEEL CITY – 827001
Reg. Office : Ispat Bhawan, Lodhi Road, New Delhi – 110 003
CIN:U40300DL2001PTC112074

TENDER NOTICE NO. BPSCL/P&C/18-19/PUR-089/NIT-756/4151


Dated 23.08.2018

TENDER DOCUMENT

SUBJECT: Supply, Erection, Testing & Commissioning of


Nitrogen Injection Fire Protection System for
10 Nos. of Transformer, as a complete package.

COST: Rs. 3,540/-


(Rupees Three Thousand Five Hundred Forty Only)

TENDER NOTICE NO. BPSCL/P&C/18-19/PUR-089/NIT-756/4151 Dated 23.08.2018


Page 1 of 21
INDEX

Sl. No. Subject Page No.


1 Cover Page 1
2 Index 2
3 Notice Inviting Tender 3-4
4 Section – I
Conditions & Rules to be observed in submitting 5-7
Tenders
5 Section – II
General Terms and Conditions 8-9

6 Section – III
Techno-Commercial Terms & Conditions 10-12

7 Section – IV
Price BID/ RA Format 13-14

8 Annexure – I
Specification of Transformers 15

9 Annexure – II
Technical Specification and Principles of NIFPS 16-18
operation
10 Annexure – III
Notarized Affidavit 19

11 Annexure - IV
Format for RA Acceptance 20

12 Annexure – V
Format for submitting Last Quoted Price 21

TENDER NOTICE NO. BPSCL/P&C/18-19/PUR-089/NIT-756/4151 Dated 23.08.2018


Page 2 of 21
Bokaro Power Supply Co. (P) Ltd.
(A Joint Venture of SAIL & DVC)
Hall No: - M-01, Old Administrative Building,
Ispat Bhavan, Bokaro Steel City – 827001
Reg. Office : Ispat Bhawan, Lodhi Road, New Delhi – 110 003
CIN:U40300DL2001PTC112074

NOTICE INVITING TENDER


NIT No.: BPSCL/P&C/18-19/PUR-089/NIT-756/4151 Date: 23.08.2018
For and on behalf of BOKARO POWER SUPPLY COMPANY (P) LTD, sealed tenders in two parts, Part - A : Cost of
Tender document & EMD, Part- B : Technical & Commercial Offer with copy of system generated acknowledgement-slip
for online submission of sealed price are invited from the bidders meeting the qualification criteria stipulated in the bidding
documents for supply of following items:
Item Supply, Erection, Testing & Commissioning of Nitrogen Injection
Fire Protection System for 10 Nos. of Transformer, as a complete
package.
Rs. 3,540.00 (Rupees Three Thousand Five Hundred Forty) Only including
Cost of Tender Paper (non refundable)
GST @ 18%.
Earnest Money (in Indian Rs.) Rs. 1,00,000.00 (Rupees One Lakh) Only
Last date & time for submission of
24.09.2018 up to 12: 00 Hours
tender
Bid Opening date & time 24.09.2018 at 12:15 PM
Qualifying Requirements: -
1. The bidder must have valid ISO 9001:2008 certification as on the date of bid opening.
2. The bidder should have minimum average annual turnover (MAT) of Rs. 37.71 Lakhs only.
 Average annual turnover shall be determined taking into consideration turnover of preceding three (03)
consecutive financial years. Other income shall not be considered for arriving at annual turnover.

 Audited annual account along with auditor’s report of the bidder should be furnished in support of the
same. Where audited account is not mandatory as per the law, the bidder has to submit annual financial
turnover during the consecutive last three (03) years ending 31st March of the previous financial year duly
certified by CA.
3. The bidder shall have requisite experience of “Manufacturing, supply, installation, testing and commissioning of
Nitrogen Injection Fire Protection System for Power Transformers having capacity 10 MVA or more” to any
PSU / Government / Semi Government Organization or Joint Venture thereof / Company registered under
Companies Act.
4. The bidder is required to submit self-attested photocopies of documents (Orders, Completion certificate etc.) in
support of their eligibility and experience. In addition, bidder shall submit an affidavit in enclosed format at
Annexure – III.
5. The bidder shall furnish latest IT return and GSTIN. The bidder is also required to submit Annexure – IV as
instructed therein.
General Terms & Conditions:
i) Offer shall be accompanied with Cost of the tender documents of Rs. 3,540.00 (non-refundable) in the form of Demand
Draft / Banker’s Cheque drawn from any Nationalized / Scheduled Bank except Co-Operative Bank, in favor of Bokaro
Power Supply Company (P) Ltd., Payable at Bokaro Steel City.
ii) Offer shall be accompanied with Earnest Money Deposit (EMD) of Rs. 1,00,000.00 (Rupees One Lakh) Only in the
form of Demand Draft / Pay Orders / Bankers Cheque Payable at Bokaro Steel City / Bank Guarantee having validity
for, one (01) year, from any Nationalized Bank / Scheduled Bank except Co-operative Bank drawn in favor of Bokaro
Power Supply Company (P) Ltd. as per format available at our website: www.bpscl.com

In case of forfeiture of EMD by BPSCL the bidder is required to re-imburse the applicable GST to BPSCL.

TENDER NOTICE NO. BPSCL/P&C/18-19/PUR-089/NIT-756/4151 Dated 23.08.2018


Page 3 of 21
iii) However, Micro & small enterprises (MSEs) / PSU /Govt. Undertakings and Co-operative societies will be exempted
from submission of cost of tender document & Earnest Money as per government policy. For MSEs the exemption from
paying cost of tender document & Earnest Money will be granted only on submission of valid copy of certificate having
a valid Entrepreneurs Memorandum (EM) number / Udyog Adhaar Memorandum (whichever applicable). SSI/NSIC
certificate holders should also submit Entrepreneurs Memorandum / Udyog Adhaar Memorandum (whichever
applicable). However unit claiming exemption is required to submit copy of registration certificate indicating clearly the
item category for which they are registered.

iv) Offers not accompanied with Cost of Tender Document (as per clause i) or Earnest Money Deposit (EMD) (as per
clause ii) or documents for exemption (as per clause iii) will be treated as INVALID.

v) BPSCL reserves the right to :


a) Re-tender / extend the due date of submission of offer.
b) Accept or reject any offer / all offers in full or part at any time at any stage without assigning any reasons and
without any compensation thereof to the bidders.
c) Modify the tender documents at any stage before the due date of tender.

Note:
1. Tender documents are to be downloaded from Website: www.bpscl.com only.
2. Bidders are requested to visit above website regularly for any addendum / corrigendum / Extension till opening of the
NIT. Any such changes shall not be published through Press advt.
For and on behalf of
Bokaro Power Supply Company (P) Limited

(V Agrawal )
DGM (P&C)
Tel : 8986874118
Email: purchase.bpscl@gmail.com

TENDER NOTICE NO. BPSCL/P&C/18-19/PUR-089/NIT-756/4151 Dated 23.08.2018


Page 4 of 21
SECTION – I

CONDITIONS & RULES TO BE OBSERVED IN SUBMITTING TENDERS

1.01 Manner of Submission of the Tender


The tender shall be divided into 02 parts as follows:-
a) Part A: This part Comprises of Cost of Tender document & EMD.
b) Part B: This part Comprises of Technical and Commercial details, consent on terms & conditions of NIT/ Signed
Copy of Tender Document along with copy of SYSTEM GENERATED ACKNOWLEDGEMENT-SLIP FOR
ONLINE SUBMISSION OF SEALED PRICE* bid etc.

Sealed Tenders through Regd. Post/Speed Post/In-person/Courier Service only, in an envelope containing 02 (Two)
separate sealed envelopes as mentioned above with NIT No. & date of opening along with Sender’s Name & Address
printed on it, are to be sent to the below mentioned address:

DGM (P&C)
Bokaro Power Supply Co. (P) Ltd.
Hall No.M-01, Old ADM Building
Ispat Bhawan, Bokaro Steel City – 827001
Ph: 06452 240380, Tel: 8986874118

* PROCESS FOR ONLINE SUBMISSION OF SEALED PRICE:


1. Online sealed Price Bid (Landed Cost Excluding GST) through URL : http://www.buyjunction.in

The process of submission of Online Price bid is as detailed hereunder-


Step 1: Type http://www.buyjunction.in in the internet explorer.
Step 2: Click on Login (present on Top right side of the Page)
Step 3: Click on View Live Auctions and Tenders.
Step 4: In the right side open/ global tenders link will be displayed.
Step 5: Click on the link for the above mentioned tender link present under Open tenders
Step 6: Click on new user if you are not registered in buyjunction earlier. Click on Existing user in-case you have
already registered in buyjunction earlier. Existing users can login with their user id and password.

Please note foreign bidders are required to select their bidding currency from the drop down menu available before
proceeding further (where ever applicable).

New Users:
Steps to get your User ID and Password
1. Click on the required tender link under “Open Tenders”
2. Choose your Auction currency in-case any option is coming to select currency. Click on “New User”
3. Fill up the “Registration Form” and click on “Submit”. All fields marked with (*) are mandatory fields.
4. On submitting the filled-up registration form, an auto generated email will be sent to the email address you have
mentioned in the registration form containing your User ID and Password.
5. Changing of password on first login is compulsory.
6. On receipt of the User ID and Password you become an Existing User. Now follow the steps of existing user to
login to the auction site.
Existing Users
1. Click on the required tender link under “Open Tender”
2. Click on “Existing User”.
3. Log in with your existing user id and password for placing your bid.
4. Read through the “Bidding Procedure” to proceed further for bidding.
Bidding Procedure
After logging in with your user id and password you have to accept the “Auction Terms”.

TENDER NOTICE NO. BPSCL/P&C/18-19/PUR-089/NIT-756/4151 Dated 23.08.2018


Page 5 of 21
Steps to accept the “Auction terms”:
1. Click on “Auction Terms”.
2. Then click on “View term without DSC”
3. Click on the relevant auction terms appearing under “Term” column.
4. Select the check box on the left-side of the relevant auction terms.
5. Click on the button besides “Accept”.
6. Then click on “Submit”.
7. A message will be displayed to you mentioning your acceptance to terms for auction.
8. It is mandatory to accept the terms of online bidding in order to proceed for submission of bid.
Steps to Submit Price Bid
1. Click on “Bids.”
2. Then click on “Live Auction.”
3. Put your login password as transaction password
4. Select the auction id and click on add to watch list.
5. Now the bidding screen is visible.
6a. For Template Bidding
1. Click on Icon “T” on left column of bidding screen (Which will appear separately for each lot).
2. A template form will open where you need to fill up the price & click on evaluate at the bottom
3. If you want to quote the evaluated price then click on “confirm”.
4. After clicking on the confirm button of the template window, your price will appear in the “New Bid” box.
6b. For Non-Template Bidding
1. Fill your Price in the “New Bid Box” visible on the bidding screen.
2. Select the check box at the extreme left of the bidding screen
3. Click on “Submit” button placed at the bottom left of the screen.
4. Bid once placed will have to be honoured.
5. You will see “Bid Accepted” in the “Result” column. This indicates that your bid is accepted
and registered in the system.
Steps to take a print-out of the receipt
1. Once you have placed your bid, to download Bid Receipt, kindly click on “Download”.
2. Then click on “Bid Receipt for Open Tender”.
3. Select the auction to generate receipt.
4. Take print out of the same market-wise (Term List)/ item-wise (Auction list).

Note: For any clarification on the bidding process please contact


Mr. Anjan Buda- 9163348263- anjan.buda@mjunction.in
Mr. Manish Nandwana _ 9163348165_ manish.nandwana@mjunction.in
Ms. Monalisa Shaw _ 9163348297_ monalisa.shaw@mjunction.in
Mr. Anshu Verma – 8873002772 - anshu.verma@mjunction.in
Mr. Mukesh Kumar Singh- 8873002741 – mukesh.singh@mjunction for Bokaro Office
A copy of System generated acknowledgement-slip for Online submission of sealed price bid is to be submitted
along with Techno-commercial Bid.

1.02 Tender Validity Period


Validity of the offer shall be Five (05) months from the bid opening date. In case of extension of "Bid submission
Date", the validity will be counted from the extended bid opening date.
1.03 General Instructions:
i) Tenderer shall clearly indicate that their prices are firm in all respect till execution of the order.
ii) Specification, quantity, unit rate, freight, insurance, packaging, forwarding, taxes etc. should be mentioned
separately and clearly.
iii) Any conditional offer or offer having deviations is liable to be rejected.
iv) Where agent commission is involved the same is to be indicated in percentage.

TENDER NOTICE NO. BPSCL/P&C/18-19/PUR-089/NIT-756/4151 Dated 23.08.2018


Page 6 of 21
v) You have to submit Tender Document bearing your signature and seal on all the pages along with Techno-
commercial offer / Consent on NIT’s Terms & Conditions otherwise, it will be presumed that you do not accept
our terms and conditions and this may lead to rejection of your offer forfeiting your claims if any.
Bidders are advised to mention page no. on each page of documents submitted by them. BPSCL shall not bear
any responsibility in case of any reported loss of documents submitted by the bidder during tender opening or
thereafter.
vi) If the intending tenderer is a Firm or Company, then they shall, in the forwarding letter, mention the number and
names of all the partners & shall sign before submitting the same, unless the Power of Attorney holder has
specifically been authorized in this respect.
vii) The tender rates shall be written in English, both in words and figures. In case of any discrepancy between the
words & figures of the rates quoted, the rates expressed in words shall be taken as correct. In case of
discrepancy in the Unit Rate and Amount, Unit Rate will govern.
viii) Price or any indication of price shall NOT be mentioned in the Techno-Commercial Bid.
ix) The sealed tenders received will be opened on scheduled opening date and time in the office of Purchase &
Contract, in presence of such bidders who might choose to witness the same
x) If name of the bidder is not mentioned on the envelope, it may be considered as unsolicited and processed as per
P&WP in vogue.
xi) In case the date of tender opening happens to be holiday, the tender will be opened on the next working day at
the same time.
xii) Communication regarding date of Opening of Price-Bid shall be displayed on the Notice board of Purchase &
Contract and individual communication to the techno-commercially eligible bidders will be sent only to their e-
mail address given in tender documents.
xiii) Offers from two or more bidders shall summarily be rejected if they have any of the following parameters
common:
a) Same PAN
b) Same GST Number
c) Same Postal address
d) Same E-mail ID
e) Same Mobile number
f) Same person signing in more than one offer/representing more than one bidder.
xiv) BPSCL reserves the right either to reject any/all the tenders without assigning any reason thereof.

TENDER NOTICE NO. BPSCL/P&C/18-19/PUR-089/NIT-756/4151 Dated 23.08.2018


Page 7 of 21
SECTION – II
2.00 GENERAL TERMS AND CONDITIONS
2.01 BPSCL reserves the right to call for original documents for verification at any time during tendering, evaluation
and / or the execution of the contract. In case of any documents / information submitted by bidder is found to be
false or containing any misrepresentation or having any fraudulent declaration in it or the bidder has suppressed
documents/facts, then in such eventuality, EMD will be forfeited and legal action may be initiated for damages,
criminal proceedings etc including cancellation of contract, banning of business dealing etc.
2.02 If any tenderer withdraws his bid after opening of bids without giving any satisfactory and acceptable explanation
thereof, the tenderer shall be disqualified for making any tender of the BPSCL for a minimum period of six
months and the Earnest Money will be forfeited.
2.03 Tenderers shall quote their firm rates and no negotiations will be held except with the lowest tenderer, if required.
2.04 Handling of Earnest Money:
a) Earnest Money will be refunded to the un-successful tenderer after finalization of tender and no interest will be
paid for the same. Bidders are requested to submit their bank details for returning of EMD.
b) The amount of Earnest money will be refunded against submission of Security Deposit in case of successful
Tenderer.
2.05 Packing :
a) Responsibility for proper packing – The Supplier shall be responsible for the materials being sufficiently and
properly packed, for transport by rail/road/sea/air/ or any combination of above, so as to ensure their being free
from loss or damage on arrival at the destination.
b) Marking of Packages, Packing, etc. - Each package delivered under the contract shall bear the following:-
 Name of the Supplier
 Contract/Order Number
 Consignee’s name and address
 Description and quantity of contents
 Gross weight, net weight,
 Distinctive number or mark which is also to be shown, for the purpose of identification, on the
Supplier’s packing list.
2.06 Delivery: Timely delivery is the essence of the contract & must be completed as per the dates specified therein.
2.07 Liquidated Damages: In the event of supply not being effected within the contractual delivery schedule given in
the order, liquidated damages @ ½ % of the value of delayed materials for each week of delay and part thereof,
subject to a maximum of 05% of the total order value is recoverable from the supplier. The deduction of such
damages shall not relieve the Supplier from the contractual obligations to complete the supply as stipulated in the
Contract.
2.08 Risk Purchase: If the Supplier fails to deliver the material either in full or in part, within the prescribed delivery
period, the Purchaser shall be entitled at his option to take alternate procurement action, at the risk & cost of the
supplier for the unsupplied portion of the goods / items for which delivery has expired.
2.09 The bidder must mention applicable GST rate in their offer with compliance of following GST clauses:
a) All bidders should strictly quote GST as extra. Offers with GST as inclusive will not be acceptable and will
be liable for rejection.
b) Bidder would pass on the tax benefit/savings, if any, on account of output taxes to BPSCL.
c) Bidder shall agree to do all things not limited to providing GST invoices or other documentation as per GST
Law relating to the above Services, payment of taxes, timely filing of valid statutory returns for the tax period
on the Goods and Service Tax Portal etc. that may be necessary to match the invoice on GSTN common
portal and enable BPSCL to claim input tax credit in relation to any GST payable under this agreement or in
respect of any part under this agreement.
d) In case the Input Tax Credit of GST is denied or demand is recovered from BPSCL on account of any non-
compliance by the Supplier/ Contractor, including non-payment of GST charged and recovered, the Supplier/
Contractor shall indemnify BPSCL in respect of all claims of tax, penalty and/or interest, loss, damage, costs,

TENDER NOTICE NO. BPSCL/P&C/18-19/PUR-089/NIT-756/4151 Dated 23.08.2018


Page 8 of 21
expenses and liability that may arise due to such non-compliance. Further, in case of any differential tax
liability on account of any wrong classification/valuation etc. by the vendor, BPSCL will not be liable to
reimburse any part of such differential tax, interest, penalty etc. It will be the sole responsibility of the vendor
to discharge appropriate taxes, as applicable.
e) Supplier/ Contractor shall maintain high GST compliance rating track record at any given point of time.
2.10 Bank Details: Bank details mentioning account number, bank name, city, branch name and branch code should be
mentioned in the offer for NEFT / RTGS payment.
2.11 Paying authority – In-charge (F&A), BPSCL. Bill in triplicate duly receipted on the revenue stamp with a copy
of TC, GC & Packing list etc. are to be submitted to Consignee: In-Charge (Stores), Power Plant, Bokaro Power
Supply Company (P) Limited for processing of the same.
2.12 Inspection: Acceptance of material is subject to inspection. Inspection will be done at BPSCL Stores after receipt
of material.
2.13 FORCE MAJEURE: Supplier shall not be considered in default if delay occurs due to reason beyond their
control such as acts of God, Natural calamities, Civil wars, fire, Strike, Frost, Floods, Riot and Acts of unsurpassed
power. Only those causes which have duration of more than seven days shall be considered in force majeure
clause. In the event of delay due to such clause the delivery period will be extended for a length of time equal to
the period of force majeure at the option of BPSCL. Order may be cancelled without any liability what so ever on
the part of BPSCL.
2.14 Banning of Business Dealings: On arising any situation or occurrence of any event as mentioned in Clause 6 of
the Guidelines on Banning of Business Dealings, the tenderer / bidder or supplier under the tendering process or
contract with BPSCL, as the case may be, shall be liable for action under and in accordance with the
aforementioned Guidelines. The “Guidelines on Banning of Business Dealings” shall form part of the
Tender/Contract.
2.15 Security Deposit: The successful tenderer will have to deposit as security, 02% of purchase order value, subject
to a minimum of Rs. 7,50,000.00, for satisfactory execution of the order in the form of Bank Guarantee (as per
BPSCL format available at www.bpscl.com) having validity up to guarantee period of the item to be supplied plus
three (03) months of claim period. Bank Draft/ Bankers Cheque in favor of Bokaro Power Supply Company (P)
Ltd. payable at Bokaro Steel City may also be submitted in place of Bank Guarantee.
The expression “satisfactory execution of the order,” shall mean fulfillment of all obligations arising out of and in
connection with the purchase order / contract. In case of default in satisfactory execution of the order the security
deposit shall be forfeited by BPSCL. Amount of penalty and/or Liquidated Damages imposed (if any) will be
recovered from Security Deposit. If the amount of Security Deposit is not sufficient, the bidder will be required to
pay the balance amount to BPSCL. If the bidder doesn’t pay the balance amount, the same shall be deducted from
any sum or sums which may be due or may become due to the successful tenderer from the BPSCL on any account
whatsoever.
In case of forfeiture of Security Deposit, the bidder is required to re-imburse the applicable GST to BPSCL.

2.16 RATE FINALIZATION: BPSCL reserves the right to finalize the rate through either of the following modes:
1. a. Either through Online Sealed Price Bid obtained just before Reverse Auction
OR
b. Opening of Online Price (submitted on www.buyjuntion.in) submitted at the time of techno-commercial
bid.
2. Through Reverse Auction to be conducted by our service provider M/s. mjunction.
3. If RA is not concluded for any reason, RA may be re-launched or case may be determined on the basis of online
price received along with the techno-commercial bid.
4. Where it is decided not to conduct the RA, the techno-commercially accepted bidders shall be asked to submit
physical sealed decrement. In this case – On line price bid and physical decrement, as decided by BPSCL, shall
be opened together on same day and case be processed.

TENDER NOTICE NO. BPSCL/P&C/18-19/PUR-089/NIT-756/4151 Dated 23.08.2018


Page 9 of 21
SECTION- III

3.0 TECHNO-COMMERCIAL TERMS & CONDITION:


3.1 Description of Material:

Sl. ITEM DESCRIPTION QUANTITY


No.
A. SUPPLY OF GOODS:
1. Cat. No. - 73181000361
Nitrogen Injection Fire Protection System consisting of FE cubicle, control box,
signal box, transformer conservator isolation valve and oil drain pipe for 10 MVA
06 Sets
transformers, as per detail technical specification of transformers (Annexure - I) &
technical specification of NIFPS (Annexure – II).
2. Cat. No. - 73181000261
Nitrogen Injection Fire Protection System consisting of FE cubicle, control box,
signal box, transformer conservator isolation valve and oil drain pipe for 15 MVA 01 Set
transformers, as per detail technical specification of transformers (Annexure - I) &
technical specification of NIFPS (Annexure – II).
3. Cat. No. - 73181000761
Nitrogen Injection Fire Protection System consisting of FE cubicle, control box,
signal box, transformer conservator isolation valve and oil drain pipe for 80 MVA 03 Sets
transformers, as per detail technical specification of transformers (Annexure – I) &
technical specification of NIFPS (Annexure – II).
4. Cat. No. - 73181000564 As per
Electrical Resistance Welded (ERW) pipes with support & fitting as per standard requirement
norms for connection between transformers & FE cubicle. ( for 10 Sets of
NIFPS)
5. Cat. No. - 73181000565 As per
Electrical resistance welded (ERW) GI pipes & fittings as per standard norms for oil requirement
connection between FE cubicle and oil pit. ( for 10 Sets of
NIFPS)
6. Cat. No. - 73181000562
FRLS Armored Cable, 3000 Meters
Size: 12C X 1.5 sq. mm.
7. Cat. No. - 73181000563
FRLS Armored Cable, 1000 Meters
Size: 4C X 1.5 sq. mm.
B. SUPPLY OF SERVICES:
1. Erection, testing, commissioning (including all civil (Plinth of FEC & Oil Pit),
structural work, electrical, mechanical, instrumentation jobs) of Nitrogen Injection
Fire Protection systems as per detail technical specification of Transformers 10 NIFP System
(Annexure - I), Tech. Specifications of NIFPS (Annexure – II) and Special terms &
conditions given below.

3.2 Special Terms and Conditions:


1. The bidder should design, manufacture, supply, install, test & commission all the ten nos. of Nitrogen Injection
Fire Protection System as a complete package. The equipment shall be connected with the GI earthing strips with
the existing earth grid for the earthing of the equipment.
2. Properly authenticated test & guarantee certificates are to be provided by the successful bidder.
3. Guarantee: The successful bidder shall give guarantee for performance of individual equipment for a period of 12
months from date of commissioning.
During guarantee period, elimination of defects in design, manufacture, material quality, workmanship, erection
and replacement of defective parts shall be done by them at no extra cost and to the satisfaction of the purchaser.
(Cost of dismantling, transport, re-erection, if any, during elimination of the defects/replacement of defective items
shall be borne by the successful bidder.)

TENDER NOTICE NO. BPSCL/P&C/18-19/PUR-089/NIT-756/4151 Dated 23.08.2018


Page 10 of 21
4. Performance Test: The successful bidder shall arrange for performance test of the complete system at site which
will be witnessed by the representative of BPSCL. These tests shall include simulation and verification of the
response of complete system without injection of Nitrogen.

5. Factory Test: Following tests shall be carried out at supplier’s workshop in presence of BPSCL’s representative.
a) Cubicle showing oil drain and nitrogen injection.
b) Operation of conservator isolation valve
c) Operation of control box.
d) Fire extinguishing performance test on total system.
6. Commissioning of the systems is to be done by the successful bidder at the site within the existing space & other
restrictions imposed by the actual conditions.
7. The successful bidder has to visit the site to make himself fully conversant with the site condition and nature of
proposed work.
8. The Successful bidder has to clear his doubt about the technical parameters and drawings and obtain necessary
clarifications from the BPSCL, if required.
9. Plant and equipment supplied should be of latest technology. All materials and equipment should comply with latest
codes and standards, applicable nationally / internationally. A consolidated list of all codes and standards followed
or adopted for design, manufacturing and testing shall be submitted. Preferably, all equipment and accessories shall
confirm to the latest Indian Standards wherever applicable.
All electrical equipment supplied shall be designed, manufactured, tested & erected as per the latest revision of
Indian Electricity Rules, Statutory requirements of the Govt. of India, Govt. of State. In the event of requirement of
Technical Specification exceeding the requirement of corresponding standards, regulations & safety codes, the
specification provided in the Technical Specification shall govern. In the event of conflict between standard
regulation & Technical Specification, the most stringent shall be applied.
10. All equipment as may be necessary shall conform to the provision of statutory and other regulations in force such as
Indian explosives Act, Indian Factories Act, Indian Boiler Regulation, State Factories Act, Central Pollution Control
Board, Indian Weights & Measures Act, etc. The successful bidder shall take necessary steps to get all the
installations within his scope of supply approved by the concerned legal authorities.
11. Execution of entire work shall be carried out in such a manner that normal working of the existing plant shall not get
interrupted. Shut downs, for mutually agreed periods shall be arranged by BPSCL for interconnections /
modifications / extensions of existing facilities.
12. The scope of work for Erection & laying of cables shall also include supply, fabrication, installation, testing and
commissioning of cable laying accessories like flexible conduits, GI pipes, clamps, cable No. Tags, ferrules, glands,
copper lugs, jointing kits, Termination kits, nuts & bolts and sundry items etc.
13. After erection, all equipment, pipes, structures, etc., shall be thoroughly cleaned and painted with one coat of primer
and two coats of approved color paints as per standard norms.
Fire proof paints shall be of good quality. Painting in damp or foggy weather shall not be resorted to. Painting
specification and procedure shall be subject to the BPSCL's approval.
14. All technical details, specifications, diagrams, certificates or any other related documents are to be submitted in
original along with sufficient numbers of copies to the EIC for approval, and handed over to BPSCL later after
commissioning.
15. All the manufacturing / fabrication works shall be carried out only on the basis of approved drawings and schemes
or as directed by the BPSCL. It is solely responsibility of the successful bidder to ensure that all working drawings
prepared by him shall be approved by BPSCL prior to start of work.
16. Safety
a) All the statutory & safety rules are to be strictly followed by the successful bidder and by the personnel
deployed by them during the installation, testing and commissioning of the systems.
b) Prior to commencing any work at site, the successful bidder shall obtain clearance from BPSCL’s
Engineer/Safety Department and shall abide by all the safety rules and regulations of the plant.
c) All safety appliances / kits required for the personnel during testing and commissioning shall be arranged by
the successful bidder.
d) The safety precautions shall conform to norms set by BPSCL Safety Department and relevant Indian Codes.
e) The successful bidder will be solely responsible for any unsafe, illegal, unworthy, or, untoward incident
which may occur during the whole job.

TENDER NOTICE NO. BPSCL/P&C/18-19/PUR-089/NIT-756/4151 Dated 23.08.2018


Page 11 of 21
17. All statutory licenses & requirements of all items (like license for gas filling & storing in pressurized N2 Gas
Cylinders), are to be arranged & relevant certificates to be submitted in original by the successful bidder.
18. Any unforeseen problem(s) which may arise while installing, testing & commissioning the systems, is (are) to be
solved by the successful bidder free of cost.
19. The installation, testing & commissioning of the subject systems will be deemed complete only when a job
completion certificate will be issued by the EIC of BPSCL, whose decision will be final in this regard.
20. All the resources including manpower, tools & tackles, etc. will have to be provided by the successful bidder.
21. BPSCL will only provide space, LT Power supply & illumination.
22. The successful bidder may appoint sub-contractor for installation, testing & commissioning of the system, subject to
prior approval of the EIC, BPSCL. They will have to ensure presence of well experienced engineers and technical
staff as per requirement for erection, testing and commissioning of equipment.
23. Inspection: Before supply, the items will be inspected by the Representative of BPSCL at the works of the
successful bidder (intimation to be given for inspection at least in four (04) weeks advance). Items are to be
dispatched only after the dispatch clearance duly given by BPSCL.
24. Training: The successful bidder must arrange for training of operation and maintenance of NIFPS, at their works /
training center, for at least two (02) Engineers of BPSCL, other than site training during commissioning. Training
lectures & associated literature should be provided at no extra cost.
3.3. The Commercial Bid should Confirm/indicate the following:
1. Price To confirm ‘Firm price for the duration of the Contract’.
2. Delivery Term FOR BPSCL Stores, BS City
3. Packing & Extra/Inclusive
Forwarding Charges (Applicable amount to be mentioned in percentage or amount)
4. Extra/Inclusive
Freight Charges
(Applicable amount to be mentioned in percentage or amount)
5. Transit Insurance To be arranged and borne by Supplier
6. GST Registration To indicate GST Registration Number
7. Extra- Applicable rate to be mentioned
GST
HSN/ SAC- to be mentioned
8. Payment Term A) Supply of Goods: -
i) 80% of order value for goods against GRN (after inspection at site)
ii) 10% of order value for goods will be released after successful installation,
testing, commissioning at site.
iii) Balance 10% of order value for goods will be kept as retention money and
will be released after completion of Guarantee period.
B) Supply of Services:-
i) 90% of order value for services will be paid after successful Installation,
testing, commissioning of NIFPS.
ii) Balance 10% of order value for services will be kept as retention money
and will be released after completion of guarantee period.
9. Delivery Period i) Party has to submit GA drawings, Technical Data Sheets, etc. of NIFPS
and get them approved by BPSCL, within one (01) month from the date of
issue of purchase order.
ii) Delivery of the NIFPS should be within five (05) months from the date of
approval of drawings & data sheets.
iii) Installation, testing & commissioning of the systems will be done within
four (04) months from the date of delivery of material.
10. Security Deposit To Confirm as per relevant Clause of NIT
11. Guarantee /Warranty To Confirm as per relevant Clause of NIT
12. LD Clause To Confirm as per relevant Clause of NIT
13. Validity Period To Confirm as per relevant Clause of NIT

TENDER NOTICE NO. BPSCL/P&C/18-19/PUR-089/NIT-756/4151 Dated 23.08.2018


Page 12 of 21
SECTION – IV

4.0 PRICE BID / RA FORMAT:

Special Instruction –

1. In the event of a L1 Bidder backing out prior to placement of order, in addition to forfeiture of EMD the bidder should
be suspended for a period of six months from the date of issue of suspension order

2. Breakup of quoted LC (Landed Cost) rate shall be submitted by the bidder. In case of refusal of bidder to submit price
break up, EMD will be forfeited and the bidder shall be suspended for a period of six months from the date of issue of
suspension order.

3. Price Basis – Rs. For complete package for 10 NIFPS on LC basis excluding GST (to be quoted through
http:www.buyjunction.in).

Sl. No. Name of Job Qty. Amount


(Rs.)
A* Supply, Erection, Testing & Commissioning of Nitrogen
Injection Fire Protection System for Transformers, as a
complete package.
B
Packing & Forwarding
10 Sets
C Freight
D Transit Insurance
E Any other tax or charges

LANDED COST

GST extra as applicable:


GOODS SERVICES
GSTIN
HSN CODE / SAC
I CGST (in %)
II SGST / UTGST (in %)
III IGST (in %)

Price Break Up Format For Sl. No. A*


Sl. Qty. Rate / Unit Amount
No. (Rs.) (Rs.)
A.1 SUPPLY OF GOODS:
1. Cat. No. - 73181000361
Nitrogen Injection Fire Protection System consisting of FE cubicle,
control box, signal box, transformer conservator isolation valve and 06 Sets
oil drain pipe for 10 MVA transformers.
Cat. No. - 73181000261
Nitrogen Injection Fire Protection System consisting of FE cubicle,
2. 01 Set
control box, signal box, transformer conservator isolation valve and
oil drain pipe for 15 MVA transformers.
3. Cat. No. - 73181000761 03 Sets

TENDER NOTICE NO. BPSCL/P&C/18-19/PUR-089/NIT-756/4151 Dated 23.08.2018


Page 13 of 21
Nitrogen Injection Fire Protection System consisting of FE cubicle,
control box, signal box, transformer conservator isolation valve and
oil drain pipe for 80 MVA transformers.
Cat. No. - 73181000564 As per
Electrical Resistance Welded (ERW) pipes with support & fitting as requirement
4.
per standard norms for connection between transformers & FE ( for 10 Sets of
cubicle. NIFPS)
Cat. No. - 73181000565 As per
Electrical resistance welded (ERW) GI pipes & fittings as per requirement
5.
standard norms for oil connection between FE cubicle and oil pit. ( for 10 Sets
of NIFPS)
Cat. No. - 73181000562
6. FRLS Armored Cable, 3000 Meters
Size: 12C X 1.5 sq. mm.
Cat. No. - 73181000563
7. FRLS Armored Cable, 1000 Meters
Size: 4C X 1.5 sq. mm.
A.2 SUPPLY OF SERVICES:
Erection, testing, commissioning (including all civil (Plinth of FEC
10 NIFP
& Oil Pit), structural work, electrical, mechanical, instrumentation
System
jobs) of Nitrogen Injection Fire Protection systems.
Total for Sl. No. A*= (A.1+A.2)

TENDER NOTICE NO. BPSCL/P&C/18-19/PUR-089/NIT-756/4151 Dated 23.08.2018


Page 14 of 21
Annexure - I

Specification of Transformers

SL. Name of Capacity Voltage Ratio Total Quantity of Oil


No. Transformer (MVA) (KV) (Litres)
1. 21T 15 11.5/6.9 11645
2. 23T 10 11.5/6.9 6200
3. GT#6 80 138/11.5 36000
4. GT#7 80 138/11.5 35600
5. GT#8 80 138/11.5 35600
6. TU#6 10 11.5/6.9 7200
7. TU#7 10 11.5/6.9 6800
8. TU#8 10 11.5/6.9 6150
9. TS#1 10 132/6.9 13400
10. TS#2 10 132/6.9 13500

Note: The Oil quantity given above is in the presently installed transformer may change slightly if the transformer replaced
by another transformer having similar capacity and voltage ratio.

TENDER NOTICE NO. BPSCL/P&C/18-19/PUR-089/NIT-756/4151 Dated 23.08.2018


Page 15 of 21
Annexure - II

Technical Specification and Principles of NIFPS operation

1. Automatic NIFPS shall be provided for firefighting of 10 nos. of transformers (Technical Specification attach in
Annexure - I) installed at Transformer Yard of BPSCL. This system extinguishes fire of oil filled transformers by
injection of Nitrogen. The principles employed in the system are - Drain and Stir. The result of applying the
principle is to extinguish the fire quickly. The system consists of automatic top oil drainage facilities and nitrogen
injection system for stir and cooling of oil.

The pressurized nitrogen cylinder placed in a cabinet is connected to the transformer oil tank (near its bottom) with
the help of pipes and valves. Cable connections are to be provided from the signal box placed on the transformer to
the control box in the control room and from the control box to the cabinet.

Fire detecting system placed at the top of transformer is to be connected in parallel to the signal box. The signal
box shall be connected to isolation valve, fitted between the conservator tank and buchholz relay, for blocking the
oil flow from conservator tank, control box is also to be connected to the relay panel in the control room for system
activation signals.

The system is automatically operated with the help of activating signals for immediate operation in the event of rise
of oil temperature / fire. On receipt of all activating signals, the drain of a pre-determined quantity of oil
commences thus removing high temperature top oil layer.

After a time depending on the scenario, the nitrogen is released from the cylinder to a pressure reducer / regulator
and injected inside the tank at a pre-fixed rate, stirring the oil thus bringing the temperature of top oil layer down.
Nitrogen occupies the space created by oil drained out and acts as an insulting layer between the tank oil & fire on
top cover. The isolation valve for conservator blocks oil flow from conservator tank to isolate it and subsequently
preventing aggravation of fire.

The system should operate auto as well as manual mode with remote and local position.

2. The work covers Design, Engineering, Documentation, Procurement, Manufacture/Fabrication, Assembly, Testing
and Inspection at manufacturer’s works, painting, packing, insurance, supply, transportation to site, unloading,
storage, erection, testing, commissioning, final painting, stabilizing and performance guarantee test of the equipment
and facilities for Nitrogen Injection System for 10 nos. Transformers (Capacity, Voltage ratio & Quantity of Oil
mentioned in Annexure - I) at Transformer Yard of BPSCL on Turn-key basis. This shall be complete in all respects
i.e., civil & structural work, electrical, mechanical, instrumentation, etc.

3. The system shall be required for automatic prevention, extinguishing of fire and avoid the explosion of the
transformers. The system shall also be provided with the manual operation facilities (remote and local position). The
Nitrogen Purging System provided under this package is given in the subsequent paragraphs.

3.1. A steel framed cabinet to be kept on RCC foundation near each transformer to accommodate the following:

a. Nitrogen Cylinders of adequate capacity with pressure gauge and valve.


b. Solenoid / electrically operated magnetic valve, actuators / lifting magnet.
c. Electro-mechanical control equipment for oil drain (quick drain valve) with oil drain pipe
d. Electro-mechanical control equipment for nitrogen release.
e. Pre-determined regulated nitrogen flow arrangement to release the nitrogen
f. Flanges on top panel for connecting oil drain and nitrogen injection pipes for transformer.
g. Limit switches for sequential operation and monitoring of the system.
h. Panel lighting (LED Type).

TENDER NOTICE NO. BPSCL/P&C/18-19/PUR-089/NIT-756/4151 Dated 23.08.2018


Page 16 of 21
3.2. Transformer conservator isolation valve to check & isolate abnormal oil flow from conservator tank to
transformer.
3.3. Pipes, valves, fittings and supports for nitrogen supply and oil drain facilities. The pipe routing shall be
decided by the bidder. After erection of pipes, the erected pipes should not cause any problem for
maintenance jobs of transformers.
3.4. Oil drain and Nitrogen Injection pipes with gate valves on transformer tank at suitable locations. Gate
valves on oil drain pipe & nitrogen injection pipe should be able to withstand full vacuum. A non-return
valve shall also be fitted on Nitrogen Injection pipe between transformers gate valve &fire extinguishing
cubicle valve.
3.5. Fire detection system detectors including brackets on the top of transformers.
3.6. The signaling box shall be fitted on the transformer. This shall be connected through cables to shutter
transformer conservator isolation valve & fire detectors and for further connection to the control box
through signal box.
3.7. Control Box / Control Panel for monitoring system operation, logical operation including remote operation
of the system.

4. Operation of the System: The system shall be provided with the facilities with auto, manual, remote, local
operation. The sequential & logical operations are as follows:-
4.1. Prevention of Fire in Auto Mode:
a. Differential Relay Operation.
b. Buchholz Relay paralleled with Pressure Relief Valve of RPRR. (Rapid Pressure Release Relay).
c. Tripping of all connected breakers (Pre-requisite for initiation of system activation).

4.2. Extinguishing of Fire in Auto Mode:


a. Fire sensing device.
b. Buchholz Relay paralleled with Pressure Relief Valve of RPRR.
c. Tripping of all connected breakers/ master relay (Pre-requisite for initiation of system activation).

4.3. Operation in Remote / Manual Mode: The facility to start the system in remote from control panel and from
local switches in manual mode shall be provided
a. Tripping of all connected breakers is a pre-requisite for initiation of system activation.
b. Manual mode switch put on position at control box.
c. Opening the depressurized valve and subsequently injecting of nitrogen after specified time-delay.

4.4. In case of AC power failure oil drain and nitrogen injection shall be done by DC power.
4.5. In case of power failure oil drain and nitrogen injection shall be done in manual mode.

5. Civil & Structural: The RCC foundations for the cabinet, pipe supports in the yard piping and fixing of control
panel in the control room and transformer oil pits are to be considered in the scope on turnkey basis.
6. Electrical
i. Scope of work for Electrics shall include Designing, Engineering, Manufacturing, Fabricating,
Assembling, Packaging, Supplying, Unloading and Storing at site. Installation, Testing and
Commissioning of all the electrics, electrical & instrumentation equipment related to NIFPS for all
10 nos. of transformers to be installed in transformer yard of BPSCL.
ii. The electrical system for NIFPS should no way disturb to the existing electric system of any
equipment installed in BPSCL.
7. Control Panel : Control panel with necessary indications & operating switches etc. should be provided for the
sequential and logical operation of the proposed NIFPS. Tapping of power from the existing board shall also include
modification, if required, in the existing panel, protection setting etc. to make it suitable for connecting feeding cable
to proposed control panel.
8. AC / DC Power Supply: The power shall be made available at 3 Ph. 50 Hz, and 415V AC at one point and 220 V
DC at another point.
TENDER NOTICE NO. BPSCL/P&C/18-19/PUR-089/NIT-756/4151 Dated 23.08.2018
Page 17 of 21
9. Power & Control Cables
All LT Power & Control cables for new installations and facilities including the following:

i. FRLS LT Power & Control cables of suitable sizes, from existing switch board (DCDB & ACDB)
to the proposed control panel.
ii. FRLS LT Power cables from proposed control panel to individual light points/switches etc.
iii. Fire detectors rated above flash point of transformer oil 141° C for detecting fire outside of the
transformers shall be provided as per the requirement of system. The cables shall be suitable for
750° C for 3 hours ambient temperature.
iv. FRLS cables shall be used for connection between transformer signal box / marshalling box to
control panel and control panels to fire extinguishing cubicle.

10. Power Cables: The LT power cables shall be 1.1 KV grade, FRLS, multi-core, heavy duty electrical grade Copper
conductors, extruded PVC insulated, PVC inner sheath and outer sheath, steel wire armoured as per IS: 1554-1987.
11. Control Cables: 1.1KV grade, multi-core, FRLS, armoured, annealed copper conductor, PVC insulated and suitable
for operation at 70° C ambient and shall conform to IS: 1554 (part- I)-1976 and IS: 5831-1984. Minimum copper
conductor size to be used 1.5 sq. mm. control cables shall have 25% or at least 1 no., whichever is higher, as spare
cores.

TENDER NOTICE NO. BPSCL/P&C/18-19/PUR-089/NIT-756/4151 Dated 23.08.2018


Page 18 of 21
ANNEXURE-III

Notarized Affidavit

I............................................................son/daughter of Shri ........................................ Aged..................... years resident

of ........................................PS................................District.......................State.........................do hereby solemnly


affirm that:

1. I am the authorized representative and signatory of M/s……….......................................................................


(name of the firm/company).

2. Al l document(s) submitted/ information provided by M/s……................................................... alongwith the Bid


Document submitted against Tender No…….......................................................................
.....................................................dated ..........................................
for…………………...................................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . (Name of item under
procurement) has/have been submitted under my knowledge and are authentic , genuine and true. No part of the
document(s) / information is false, forged or fabricated.

3. No part of this affidavit is false and that this affidavit and the above declaration in respect of genuineness of the
documents/ information has been made having full knowledge of provisions of bidding conditions which entitle the
Owner/BPSCL to initiate action in the event of such declaration turning out to be a false.

4. I undertake to produce all documents in original for verification as and when asked for the same by BPSCL.

5. I depose accordingly.

Solemnly affirmed & declared before me by The declaration made hereinabove are true to the best of our
Deponent(s) who is/are identified by knowledge, information and belief
.....................................
signed at ......................On.........................

Deponent(s)

TENDER NOTICE NO. BPSCL/P&C/18-19/PUR-089/NIT-756/4151 Dated 23.08.2018


Page 19 of 21
ANNEXURE-IV

(To be submitted on Supplier’s Letter Head)

Format for Acceptance of General Terms & Conditions, Commercial Terms and all other Terms of the Reverse
Auction

We ________________________________________________________________________________(Supplier Name)

with PAN______________________________________having registered office at _________________________

________________________________________________________________________________________(Address)

agree to all the Commercial, General & other Terms & Conditions listed in the

NIT No._______________________________________________________________________________________

dated___________________________________________

for procurement of ______________________________ ___________________ (item) through Reverse Auction.

We confirm that we are in a position to supply material as per the specification given in NIT. We agree to participate in the
Reverse Auction and abide by the rules.

We nominate an executive, whose details are given below, to put the bids on our behalf.

The details of the person authorized to bid on our behalf is as follows.

Name & Designation :

E-mail ID :

Contact phone nos. :

Address :

(Signature & Seal)


Place :
Date :

TENDER NOTICE NO. BPSCL/P&C/18-19/PUR-089/NIT-756/4151 Dated 23.08.2018


Page 20 of 21
ANNEXURE-V

Format for submitting last quoted prices

(To be submitted on Company Letter Head of the Bidder)

(To be sent within 30 mins of conclusion of the Reverse Auction)

To,
mjunction services limited
1st Floor, Tata Centre
43, Jawaharlal Nehru Road
Kolkata – 700 071

Fax: 033 – 2288 3279

Ref: Reverse Auction for …………………for Bokaro Power Supply Co. (P) Ltd. held on …………..

Reference above, we hereby confirm our Market wise last quoted prices in the Reverse Auction held on …………….. for
………………for Bokaro Power Supply Co. (P) Ltd., Bokaro Steel City.

Market No. Last Quoted Price

We also confirm that we will submit item wise price break-up, within two working days from the date of Reverse Auction.

Signature :

Name :

Designation :

Date :

TENDER NOTICE NO. BPSCL/P&C/18-19/PUR-089/NIT-756/4151 Dated 23.08.2018


Page 21 of 21

You might also like