C-inetpub coop Data Files Tender89 F1 Tender Notice

29
Shahabad Dugdh Utpadak Sahkari Sangh Ltd., Tender Notice SMU/Plant/2013-1A Sealed Tender are invited in two parts (Technical bid & Commercial bid) for from experienced manufacturers or their authorized agencies for supply, erection & commissioning of following Items: Material / Work Details: The tender document may be downloaded from our website www.sudha.coop.from 05.08.2013 onwards. Cost of tender document must be enclosed only in the form of Demand Draft in favour of Shahabad Dugdh Utpadak Sahkari Sangh Ltd. , payable at Ara along with Technical Bid. Earnest money (EMD) should be deposited with the tender bid only in the shape of Demand Draft in favour of Shahabad Dugdh Utpadak Sahkari Sangh Ltd. payable at Ara. The EMD should be kept in envelope of Commercial bid, but in Technical bid it should be mentioned that the EMD is enclosed with the Commercial bid. Completed tender as above in two sealed envelope should be kept in one sealed envelope super scribed with the Tender Notice No., Name of item, and date of opening and may be submitted on or before 20.08.2013 till 5.00 P.M preferably through Registered Post/ Courier. The Technical bid shall be opened on 21.08.2013 at 11:00 AM and Commercial bid will be opened on the same day at 03:00 PM in presence of their authorized representatives. The undersigned reserves the right to reject/amend this tender without assigning any reason. Managing Director SMU, Ara Sl. No . Name of the work/item Cost of tender document Earnest money to be deposited Duration Remark 01. Supply, erection & commissioning of Refrigeration Plant at Kochas Milk Chilling Centre, Capacity-30 TR at 30 psig suction & 185 psig condenser pressure while running at 1200 rpm absorbing 37.7 bhp Rs 5000.00 2% of total value Two Months Turnkey basis 02. 11 / 0.440 KV, 200 KVA, ONAN, TRANSFORMER, HV (3 - PHASE), LV(3 PHASE & NEUTRAL) WITH OFF LOAD TAP CHANGER, OIL FILLED SUITABLE FOR OUT DOOR APPLICATION Rs 2000.00 2% of total value One Month Turnkey basis Shahabad Dugdh Utpadak Sahkari Sangh Ltd., Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email [email protected]

Transcript of C-inetpub coop Data Files Tender89 F1 Tender Notice

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email Id- [email protected]

Tender Notice

SMU/Plant/2013-1A Sealed Tender are invited in two parts (Technical bid & Commercial bid) for from

experienced manufacturers or their authorized agencies for supply, erection & commissioning of

following Items:

Material / Work Details:

The tender document may be downloaded from our website www.sudha.coop.from

05.08.2013 onwards. Cost of tender document must be enclosed only in the form of Demand

Draft in favour of Shahabad Dugdh Utpadak Sahkari Sangh Ltd., payable at Ara along

with Technical Bid. Earnest money (EMD) should be deposited with the tender bid only in

the shape of Demand Draft in favour of Shahabad Dugdh Utpadak Sahkari Sangh Ltd.

payable at Ara. The EMD should be kept in envelope of Commercial bid, but in Technical

bid it should be mentioned that the EMD is enclosed with the Commercial bid.

Completed tender as above in two sealed envelope should be kept in one sealed envelope

super scribed with the Tender Notice No., Name of item, and date of opening and may be

submitted on or before 20.08.2013 till 5.00 P.M preferably through Registered Post/

Courier. The Technical bid shall be opened on 21.08.2013 at 11:00 AM and Commercial bid

will be opened on the same day at 03:00 PM in presence of their authorized representatives.

The undersigned reserves the right to reject/amend this tender without assigning any reason.

Managing Director

SMU, Ara

Sl.

No

.

Name of the work/item Cost of

tender

document

Earnest

money to

be

deposited

Duration Remark

01. Supply, erection &

commissioning of Refrigeration

Plant at Kochas Milk Chilling

Centre, Capacity-30 TR at 30

psig suction & 185 psig

condenser pressure while running

at 1200 rpm absorbing 37.7 bhp

Rs 5000.00 2% of total

value

Two

Months

Turnkey

basis

02. 11 / 0.440 KV, 200 KVA, ONAN, TRANSFORMER, HV (3 - PHASE), LV(3 PHASE & NEUTRAL) WITH OFF LOAD TAP CHANGER, OIL FILLED SUITABLE FOR OUT DOOR APPLICATION

Rs 2000.00 2% of total

value

One

Month

Turnkey

basis

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email [email protected]

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email Id- [email protected]

Material Details: Supply, Erection & Commissioning of Refrigeration Plant at Kochas

Milk Chilling Centre, Capacity-30 TR at 30 psig suction & 185 psig

condenser pressure while running at 1200 rpm absorbing 37.7 bhp

Technical Specification:

Sl.

No.

Item Description Qty.

1 a. Frick Vilter ammonia High Speed

Reciprocating Compressor C/w Fly

Wheel, Safety Valve, Oil Sight

glass, Suction & Discharge Valves,

Drive Accessories comprising of

Motor pulley, V-Belts & belt

Guard, Tools, Wrenches &

Foundation Bolts, Gauge Panel &

Capacity Control arrangement,

HP/LP Cutouts and skid mounting,

Model 452 XL. Capacity: 30 TR at

30 psig suction & 185 psig

condenser pressure while running

at 1200 rpm absorbing 37.7 bhp

02 Nos.

b. 50 HP ABB/Siemens/Crompton

make SPDP squirrel cage Induction

motor suitable for 415 V, 3 Phase,

50 Hz AC

02 Nos.

c. Combined HP/LP & OP Cutouts

Switches.

02 Sets

d. Frick Scrubber type Ammonia Oil

Separator C/w Flanges, Auto Oil

Return, Float etc. of size 16‟ O x

46” Long

02 Nos.

2. Atmospheric type Ammonia

condenser each stand having 2” O

MS “C” class pipe x 20‟ long x 12

a.

Condenser

-12

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email Id- [email protected]

pipes high c/w water spray

arrangement, header, valves etc. 4

stands will have 1 Discharge & 1

Liquid Valve. Suction and

discharge waterline of suitable size

and three 7.5 HP Monoblock

pumps make

Beacon/Jyoti/Kirloskar complete

with necessary Valves and filter

and other accessories.

Pump Capacity: 60,000 Ltr. for

condenser water circulation.

Strands,

b.

Pump-03

Nos.

c.

Waterline

with valves

and

accessories-

Lot

3. Frick High Pressure Receiver of

size 36” O x 12‟ long c/w purge,

safety & drain valve and gauge

glass with valve and gauge glass

protector.

01 No.

4a. Size of IBT 7M x 5M x 2.06M (H)

in 2 sections.

Commercial Grade: 6mm MS plate

will be used for wall & partition

walls.

Commercial Grade: 8mm MS Plate

will be used for bottom of IBT.

The IBT will be reinforced with

MS angle & channel.

01 Set

b. Chilled Water Coil of IBT made of

32mm NB MS „C‟ Class ERW Pipe

having 2 coils each of 900 Mtrs. (2

x 900 Mtrs = 1800 Mtrs.). The coil

will be supplied with Liquid &

Suction Header, Accumulator and

will be spray Galvanized.

01 Set

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email Id- [email protected]

c. Set of Controls comprising of the

following Electronic Float Switch

with Valves & Header, Liquid

Solenoid Valve, HEV, By-pass

Valve & Strainer, Ice Limit

Thermostat.

02 Sets

5. Removable Cover of IBT will

made of 2” thick Teak Wood. The

Cover will be provided with handle

for lifting.

Lot

6. Frick 12” O vertical Agitator with 3

HP TEFC motor, Pulleys, V-belts

etc.

02 Sets

7. 7.5 HP Beacon/Jyoti/Kirloskar

make Monoblock Pump set for

chilled water circulation having

capacity of 170 GPM at 27.5 Mtrs.

Head.

03 Nos.

8. GI „B‟ Class pipes, fittings, valves

and strainers for chilled water

circulation.

Quantity of pipe is included as

follows: 100mm O- 90 Mtrs.

Lot

9. Frick Ammonia Gas Purger. 01 No.

10. 100mm thick EP Insulation for IBT

Tank with fixing materials.

Lot

11. 50mm thick Expanded Polystyrene

Pipe Section Insulation with chilled

Water Piping, IBT & Accumulator.

Lot

12. MS „C‟ class Ammonia Pipes,

Fittings, Valves for inter

connecting Compressor,

Condenser, IBT Coil and Receiver.

Lot

13a. Electrical Control Panel having

incoming & outgoing switches and

starters for compressor, Chilled

Lot

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email Id- [email protected]

(To be furnished by the Manufacturer in separate sheet as per this format)

Description 200 kVA

1. Make & Manufacturer Voltamp, kirloskar-electric, Andrew Yule, Sapa, ABB & BHEL

2. Type of Transformer 3 phase, oil filled, Suitable for outdoor installation

3. Voltage Ratio 11000/433V

4. Rating in kVA 200 kVA

5. System voltage (max.) 12 kV

6. Rated voltage HV 11 kV

7. Rated voltage LV 433 - 250 V

8. Line current HV 10.5 A

9. Line current LV 266.0 A

10. Frequency 50 c/s +/- 5%

11. No. of Phases Three

12. Connection HV Delta

13. Type of cooling ONAN

14. Noise level at rated voltageand frequency 45 db

15. Min. No. of coil per limb 8 coil per limb

16. Connection LV Star(Neutral brought out)

17. Vector group Dyn-11

18. % Impedance at 75 deg.C. < 4.75%

19. Regulation at

a) Unity P.F.

b) 0.8 P.F. at 75 deg.C.As per IS tolerance

20. Tap changing arrangement (off load) & to be provided

on HV side for HV variation.

+2.5 % to

-7.5% in step of 2.5 %

21. Flash Test

(a) HV 28 kV / 50 HZ for 1min.

(b) LV 3 kV/50 Hz for 1 min.

To be withstand

22. Over potential Test Double Voltage & Double frequency for 1 minute To be withstand

23. Efficiency at 75 deg.C.

a) Unity P.F. &

b) 0.8 P.F.

1) 125% load

2) 100% load

3) 75% load

4) 50% load

5) 25% load

As per IS tolerance.

24. Core Material used and Grade CRGO Amorphous

a) Flux density : 1.69 T 1.69 T

25. Maximum temperature rises above ambient temp. of 50 deg C

Water Pump, Condenser Water

Pump & Agitator Motor

b. Power and Control cabling for

above equipments and existing

Main Power Panel to the new

refrigeration panel along with load

earthing.

Lot

11 / 0.440 KV, 200 KVA, ONAN, TRANSFORMER, HV (3 - PHASE), LV (3

PHASE & NEUTRAL) WITH OFF LOAD TAP CHANGER, OIL FILLED

SUITABLE FOR OUT DOOR APPLICATION

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email Id- [email protected]

a) Windings by resistance method

b) Oil by Thermometer

40 Deg. C

35 Deg. C

26. Magnetizing (No load) Current at

a) Normal Voltage

b) Maximum Voltage

<3% of FLC

<6% of FLC

<2% of FLC

<5% of FLC

27. Core loss in watts AMT CRGO

No load losses 124 311

28. Full load losses in watts at 75 deg.C. 2312(CRGO)

29. Total losses at 100% load at 75 deg. C With in IS tolerance.

30. Total losses at 50% load at 75 deg. C With in IS tolerance.

31. Current density used for

a) HV winding.

b) LV winding.

< 2.5 A/sq.mm (for CopperCond)

<1.60 A/sq.mm(for Aluminium Cond)

32. Clearances

a) Core & LV

b) LV & HV

c) HV Phase to Phase

d) End insulation clearance to Earth

e) Any point of winding to tank 255 mm

33. Inter layer insulation provided in design for

1) Top & bottom layer

2) In between all layer

3) Details of end insulation

4) Whether wedges are provided at 50% turns of the HV coil

Epoxy dotted Kraft Paper

34. Paint Epoxy-632

35. Fittings(accessories) Rating & Diagram Plate, Terminal marking plate, Lifting & jacking lugs,

Silica gel breather, Bottom Drain cum Filter valve, Top Filter valve, Thermometer pocket,

Conservator with oil filling hole and drain plug, flat Rollers, Explosion Vent with double

diaphragm, Oil Temperature Indicator, Winding Temperature Indicator, Buchholz Relay with 2

Nos. shut-off valves, Magnetic Oil Level Gauge, Marshalling Box.

36. Particulars of Bushings HV / LV

1) Type IS-3347/IS-1180

2) Rating as per I.S. Note : The following shall be specifically confirmed

1. Whether the offer conforms to the limits of impedance mentioned in the specification

2. Whether the offer conforms to the limits of temperature rise mentioned in the Specification

3. Whether the losses of the transformers offered are within the limits specified

4. Whether the transformer offered is already type tested for the design and test reports enclosed.

5. Bidders are requested to quote the prices of the Transformer for core materials of CRGO &

Amorphous separately. 6

ANNEXURE-II

Technical terms & conditions

TECHNICAL SPECIFICATION FOR OUTDOORS TYPE DISTRIBUTION

TRANSFORMERS OF THREE PHASE 11 KV 433 - 250V CLASS UPTO AND

INCLUDING 200 KVA WITH CRGO / AMORPHOUS METAL CORE

1.0 SCOPE:

This specification covers engineering, manufacture, assembly, stage testing, inspection and

testing before supply and delivery at site of oil immersed, Naturally cooled 3 phase 11 kV/433 -

250 V Distribution Transformers for outdoor use.

1.1 It is not the intent to specify completely herein all the details of the design and construction of

equipment. However the equipment shall confirm in all respects to high standards of engineering,

design and workmanship and shall be capable of performing in continuous operation up to the

Bidder‟s guarantee, in a manner acceptable to the purchaser, who will interpret the meanings of

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email Id- [email protected]

drawings and specification and shall have the power to reject any work or material which, in his

judgment is not in accordance therewith. The offered equipment shall be complete with all

components necessary for their effective and trouble free operation. Such, components shall be

deemed to be within the scope of Bidder‟s supply irrespective of whether those are specifically

brought out in this specification and / or the commercial order or not.

1.2 STANDARD RATINGS:

The Standard Ratings shall be 200 KVA.

2.0 STANDARDS:

2.1. The materials shall conform in all respects to the relevant Indian / International Standard

Specification, with latest amendments thereof; some of them are listed below:

Indian Standard Title International & Internationally recognized standard

ISS -2026/1977 Specification for Power Transformer IEC 76

IS 12444 Specification for Copper wire rod ASTM B-49

ISS -3347/1967 Specification for porcelain Transformer bushing DIN 42531,23,3

ISS-335/1983 Specification for Transformer Oil BS 148, D-1473, D-1533- 1934 IEC Pub 296-

1969

ISS - 5484 Specification for Al Wire rods ASTM B - 233

ISS - 9335 Specification for Insulating Kraft Paper IEC 554

ISS - 1576 Specification for Insulating Press Board IEC 641

ISS- 6600/1972 Guide for loading of oil Immersed Transformers IEC 76

ISS-649 Testing of Steel Sheets & Strips For Magnetic circuits

ISS-6162(Part-I&II) Paper covered Aluminium Conductor

ISS- 3401 Silica gel

ISS-1866 Code of practice for maintenance & supervision of Mineral insulating oil in equipment.

Material conforming to other internationally accepted standards, which ensure equal or higher

quality than the standards mentioned above, would also be acceptable. In case the Bidders who

wish to offer material conforming to the other standards, salient points of difference between the

standards adopted and the specific standards shall be clearly brought out in relevant schedule.

Four copies of such standards with authentic English translations shall be furnished along with the

offer.

3.0 SYSTEM DETAILS:

The transformers shall be suitable for outdoor installation with 3 phase 50 Hz, 11 KV

system in which the neutral is effectively

earthed and they should be suitable for service under fluctuations in supply voltage up to

plus 10% to minus 15%.

3.1. SERVICE CONDITIONS:

The Distribution Transformers to be supplied against this specification shall be suitable for

satisfactory continuous operation under the

The equipment shall be for use in moderately (45-47 degree centigrate hot and humid tropical

climate, conducive to rust and fungus growth.

5.1.1 MATERIAL - CRGO/ AMORPHOUS METAL:

a) CRGO Material:

i) The core shall be of NEW high grade cold rolled grain annealed steel lamination having low

loss and good grain properties, coated with

hot oil proof insulation, bolted together and to the frames firmly to prevent vibration or noise. The

complete design of core must ensure

permanency of the core losses with continuous working of the transformers. The value of the

maximum flux density allowed in the design

and grade of lamination used shall be clearly stated in the offer.

ii) Core Clamping for CRGO:

1. MS channel shall be used on top and bottom

2. Core Channel on LV side to be reinforced at equidistance, if holes / cutting is done for LT lead

in order to avoid bending of channel.

3. MS Channels shall be painted with varnish or oil-resistant paint.

iii The transformers core shall be suitable for over fluxing (due to combined effect of voltage and

frequency) up to 12.5% without injurious heating at full load conditions and shall not get

saturated. The Bidder shall furnish necessary design data in support of this situation.

iv) The nominal flux density in any part of the core shall not exceed 1.69 Tesla at 1.0 p.u.voltage

and 1.9 Tesla at 1.1 p.u.voltage. The vendor shall furnish necessary design data in support of this

stipulation.

v) No load current shall not exceed 3% of full load current and will be measured by energizing

the transformer at 433 volts, 50 c/s on the

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email Id- [email protected]

secondary. Increase of voltage of 433 volts by 12.5% shall not increase the No load current by

Max. 6% of full load current. Test for magnetic balance by connecting the LV phase by phase to

rated phase voltage and measurement of an, bn, cn voltage will be carried out.

vi) Clamping and Tie-rods shall be made from HT steel & shall be parkarised.

b) AMORPHOUS METAL:

i) The core shall be high quality amorphous ribbons having very low loss formed into wound

cores of rectangular shape, bolted together to the frames firmly to prevent vibration or noise. The

complete design of core must ensure permanency of the core loss with continuous working of the

transformers. The value of the flux density allowed in the design shall be clearly stated in the

offer. Curve showing the properties of the metal shall be attached with the offer.

ii) Core Clamping for Amorphous metal Transformers

1. Core clamping shall be with top and bottom U-shaped core clamps made of sheet steel clamped

HT steel tie rods for efficient clamping.

2. MS core clamps shall be painted with varnish or oil-resistant paint.

3. MS rods shall be used as tie rods.

4. Suitable provision shall be made in the bottom core clamp / bottom plate of the transformer to

arrest movement of the active part.

iii) The transformers core shall be suitable for over fluxing (due to combined effect of voltage and

frequency) up to 12.5% without injurious heating at full load conditions and shall not get

saturated. The Bidder shall furnish necessary design data in support of this situation.

iv) No load current shall not exceed 2% of full load current and will be measured by energizing

the transformer at 433 volts, 50 c/s on the secondary. Increase of voltage of 433 volts by 12.5%

shall not increase the No load current by Max. 5% of full load current. Test for magnetic balance

by connecting the LV phase by phase to rated phase voltage and measurement of an, bn, cn

voltage will be carried out.

Note : "Equal weightage shall be given to the transformers with amorphous metal core &

CRGO".

5.2 WINDINGS:

5.2. a Materials : Super enamel covered copper Conductor or Double paper covered copper

conductor shall be used for 11KV / 500 KVA or Double paper covered aluminium conductor shall

be used for 11 KV / 200KVA class transformer. A mix of copper & aluminium conductors for

HV & LV winding will not be permitted.

5.2. b. Current density for HV and LV shall not be more than 2.5 A/sq.mm. for copper and 1.60

A/sq.mm. for aluminum conductor. (However, +5% tolerances for LV winding is permissible)

5.2. c. LV winding shall be in even layers so that neutral formation will be at top. The winding

shall be of one or more rectangular conductors insulated from each other to reduce eddy current

losses. The tolerances on the size of the conductor shall be as per IS-6160, specification

for rectangular conductors. If the active axial length of the coil is more than 350 mm, an axial

duct, of 4 mm is provided between the LV coil layers. The materials used for providing duct shall

be non-compressible material such as treated wood permali, etc.

5.2. d. The winding construction of single HV coil wound over LV coil is preferable.

This is generally of round wire and coils are in form of packets and a number of coils are

connected in series to achieve the necessary voltage ratio. The number of coil per limb shall

depend upon the necessary cooling surface and mechanical strength. An axial duct of 3 mm is to

be provided if the radial thickness of coils is more than 50 mm and/or the axial length of

individual coil is more than 80mm. The radial duct shall be adequate for free circulation of oil as

well as to withstand voltage between adjacent coils. The inter – layer insulation shall be of epoxy

coated paper or a minimum 4 layers of 2 mil ( 0.05mm) paper of approved manufactures.

5.2.e. Inter layer insulation shall be Epoxy dotted Kraft Paper.

5.2.f. Proper bonding of inter layer insulation with the conductor shall be ensured. Test for

bonding strength to be conducted.

5.2.g. Dimensions of winding coils are very critical. Dimensional tolerances for winding coils

shall be with in limits as specified in GTP.

5.2.h. Taps shall be made on the primary winding for -7.5% to +2.5% for HV variations.

5.2.e. INSULATION MATERIAL & CLEARANCES:

5.2..e(i).Materials Electrical grade insulating craft paper of Triveni / Ballarpur / Cauvery or

equivalent make subject to approval of the purchaser

shall be used. Similarly Press Board of Senapaty, Whitelay or Raman make or equivalent subject

to the approval of the purchaser shall be

used. Perma wood or Haldi wood blocks shall be used for top and bottom yoke insulation.

INTERNAL CLEARANCES

Location Where active length of LV coil

350 mm or less. More than 350 mm

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email Id- [email protected]

(i) LV coil to core circle 3 4

(ii) LV coil to HV coil 9 11

(iii) HV coil phase to phase (a) 10 10 For 11KV Class

(iv)HV coil / HV leads to inside surface of tank 350 mm or less. More than 350 mm

(a) 30 30 for 11KV Class

5.2.1 OIL:

The insulating oil shall comply with the requirements of relevant standards IS 335 / 1993 or BS

148 or REC 39/1993. Oil shall be filled under vacuum of 250 tolr. +/- 5 %.

5.3 LOSSES:

The bidder should guarantee individual No load loss and load loss without any positive tolerance.

The bidder should also guarantee the total losses at 50% load condition (50% of rated kVA rating

at rated voltage and frequency and at 75 deg centigrade without any positive tolerance.

The losses shown are maximum allowable and there would not be any positive tolerance.

Bids with higher losses than the above specified values would be treated as Non-responsive.

5.3.1. Percentage Impedance:

Voltage Ratio kVA Rating in KVA Percentage Impedance

11000/433 - 250 V 200 less than or equal to 4.75 %

% impedance shall be subject to tolerance specified in IS: 2026 – 1977.

Bids not meeting the limits indicated above will be treated as non-responsive.

5.3.2 Temperature rise:

The temperature rises over ambient shall not exceed the limits described below:

Top oil temperature rise measured by thermometer : 35 deg.C

Winding temperature rise measured by resistance : 40 deg.C

Bids not meeting the above limits of temperature rise will be treated as non-responsive.

5.4 PENALTY FOR NON PERFORMANCE:

5.4.1. Transformers with temperature rise and impedance beyond guaranteed values:

5.4.2. Purchaser reserves the right to reject the transformer during the test at supplier‟s works, if

the temperature rise exceeds the guaranteed values.

5.4.3. Purchaser reserves the right to reject any transformer during the test at supplier‟s works, if

the impedance values differ from the guaranteed

values including tolerance.

5.5 INSULATION MATERIAL:

a) Material : Electrical grade insulation Kraft Paper of standard make or better material subject to

approval of the purchaser. Pressboard of standard make or better material subject to approval of

purchaser.

b) All spacers, axial wedges / runners used in windings shall be made of pre-compressed

Pressboard − solid, conforming to type B 3.1 of IEC 641-3-2. In case of cross-over coil winding

of HV all spacers shall be properly sheared and dovetail punched to ensure proper locking. All

axial wedges / runners shall be properly milled to dovetail shape so that they pass through the

designed spacers freely. Insulation shearing, cutting, milling and punching operations shall be

carried out in such a way, that there should not be any burr and dimensional variations.

5.6 TANK:

The transformer tank can be with radiator fins.

FOR RECTANGULAR PLAIN TANK:

i. The transformer tank shall be of robust construction rectangular in shape and shall be built up of

tested MS sheets. The tank shall be made of prime quality MS sheet with necessary stiffener to

withstand the pressure built in during the expansion of oil due to temperature rise. The exterior of

the transformer tank and other ferrous fitting shall be thoroughly cleaned, scraped / sand blasted

and given a priming coat and two finishing coats of durable oil and weather resistant paint of light

admiralty grey conforming to color code No. 697 of IS-5/2978.

ii. The internal clearance of tank shall be such that, it shall facilitate easy lifting of core with coils

from the tank without dismantling LV bushings.

iii. All joints of tank and fittings shall be oil tight and no bulging should occur during service. The

tank design shall be such that the core and windings can be lifted freely. The tank plate shall be of

such strength that the complete transformers when filled with oil may be lifted bodily by means of

lifting lugs. Inside of tank shall be painted with varnish / hot oil.

iv. Manufacturer should carry out all welding operations as per the relevant ASME standards.

v. The four walls of the tank shall be made of Two “L” shaped sheets (without joints) fully

welded at the corners from inside and outside of the tank for withstanding a pressure of 0.8

kg/cm2 for 10 minutes.

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email Id- [email protected]

vi. The tank shall be reinforced by welded angle on all the outside walls on the edge of the tank to

form two equal compartments. Permanent deflection when the tank without oil is subject to a

vacuum of 525 mm of mercury for rectangular tank and 760 mm of mercury for round

tank, shall not be more than 5 mm up to 750 mm length and 6 mm upto 1250 mm length. The

tank shall further be capable of

withstanding a pressure of 0.8 kg/sq.cm (g) and a vacuum of 0.3 kg/sq.cm(g) without any

deformation.

vii. The radiators can be tube type or fin type or pressed steel type to achieve the desired cooling

to limit the specified temperature rise. The transformer shall be capable of giving continuous rated

output without exceeding the specified temperature rise. Bidder shall submit the

calculation sheet.

viii. Lifting lugs : 4 Nos. welded heavy duty lifting lugs of MS plate 8 mm thick (min) suitably

reinforced by vertical supporting flat welded edgewise below the lug on the side wall.

ix. Pulling lugs : 4 Nos. of welded heavy duty pulling lugs of MS plate 8 mm thick (min) shall be

provided to pull the transformer horizontally.

x. Top cover fixing bolts of G.I adequately spaced and 6 mm Neoprene bonded cork gaskets

conforming to IS 4253 part-II shall be placed between tank and cover. The bolts outside tank shall

have 2 flat washers & one spring washer.

5.6.8. CONSERVATOR

a. On Transformers of all ratings with rectangular plain tank the provision of conservators is

obligatory.

b. When a conservator is provided, oil gauge and the plain or dehydrating breathing devise shall

be fixed to the conservator which shall also be provided with a drain plug and a filling hole (1¼"

normal size thread) with cover. The capacity of a conservator tank shall be designed to contain

10% of the total quantity of oil and its contraction and expansion due to temperature variations.

Normally 3% quantity of total oil will be contained in the conservator. In addition the cover

of main tank shall be provided with an air release plug to enable air trapped within to be released,

unless the conservator is so located as to eliminate the possibility of air being trapped within the

main tank.

5.6.9. BREATHER:

Breather shall be screwed type. It shall have die cast aluminium body & further, inside

container for silica gel shall be of tin sheet, Volume of Silica gel breather shall be 0.5 Kg.

Inverted U-shape pipe shall be used for connection of breather.

5.7 SURFACE PREPARATION & PAINTING

5.7.1. GENERAL:

5.7.1.1 All paints shall be applied in accordance with the paint manufacturer‟s recommendations.

Particular attention shall be paid to the following:

a) Proper storage to avoid exposure as well as extremes of temperature.

b) Surface preparation prior to painting.

c) Mixing and thinning

d) Application of paints and the recommended limit on time between coats.

e) Shelf life for storage.

5.7.1.2 All paints, when applied in a normal full coat, shall be free from runs, sags, wrinkles,

patchiness, brush marks or other defects.

5.7.2. PAINT MATERIAL:

Followings are the types of paint that may be suitably used for the items to be painted at shop.

5.7.2.1 Heat resistant paint (Hot oil proof) for inside surface.

5.7.2.2 For external surfaces one coat of Thermo Setting Powder paint or 1 coats of Zinc

chromate primer followed by 2 coats of Synthetic Enamel / Polyurethene base Paint These paints

can be either air drying or staving.

5.7.2.3 The color of the finishing coats shall be dark admiral gray conforming to No. 632 of IS-5

of 1961

5.7.3. PAINTING PROCEDURE:

5.7.3.1 To the maximum extent practicable the coats shall be applied as a continuous film of

uniform thickness and free of pores. Overspray, skips,

runs, sags and drips should be avoided. The different coats may or may not be of the same colour.

5.7.3.2 Each coat of paint shall be allowed to harden before the next is applied as per

manufacturer‟s recommendation.

5.7.3.3 Particular attention must be paid to full film thickness at edges.

5.7.3.4 The painted surface shall be tested for paint thickness.

5.7.3.5 The painted surface shall pass the Cross Hatch Adhesion test, as per the relevant ASTM

standards.

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email Id- [email protected]

NOTE : Supplier shall guarantee the painting performance requirement for a period of not

less than 5 years.

5.8. BUSHINGS:

5.8.1 The H.V, LV porcelain bushing and metal parts shall be as per following IS

1) IS 5621/1980 – hollow insulators.

2) IS 7421/1988 – Porcelain transformer bushing up to 11KV.

3) IS 2099/1986 – bushing for A.C voltage above 1kv.

4) IS 3347/1988 – porcelain transformer bushing.

The metal parts shall be made from drawn or rolled quality tinned brass or electroplated. The

arrangement of bushing at top plate will only

be acceptable. HV bushings are to be installed on turret, flange and gaskets to prevent eventual

entry of water. Bushings having type tested

as per IS 3347 and approved by the Board shall only be acceptable.

Note: Embossing showing the Manufacturer‟s name should be clearly visible, even after fixing

the same on Transformer.

5.8.2 The bi-metallic connectors shall have to be fitted on HV/LV terminals having capacity

of double the size of rated HV/LV current of

transformer.

5.8.3 INTERNAL CONNECTION:

(a) HV winding:

i) In case of HV winding all jumpers from winding to bushing shall have cross section larger than

winding conductor.

ii) Inter coil connection shall be done by brazing.

iii) In case of AL/CU winding Delta joint shall be with brazing only.

iv) Lead from Delta joint shall be connected to bushing rod by brazing only.

(b) LV Winding:

LV star point shall be formed of AL/CU flat of sufficient size and length. Lead from winding

shall be connected to the flat by brazing.

Firm connection of LV winding to bushing shall be made of adequate size of “L” shape flat.

Connection of LV coil lead to “L” shape flat

shall be made by brazing. The "L"Shape flat shall be of copper for copper winding & Alluminium

of Alluminium winding. “L” shape

flat/lug shall be clamped to LV bushing metal part by using nut, locknut and washer. 14

5.9. TANK BASE CHANNEL:

For numbers of plain bi-directional rollers with cross channels for platform mounting.

5.10. TERMINAL MARKINGS:

(i) High voltage and Low voltage phase windings shall be marked both in the terminal boards

inside the tank and on the outside with capital

letter 1U, 1V, 1W and low voltage winding for the same phase marked by corresponding small

letter 2u, 2v, 2w. The neutral point terminal

shall be indicated by the letter 2n. Neutral terminal to be brought out and connected to local

grounding terminal by an Earthing strip.

(ii) Marking of GSECL and Sr. No. of transformer will be engraved in addition to above on top

cover near lifting lug towards Neutral side.

(iii) The name of the company, order no., capacity, month and year of manufacturing GSECL, Sr.

No. shall be engraved on tank of transformer

just below the name plate clearly visible. The engraving can be done on separate plate which shall

be firmly welded to main tank and shall

form integral part of the tank.

5.11 FITTINGS:

The following standard fittings shall be provided.

a) Two earthing terminal (stud and bolts should be properly galvanized and confirm to IS:

1363/1967 and IS : 1367/1961 and latest amendment thereof.

b) Two lifting lugs to lift core assembly.

c) Two lifting lugs to lift complete transformer

d) Crimping type cable sockets for 200 KVA transformers with suitable G.I. bolts and nuts and

washer to fix the same to LV terminals.

e) Rating and terminal marking plates.

f) Unidirectional flat rollers.

g) Oil level gauge with toughened glass with minimum marking.

h) Thermometer pocket in according to ISS: 3580.

i) De-hydrating breather.

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email Id- [email protected]

j) Air release plug on the transformer tank to release tapped air inside the tank when filling oil

through conservator.

k) One drain cum sampling valve.

l) One filter valve on the supper top side of the tank

m) Lifting lugs for tank cover.

n) Inspection hole for 200 KVA

5.12 FASTENERS:

a. All bolts, studs, screw threads, pipe threads, bolt heads and nuts shall comply with the

appropriate Indian Standards for metric threads, or the technical equivalent.

b. Bolts or studs shall not be less than 6 mm in diameter except when used for small wiring

terminals.

c. All nuts and pins shall be adequately locked.

d. Wherever possible bolts shall be fitted in such a manner that in the event of failure of locking

resulting in the nuts working loose and falling off, the bolt will remain in position.

e. All ferrous bolts, nuts and washers placed in outdoor positions shall be treated by hot dip

galvanizing, except high tensile steel bolts and spring washers which shall be electro-galvanized /

plated. Appropriate precautions shall be taken to prevent electrolytic action between dissimilar

metals.

f. Each bolt or stud shall project at least one thread but not more than three threads through the

nut, except when otherwise approved for terminal board studs or relay stems. If bolts nuts are

placed so that they are inaccessible by means of ordinary spanners, special spanners shall be

provided.

g. The length of the screwed portion of the bolts shall be such that no screw thread may form part

of a shear plane between members.

h. Taper washers shall be provided where necessary.

i. Protective washers of suitable material shall be provided front and back or the securing screws.

5.13 MOUNTING ARRANGEMENT:

For numbers of plain bi-directional rollers with cross channels for platform mount

5.14 OVERLOAD CAPACITY:

The transformers shall be suitable for loading as per IS: 6600 / 1972

5.15 GUARANTEE FOR THE TRANSFORMERS:

1) Guarantee period shall be 60 months from the date of supply. If any transformer fails

during this guarantee period, the supplier shall repair the same at his cost at his works.

2) The supplier situated outside Bihar State shall have to establish suitable and adequate

arrangement for repairing and testing of failed transformer in Bihar State at his cost.

6.0. TESTS:

a) All the equipment offered shall be fully type tested by the bidder or his collaborator as per the

relevant standards. The type test must

have been conducted on a transformer of same design. The Bidder shall furnish sets of type test

reports along with the offer.

b) The test certificates for all routine and type tests for the transformers and also for the bushings

and transformer oil shall be submitted

with the bid.

6.1. ROUTINE TESTS:

1. Ratio, polarity and phase sequence.

2. No Load current and losses at service voltage and formal frequency

3. Load losses at rated current and normal frequency

4. Impedance Voltage test

5. Resistance of windings at each tap, cold (at or near the test bed temp.)

6. Insulation resistance

7. Induced over voltage withstand test.

8. Separate source voltage withstand test.

9. Neutral current measurement

10. Oil samples to comply with IS 1866.

11. Measurement of no load losses and magnetizing current at rated frequency and 90%, 100%

and 110% voltage

6.2 TESTS AT SITE : The purchaser reserves the right to conduct all tests on Transformer after

arrival at site and the manufacturer shall

guarantee test certificate figures under actual service conditions.

6.4. ACCEPTANCE TESTS:

The transformers shall be subjected to the following routine / acceptance test in presence of

purchaser‟s representative at the place of

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email Id- [email protected]

manufacture before dispatch without any extra charges. The testing shall be carried out in

accordance with IS: 1180 and IS: 2026.

a. Checking of weights, dimensions, fitting and accessories, tank sheet thickness, oil quality,

material, finish and workmanship as per GTP / QA Plan and contract drawings.

b. Physical verification of core coil assembly and measurement of flux density of one unit of each

rating, in every inspection with reference to short circuit test report.

c. All tests as specified in clause 6.1

6.5 Transformer Oil:

The transformer oil to be filled shall be I.S.I. marked confirming to REC Specification 39/1985

(R-1993) and I.S. 335/1993 with latest amendments.

To ascertain the quality of the transformer oil the original manufacturers‟ test report shall be

submitted at the time of inspection.

6.6 TOLERANCES:

Unless otherwise specified herein the test value of the transformers supplied would be within the

tolerance permitted in the relevant standards. No positive tolerance is allowed on guaranteed No

Load and Load losses.

7.0. INSPECTION:

All tests and inspection shall be made at the place of manufacturer and unless other wise

especially agreed upon the manufacturer and the purchaser at the time of purchase. The

manufacturer shall afford the inspector representing the purchaser all reasonable facilities,

without charge to satisfy him that the material is being furnished in accordance with specification.

The manufacturer shall provide all services to establish and maintain quality of workman ship in

his works and that of his sub-contractors to ensure the mechanical / electrical performance of

components, compliance with drawings, identification and acceptability of all materials, parts and

equipment as per latest quality standards of ISO 9000.

8.0. DOCUMENTATION:

The Bidder shall furnish along with the bid the dimensional drawings of the items offered

indicating all the fittings.

i) Dimensional tolerances

ii) Weight of individual components and total weight.

9.0 PACKING & FORWARDING:

9.1 The packing shall be done as per the manufacturer‟s standard practice. However, it should be

ensured that the packing is such that, the material would not get damaged during transit by Rail /

Road / Sea.

9.2 The making on each package shall be as per the relevant IS.

10.0. DRAWINGS :

One copy of the dimensional drawing and internal construction drawing of each ratting

transformer shall be submitted with the tender.

These drawings shall be of A-3 (420 x 297 mm) size only. Guaranteed and other technical

particulars of the transformers as per the tender

shall also be submitted in A-4 size for our approval. In the Performa attached with tender only.

11.0 GTP- GUARANTEED AND OTHER PARTICULARS FOR TRANSFORMERS:

To be filled in and submitted by the tenderer in the Performa attached with the tender.

12 For any deviation from the specification, which is not specifically brought out in the schedule

of deviations, the offer may be liable for rejection. The deviation brought out in the schedule shall

be supported by authentic documents, standards and clarifications; otherwise the offer may be

liable for rejection.

13 The tenderer shall submit the list of orders for similar type of equipments, executed of under

execution during the last three years, with full details in the schedule of Tender‟s experience

(Schedule „C‟) to enable the purchaser to evaluate the tender.

14 TENDER DRAWINGS TO BE ENCLOSED:

i) G. A. Drawing.

ii) Internal Construction Drawing.

iii) Name plate drawing

iv) Technical Details Sheet.

v) HT/LV Bimetallic connectors.

vi) Drain cum sampling Valve Drawing.

vii) Drawing for month & year to be written on conservator tank & body.

viii) Core details drawing

ix) Short circuit capacity calculation sheet

x) Cooling capacity calculation

The above drawings are illustrative. However, the tenderer may submit their own drawing if they

so desires. The bidder shall submit above details

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email Id- [email protected]

along with offer as well as before offering the prototype transformer. 18

NOTE: -

(1) Party has to give inspection call for Routine Testing as per IS-2026 at their works.

(2) The transformer supplied by the party shall be guaranteed for 12 months from the date of

commissioning / 18 months from the date of dispatch, whichever is earlier.

(3) Cable Glands and cable lugs for Cable box shall not be in the party scope.

(4) Party shall furnish weight and dimensions after finalizing / freezing the design and parameters

after the detailed engineering. Party shall furnish efficiency and regulations.

(5) Make for above item : Voltamp, kirloskar-electric, Andrew Yule, Sapa, ABB & BHEL.

(6) Tenderer shall have to furnish the details regarding efficiency, regulation HV / LV current

rating and no load / full load loss of the relevant transformer in Technical particulars with

Technical Bid.

GENERAL TERMS & CONDITIONS

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.

(A) Prequalification terms to make the tenderers eligible for participation in the bid.

1) Bidders annual turnover in the same name and style in each of the last three years shall

not be less than the total tender value. (Certified supporting documents to be attached in

proof)

(For agencies quoting on behalf of their principals, the turnover of their principals may

be considered)

2) Bidders must have successfully completed during any one of the last 5 years similar

works and the value as follows:-

Two similar jobs each costing not less than the amount equal to 50% of the estimated cost

(certificates of completion from clients in co-op/ Govt. undertaking/ Pvt. Reputed

companies should be attached in proof besides P.O. copies). For agencies quoting on

behalf of their principals, the purchase orders on their principals may be considered.

3) Bidder should furnish certified copy of latest Annual report along with their PAN/TAN Nos.

The above three conditions are essentially required.

Note: - Without compromising with the experience and above eligibility criterion, the agencies

registered with the local sale tax department will be preferred.

Besides the bidders should preferably also furnish.

(a) List of manpower with qualification and experience to assess their technical

competence to undertake supplies as well as erection jobs.

(b) List of plant and machinery at their works and those which can be sent for erection

and commissioning.

(B) Tender shall be submitted in two parts in separate sealed covers as described

below:-

Part-1- Techno-commercial bid containing technical offer & commercial terms &

conditions.

Technical offer for main equipments shall contain

(a)Technical specification if not detailed in tender papers otherwise confirmation of the

one given with tender with filed in details as desired.

b) Scope of supply & bill of materials

c) Catalogues, literature & drawings as required to give details of items.

d) P & I diagrams showing sizes of pipes & fittings and inter connection details of main

equipments if applicable.

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email Id- [email protected]

e) Optional items.

f) Recommended list of spares for three years of operation.

(g) Schedule of completion of erection and commissioning job.

(h) Guarantees offered for equipments.

(i) Listing of deviations.

(j) Listing of exceptions & assumptions.

(k) Delivery schedule

(l) Validity of offer

(m) Services & materials to be provided by the purchaser.

(n) Schedule of stage/final inspections at suppliers works if required.

(o) A confirmation whether earnest money is given with the part II i.e. price Bid or not

with name of bank and draft No.

(p) Any other details/ document desired in tender documents.

Note: For Part A and B : 2% (Two Percent) of Item Value will be deducted as Electricity Cost if

Electric Supply is provided by SMU for welding, cutting, grinding etc.as may be the case. Else

Part should arrange his own DG Set with necessary and separate arrangement of fuel/Lub for

fabrication purpose.

Commercial offers shall contain

(a) Agreed terms & conditions (copy of those with tender paper to be returned duly

signed in token of acceptance.)

(b) General terms & conditions & deviations if any.

Contd.

Part-II Price Bid

It will contain.

(a) The best offer with firm prices in the price schedule format indicating basis of price, packing

& forwarding charges, excise duty, sales tax, freight, octroi, insurance, unloading ex site

basis.

(b) Erection and commissioning lump sum charges/unit wise charges for main equipments &

other items. The tenderer shall provide commissioning spares & consumables at no

additional cost unless stated otherwise in tender documents.

(C) Earnest money as per requirement of tender documents

Note 1) Any corrections/amendments shall be properly and fully authenticated. if not done so,

the offer is liable for rejection.

Firstly only part (1) containing techno commercial offer shall be opened and shall be

technically & commercially evaluated. In case it is necessary to ask for technical

commercial clarifications/ confirmation from the tender-er to bring the offer in line with

the requirement of specifications, fresh/ revised price bid shall be submitted, only if

requested by the purchaser, in separate sealed cover super scribed as revised price bid

(Part II), revision No……….. Unsolicited fresh/ revised bids shall not be entertained.

After getting necessary clarifications if required, Part II containing final revised price bid

otherwise the original price bid shall be opened for which the date and time shall be

intimated to the technically & commercially acceptable tenderer only, in case of public

opening.

Note (2) SMU reserves the right to open the price bid, if any, of any bidder, if required.

CHECK LIST

1) Has the Bid security (Earnest money)as per terms Yes/ No.

in tender notice been submitted.

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email Id- [email protected]

2) Has the price bid in terms of clause of Yes/No

Instructions to bidder been quoted

3) Has the delivery period been mentioned correctly and Yes/ No.

precisely indicating separately the time for dispatch

from your works, anticipated transit time and the time

for erection and commissioning.

4) Has the offer been kept valid for 120 days

Yes/No

5) Has the income tax clearance certificate been furnished Yes/No

if no, state reasons

6) Has the registration certificate of sales tax Yes/No

been attached

7) Has the statement of deviations been furnished Yes/No

8) Do you specifically agree to the liquidated

Yes/No

damage clause As per tender terms

9) Do you agree to furnish the performance guarantee

Yes/No

within one month from the date issuance of purchase

order

10) Has the list of clients to whom similar machines been

Yes. No

supplied with their full address

11) Do you full fill the eligibility criterion for the

Yes/No

prequalification

12) If yes, have you attached all the relevant

Yes/No

desired documents.

Signature (with seal) of bidder

INSTRUCTIONS TO BIDDERS

(A) The Bidding Documents

1.0 Content of Bidder Documents

1.1 The specification of goods required, bidder procedures‟ and contract terms are

prescribed in the Bidding Documents. In addition to the Invitation for Bids, the

Bidding Documents include:

(a) Instructions to Bidders:

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email Id- [email protected]

(b) Technical Specifications:

(c) Price Schedules:

(d) Bid Security Form:

(e) Contract Form- Not required

(f) Performance Security Form

1.2 The Bidder is expected to examine all instructions, forms, terms and specifications in the

Bidding Documents. Failure to furnish all information required by the Bidding

Documents or submission of a bid not substantially responsive to the Bidding Documents

in every respect will be at the Bidder‟s risk and may result in the rejection of its bid.

2.0 Amendment of Bidding Documents

2.1 At any time prior to the deadline for submission of bids, the purchaser may, for any

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

prospective Bidder, modify the Bidding Documents by amendment.

2.2 The amendment will be notified in writing or by telex or fax to all prospective Bidders

which have received the Bidding Documents and will be binding on them.

2.3 In order to afford prospective Bidders reasonable time in which to take the amendment

into account in preparing their bids, the purchaser may, at its discretion, extend the

deadline for the submission of bids.

(B) Preparation of Bids

3.0 Bid prices

3.1 The Bidder shall indicate on the price schedule attached to these documents the unit

prices and total bid prices of the goods it proposes to supply under the Contract. To this

end, the Bidders are allowed the option to submit bids for any one or more items

specified in the “schedule of requirement”. However, bidders must submit a bid for the

full quantity specified under schedule of requirement, failing which, such bids will not

be taken into accounts for evaluation and comparison and will not be considered for

award.

1

1.2 Prices indicated on the price schedule shall be entered separately in the following

manner:

i) The price of the goods, quoted ex- factory, ex- showroom, ex- warehouse or off

shelf, as applicable, including all customs duties and sales and other taxes

already paid or payable:

- On the components and raw material used in the manufacture or assembly of goods

quoted ex-factory.

OR

- the price of the goods, quoted ex-factory, ex-show room, ex- warehouse or off- the-shelf,

as applicable, including all customs duties and sales other taxes already paid or payable

on the imported goods of foreign origin quoted ex-showroom, ex- warehouse or off-the-

shelf.

(ii) any excise duty, sales and other taxes applicable in India which will be payable on

the goods if this contract is awarded.

(iii) Charges for packing and forwarding, inland transportation, insurance and other

local costs incidental to delivery of the goods to their final destination: and

(iv) The cost of installation and commissioning as described in the technical

specifications and putting the equipment into satisfactory operation including

successful completion of performance and guarantee tests to be performed at the

final destination by the bidder.

(v) The cost of incidental services.

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email Id- [email protected]

3.3 The Bidder‟s separation of price components in accordance with para 3.2 above will be

solely for the purpose of facilitating the comparison of bids by the purchaser and will not

in any way limit the purchaser‟s right to contract on any of the terms offered.

4.0 Bid currencies

4.1 For all goods and services covered in this bidding document, prices shall be quoted in

Indian Rupees only.

5.0 Bid Security (Earnest Deposit)

5.1 The Bidder shall furnish, as part of its bid, bid security as specified in the enquiry.

5.2 The bid security is required to protect the purchaser against the risk of bidder‟s conduct

which would warrant the security‟s forfeiture, pursuant to para 5.7 below.

5.3 The bid security shall be denominated in India Rupees only, and shall be in one of the

following forms:

(a) A bank guarantee issued by the Nationalized bank located in India or any bank abroad

acceptable to the purchaser in the form provided in the Bidding Documents and valid for

30 days beyond the validity of the bid. The guarantees given by other banks should be

confirmed by a nationalized India Bank or a Foreign Bank operating in Indian or

(b) A demand draft in favour of Shahabad Dugdh Utpadak Sahkari Sangh Ltd., Katira,

Ara802301 payable at Ara

5.4 Any bid not secured in accordance with Clause 5.1 and 5.3 will be rejected by the

purchaser as non- responsive.

5.5 Unsuccessful Bidder‟s bid security will be discharged/ returned as promptly as possible

but not later than 30 days after the expiration of the period of bid validity prescribed by

the purchaser, pursuant to clause 6 below.

5.6 The successful Bidder‟s bid security will be discharged upon the Bidders executing the

Contract, pursuant to clause 13 & furnishing the performance security, pursuant to

clause 14.

5.7 The bid security may be forfeited:

(a) if a bidder withdraws its bid during the period of bid validity or

(b) In the case of the successful Bidder, if the Bidder fails:

(i) to sign the Contract in accordance with clause 13:

or

(ii) To furnish performance security in accordance with clause 14.

6.0 Period of validity of Bids

6.1 Bids shall remain valid for 120 days after the date of bid opening prescribed by the

Purchaser, pursuant to clause 8. A bid valid for a shorter period may be rejected by the

purchaser as non- responsive..

6.2 In exceptional circumstances, the purchaser may solicit the Bidder‟s consent to an

extension of the period of validity. The request and the responses thereto shall be made in

writing (or by FAX or Telex), The bid security provided under clause 5 shall also be

suitably extended. A Bidder may refuse the request without forfeiting its bid security. A

Bidder granting the request will not be required nor permitted to modify its bid.

7.0 Deadline for submission of Bids

7.1 Bids must be received by the Purchaser at the address specified, not later than the time

specified for receipt of the bids as indicated I the enquiry.

7.2 The purchaser may, at its discretion, extend this deadline for the submission of bids by

amending the Bidding Documents in accordance with clause 7, above in which case all

rights and obligations of the purchaser and bidder previously subject to the deadline will

thereafter be subject to deadline as extended.

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email Id- [email protected]

8.0 Clarification of Bids

8.1 To assist in the examination, evaluation and comparison of bids the purchaser may, at its

discretion, ask the bidders for a clarification of its bid. The request for clarification and

the response shall be in writing.

9.0 Preliminary Examination

9.1 The purchaser will examine the bids to determine whether they are complete, whether any

computational errors have been made, whether required sureties have been furnished,

whether the bids are generally in order.

9.2 Arithmetical errors will be rectified on the following basis. If there is a discrepancy

between the unit price and the total price that is obtained by multiplying the unit price and

quantity, the unit price shall prevail and the total price shall be corrected. Errors, its bid

will be rejected, if there is a discrepancy between words and figures, the amount in works

will prevail.

9.3 Prior to the detailed evaluation, the purchaser will determine the substantial

responsiveness of each bid to the bidding documents. For purposes of these clauses, a

substantially responsive bid is one which conforms to all the terms and conditions of the

bidding documents without material deviations. The purchaser‟s determination of a bid‟s

responsiveness is to be based on the contents of the bid itself without recourse to extrinsic

evidence.

9.4 A bid determined as not substantially responsive will be rejected by the purchaser and

may not subsequently be made responsive by the Bidder by correction of the

nonconformity.

9.6 The purchaser may waive any minor informality or non- conformity or irregularity in a bid

which does not constitute a material deviation, provided such waiver does not prejudice or

affect the relative ranking of the Bidder.

10.0 Purchaser’s Right to vary Quantities at Time of Award

10.1 The Purchaser reserves the right at the time of award of contract to increase or decrease by

up to 15 (fifteen) % the quantity of goods and services specified in the schedule of

Requirements without any change in price or other terms and conditions.

11.0 Purchaser reserves the right to Accept Any Bid and to Reject any or all Bids.

11.1 The purchaser reserves the right to accept or reject any bid, and to annual the bidding

process and reject all bids at any time prior to award of contract, without thereby incurring

any liability to the affected Bidder or Bidders or any obligation to inform the affected

Bidder or Bidders of the grounds for the purchaser‟s action.

12.0 Notification of Award

12.1 Prior to expiration of the period of bid validity, the purchaser will notify the successful

Bidder in writing by registered letter or any fax or telex, to be confirmed in writing by

registered letter, that its bid has been accepted.

12.2 The notification of award will constitute the formation of the contract.

12.3 Upon the successful Bidder‟s furnishing of performance security pursuant to paragraph

14, the Purchaser will promptly notify each unsuccessful Bidder and will discharge its bid

security, pursuant to Clause 5.

13.0 Signing of Contract (For purchase, beyond Rs.25.00 lakhs)

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email Id- [email protected]

13.1 At the same time as the purchaser notifies the successful Bidder that its bid has been

accepted, the Purchaser will send the Bidder the Contract Form provided in the Bidding

Documents, incorporating all agreements between the parties.

13.2 Within 30 days of receipt of the Contract Form, the successful Bidder shall sign and date

the contract and return it to the Purchaser.

13.3 For purchases within Rs.25.00 lakhs, the duplicate copy of purchase order to be signed

and returned by supplier shall be the contract.

14.0 Performance Security

14.1 Within 30 days after the Supplier‟s receipt of notification of award of the Contract, the

suppler shall furnish performance security for 10% amount of the value of contract to the

purchaser.

14.2 The proceeds of the performance security shall be payable to the purchaser as

compensation for any loss resulting from the supplier‟s failure to complete its obligations

under the contract.

14.3 The performance security shall be denominated in Indian rupees and shall be in the

following form:

a) A bank guarantee or irrevocable letter of credit, issued by a Nationalized Bank in India or

any bank abroad confirmed by the Reserve Bank of India and in the form provided in the

Bidding Documents. The guarantees issued by other banks should be confirmed by a

Nationalized Indian Bank or a Foreign Bank operating in India.

b) Demand draft in favour of Shahabad Dugh Utpadak Sahkari Sangh Ltd., Katira, Ara-

802301. Such bank guarantee shall be valid till the expiry of the warranty period.

14.4 The performance security will be discharged by the purchaser and returned to the supplier

not later than 30 days following the date of completion of the Supplier‟s performance

obligations, including any warranty obligations, under the Contract.

15.0 Inspection and tests

15.1.1 The purchaser or the representative shall have the right to inspect and/ or test the Goods to

conform their conformity to the Contract. The Technical Specifications shall specify what

inspections and tests the purchaser requires and where they are to be conducted. The

purchaser shall notify the supplier in writing of the identity of any representatives, if

retained for these purposes.

15.23 Should any inspected or tested Goods fail to conform to the specifications, the purchaser

may reject them and the supplier shall either replace the rejected goods or make all

alterations necessary to meet specification requirements tree of cost to the purchaser.

15.2 The purchaser‟s right to inspect, test and, where necessary, reject the Goods after the

Goods‟ arrival at destination shall in no way be limited or waived by reason of the Goods

having previously been inspected, tested and passed by the purchaser or its representative

prior to the Goods shipment from the country of origin.

15.2.1 Nothing in clause 15 shall in any way release the supplier from any warranty or

other obligations under this contract.

16.0 Insurance

16.1 The goods supplied under the contract shall be fully insured in Indian Rupees against loss

or damage incidental to transportation and delivery.

17.0 The supplier shall:

Initiate and pursue claim till settlement, and

18. Promptly make arrangements for repair and/ or replacement of claim by the writers.

19. Transportation

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email Id- [email protected]

18.1 The supplier is required under the contract to deliver the goods FOR Destination.,

specified in the Schedule of requirement.Transport of the Goods to the destination

shall be arranged and paid for by the supplier, and the cost thereof shall be

included in the contract price.

18.2 Where the Supplier is required to effect delivery under any other terms, for

example, by post or to another address in the source country, the supplier shall be

required to meet all transport and storage expenses until delivery.

18.3 In all the above cases, transportation of the goods after delivery shall be the

responsibility of the purchaser.

19.0 Incidental Services (to be included in erection and commissioning charges)

19.1.1 As specified herein , the supplier may be required to provide any or all of the

following services:

(a) Performance or supervision of on-site assembly and/ or start-up of the

supplied goods: (part of erection)

(b) Furnishing of tools required for assembly and/or maintenance of the

supplied goods: (part of erection)

(c) Furnishing of a detailed operations and maintenance manual for each

appropriate unit of the supplied Goods: (part of supply)

(d) Performance or supervision or maintenance and/or repair of the supplied

Goods, for a period of time agreed by the parties, provided that this service

shall not relieve the Supplier of any warranty obligations under this

contract: and (part of commissioning).

(e) Conduct of training of the Purchaser‟s personnel, at the supplier‟s plant and/

or site, in assembly, start-up operation, maintenance and/ or repair of the

supplied Goods (part of commissioning).

19.2 Prices charged by the supplier for the proceeding incidental services, if not

included in the price for the Goods, shall be agreed upon in advance by the parties

and shall not exceed the prevailing rates charged from other parties by the

supplier for similar services.

20.0 Warranty/ Guarantee

20.1 The supplier warrants that the Goods supplied under the Contract are new, unused,

of the most recent or current models and incorporate all recent improvements in

design and materials unless provided otherwise in the contract. The supplier

further warrants that the Goods supplied under this contract shall have no defect

arising from design, materials or workmanship (except in so far as the design or

materials is required by the Purchaser‟s Specifications) or from any act or

omission of the supplier, that may develop under normal use of the supplied Goods

in the conditions obtaining in the country of final destination. The supplier also

guarantees that the Goods supplied shall perform satisfactorily as per the designed/

rated/ installed capacity as provided for in the contract.

20.2 This warranty/ guarantee shall remain valid for 12 months after the Goods, or any

portion thereof as the case may be, have been delivered and commissioned to the

final destination indicated in the contract, or for 18 months after the date of

shipment from the port of loading in the source country, whichever period

concludes earlier, unless specified otherwise in the special conditions of contract.

20.3 The purchaser shall promptly notify the supplier in writing of any claims arising

under this warranty.

20.4 Upon receipt of such notice, the supplier shall, with all reasonable speed, repair or

replace the defective Goods or parts thereof, without costs to the purchaser other

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email Id- [email protected]

than, where applicable, the cost of inland delivery of the repaired or replaced

Goods or parts from the port of entry to the final destination.

20.5 If the supplier, having been notified, fails to remedy the defect( s) within a

reasonable period, the purchaser may proceed to take such remedial action as may

be necessary, at the supplier‟s risk and expense and without prejudice to any other

rights which the purchaser may have against the supplier under the contract.

20.6 This warranty/ guarantee shall not over any damage/ a resulting from normal wear

and tear or improper handling by the purchaser or his authorized representatives.

20.7 In case of installation and commissioning contracts, the supplier shall guarantee

the complete installation for satisfactory performance for a minimum period of

twelve months from the date of commissioning. Any defect arising out of faulty

installation or use of substandard materials or workmanship shall be rectified by

the supplier at his own cost.

21.0 Delayed in the supplier’s performance

21.1 Delivery of the Goods and performance of Services shall be made by the supplier

in accordance with the time schedule specified by the purchaser in its schedule of

requirements.

32.2 An unexcused delay by the supplier in the performance of its delivery obligations

shall render the supplier liable to any or all of the following sanctions, forfeiture of

its performance security, imposition of Liquidated damages, and/ or termination of

the contract for default.

21.2 If at any time during performance of the contract, the supplier or its

subcontractor(s) should encounter conditions impeding timely delivery for the

Goods and performance of services, the supplier shall promptly notify the

purchaser in writing of the fact of the delay, its likely duration and its cause(s). As

soon as practicable after receipt of the supplier‟s notice, the purchaser shall

evaluate the situation and may at its discretion extend the supplier‟s time for

performance, in which case the extension shall be ratified by the parties by

amendment of the contract.

22..0 Liquidated damages

22.1 Subject to clause 21, if the supplier fails to deliver any or all of the Goods or

perform the Services within the time period(s) specified in the contract, the

purchaser shall, without prejudice to its other remedies under the contract, deduct

from the contract price, as liquidated damages, a sum equivalent to:

i) 0.5% of the full contract value for each week of delay.

ii) The total amount so deducted shall not exceed 10% of the contract value.

Once the maximum is reached, the purchaser may consider termination of

the contract.

22.2 Any incremental taxes ad levies on account of delay in performance of the contract

by the supplier shall be to the supplier‟s account.

22.0 Force Majeure

23.1 Notwithstanding the provisions on clause 21 & 22. The supplier shall not be liable

for forfeiture of its performance security and liquidated damage, if any to the

extent that, Its delay in performances or other failure to perform its obligations

under the contract is the result of an event of Force majeure.

23.2 For purposes of this clause, “Force Majeure” means an event beyond the control of the

supplier and not involving the supplier‟s fault or negligence and not foreseeable. Such

events may include, but are not restricted to, acts of the purchaser either in its sovereign or

contractual capacity, ware or revolutions, fires, floods, epidemics, guarantee restrictions

and freight embargoes.

23.3 If a Force majeure situation arises, the supplier shall promptly notify the purchaser in

writing of such condition and the cause thereof. Unless otherwise directed by the

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email Id- [email protected]

purchaser in writing, the supplier shall continue to perform its obligations under the

contract as far as is reasonably practical, and shall seek all reasonable alternative means

for performance not prevented by the Force Majeure event.

24.0 Taxes and duties

24.1 The supplier shall be liable to pay all corporate taxes, income tax and other taxes that shall

be levied according to the laws and regulations, applicable from time to time in India and

the price bid by the supplier shall include all such taxes. Wherever the laws and

regulations require deduction of such taxes at the source of payment, the purchaser shall

effect such deductions from the payment due to the supplier. The remittance of amounts

so deducted and issuance of certificate for such deductions shall be made by the purchaser

as per the laws and regulations in force. Nothing in the contract, shall relieve the supplier

from his responsibility to pay any tax that may be levied in India on income and profits

made by the supplier in respect of the contract.

24.2 For any subsequent changes in taxes and duties after the date of submission of

tenders/placing of order, the tenderers will not be made liable and those will be allowed

by the purchaser. However under normal circumstances, the supplier shall be entirely

responsible for all taxes, duties license fee etc incurred until delivery of goods and

installation & commissioning of the same.

25.0 PRICE SCHEDULE

PROFORMA FOR PRICE BREAKUP FOR EVERY QUOTED ITEMS GIVEN BELOW

1 2 3 4 5 6 7

SN EM UNIT

PRICE

EX

FACTORY

PACKING &

FORWARDING

EXCISE

DUTY

TAXES TRANSPOR-

TATION

8 9 10 11

INSURANCE UNIT PRICE

DLY.AT SITE UNLOADING AT

SITE ERECTION AND

COMMISSIONING

CHARGES.

Total bid price 1) in figures

2) in words

3) signature & seal

Note:

a) Excise duty is to be paid only on fabricated items in party‟s workshop, if applicable. The

applicable rates must be quoted.

b) For all pipes and fittings where lump sum rates are quoted by the parties, the break up of

items and unit prices considered must be clearly mentioned. The quantity may increase as

per site requirement and up to fifteen percent of such quantity shall have to be supplied

without extra charges.

c) Completion period for each project is:-

d) Following all statutory requirements for the erection and commissioning of items is

tenderers responsibility. Statutory fee by the owner can be paid for approval but all follow

up for arranging approvals as per statutory requirement shall be done and obtained by the

tenderer.

26.0 Terms of payment shall be as below

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email Id- [email protected]

(A) 30 % (Thirty percent) of the total supply price may be paid as advance against bank

guarantee of equivalent amount valid till completion of work.

(B) 60 % (Sixty percent) of the supply price along with taxes and duties in full shall be paid

after receipt of the entire ordered quantity of materials in full after due inspection at site

within the delivery period and certification that supplied items are as per ordered

specification and quantity.

Payment of part supplies of the ordered quantity of materials, thus, will not be allowed

save and except in exceptional circumstances in which there are just and valid reasons for

not being able to make the full supply and will be allowed only at the sole discretion of

M.D SMU, Ara. Further such provision by M.D. will only be granted at his discretion

when part supply is within the delivery period and there is clear evidence and commitment

on the part of the supplier that the rest of the ordered quantity of material would be

supplied within the delivery period itself But if the delivery period of supply expires the

payment will only be released after completion of the entire supply.

(C) 10% (Ten percent) supply value and full erection and commissioning amount shall be paid

after (90) ninety days of completion of the entire work. At the sole discretion of the

Managing Director, SMU,Ara this ten percent payment can also be released if a fresh

bank guarantee of equivalent amount is provided when erection and commissioning is

delayed for no fault of the suppliers.

-------------x-----------

ANNEXURE-1 (Form of Bank guarantee against Advance Payment)

(ON-NON JUDICIAL STAMP PAPER OF RS.10/-) Bank Guarantee No. Date: In consideration of the Shahabad Dugdh Utpadak Sahkari Sangh Ltd.. there-in-after called the Ara Dairy having agreed to grant an advance of Rs………………….(Rupees………………………………………………………………. ………………………………………………………..only) dated………………….made between the Ara Dairy and M/s………………………………for the supply/ supply erection and commissioning (hereinafter called the said contract/ purchase order) on production of a Bank Guarantee for Rs………………….. (See note 2 below) Rupees ……………………………………………………………………………..only) (1) We……………………………………….(hereinafter called the Bank) do hereby Under to pay the Ara Dairy an amount not exceeding Rs………………(Rupees ………………………………………………………………………only) against any loss/damage caused to or suffered would be caused or suffered by the Ara Dairy by reason of any breach by the said supplier(s) of any of the terms and conditions contained in the said contract/ purchase order. (2) We…………………………………………………………do hereby under take to pay the amounts due and payable under this guarantee without any demurrage merely on a demand from the Ara Dairy stating the the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Ara Dairy by reasons of any breach by the said suppler (s) of any of the terms and conditions contained in the contract/ purchase order or by reasons of the supplier(s) failure to perform the said contract/ purchase order, any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee shall be restricted to amount not exceeding Rs…………………………………………(Rupees ………………………………………………..) only 2. We…………………………………….further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said contract/ purchase order and that it shall continue to be enforceable till all the dues of the Ara Dairy under, or by virtue of the said contract/ purchase order have been fully paid and it’s claims satisfied or discharged or till the Ara Dairy certifies that the terms and conditions of the

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email Id- [email protected]

said contract/ purchaser offer has been fully and properly carried by the said supplier(s) and accordingly discharge the guarantee unless a demand or claim under this guarantee made on us in writing on or before……………………..we shall be discharged from all liability under this guarantee thereafter.

3. We,……………………………………………….., further agree with the Ara Dairy that the Ara Dairy shall have the fullest liberty without our consent and without affecting in any manner our obligation hereunder to vary any of the terms and conditions of the said contract/ purchase order to extend time of performance by the said Supplier from time to time or to postpone for any time or from time to time any of the power exercisable by the Ara Dairy against the said supplier and to forbear or enforce any of the terms and conditions relating to the said contract/ purchase order and we shall not be relieved from our liability by reason of any such variation, or extension or for any for bearance act of omission on the part of the Ara Dairy or any indulgence by the Ara Dairy to the said supplier or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us.

4. We…………………………………………….lastly under take not to revoke this guarantee during its currency except with the previous consent of the Ara Dairy in writing. 6. Notwithstanding anything stated herein above the liability of the bank guarantee is restricted to Rs………………….. (Rupees……………………………………………………………….0nly) . The guarantee shall remain in force till the ………………..200…….and unless the guarantee is renewed or a claim is preferred against the bank within three months from the said date all rights of the power under the guarantee shall cease and the bank shall be released and discharged from all liabilities hereunder.

----------------------------- (Signature)

Place Seal Date Code no. Note: 1. Suppliers should ensure that seal and no. of the signatory is put by

the bankers, before submission of the bank guarantee.

2. The value of bank guarantee shall be 12% (10% advance+2% of advance Amount) of the order value.

Annexure-02

(Form of Bank Guarantee for Bid Security Earnest Money Deposit)

(ON A NON- JUCIAL STAMP PAER OF RS.10/-) This Deed of Guarantee made this___________________________________ Day of_______________2002 (Two thousand two) be (Name and address of the bank) (Hereinafter referred to as ‘The Bank’) which expression shall unless the counterpart otherwise admit include its legal representatives, successors and assignees and the Shahabad Dugdh Utpadak Sahkari Sangh Ltd., Katira, Ara-802301. India (hereinafter referred to as Ara Dairy) which expression shall unless repugnant to the context or meaning thereof include its legal representatives, successors and assignees. Whereas Ara Dairy has invited Bids for the supply/supply, erection and commissioning of __________________________________by the Tender Notice No._________________________ AND WHEREAS M/s _____________________________(name and address of the bidders who having submitted their tender (hereinafter referred to as the ‘Tender’) and have agreed to deposit to the Ara Dairy and amount indicated in Schedule of Requirements as per the terms and conditions of the bidding Document AND WHIEREAS the Ara Dairy is also willing to accept a Bank guarantee in leau of payment by demand draft of any amount equivalent to the amount of Bid security /

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email Id- [email protected]

earnest money required to be deposited by the Bidder to the Ara Dairy which guarantee will be kept valid for 150 days after the date of opening of bids. In consideration of the Ara Dairy having agreed to consider the Bid proposals submitted by the Bidder without depositing the amount of Bid security/ earnest money and against this Bank guarantee, we (name and address of the Bank) hereby undertake and guarantee to made payment to the Ara Dairy the amount of Bid security/ earnest money deposit or any part thereof not deposited by the Bidder, to the Ara Dairy at any time (time being the essence of the contract) when the Ara Dairy asks for the same as per the terms and conditions of the bidding document within 150 days from the date of opening of bids. The Bank further undertakes not to revoke this guarantee during its currency except with the previous consent of the Ara Dairy in writing and the guarantee shall be continuous and irrevocable guarantee up to a sum of Rs._______________(Rs._________________________________________ only) provided always that any indulgence or relation on the part of the Ara Dairy to the said bidder with or without the consent of the Bank shall not prejudice or restrict remedies against the Bank nor shall the same in any event be a ground of de-fence by the Bank against the Ara Dairy. In case the Ara Dairy puts forth a demand in writing on the Bank for the payment of amount full or in part against this bank guarantee, the Bank will consider that such demand by itself is a conclusive evidence and proof that the Bidder has failed in complying with the terms and conditions stipulated by the Board in its Bidding Document and payment will be made to the Board without raising any disputes regarding te reasons for such failure on the part of the Bidder. The Bank shall not be discharged or released from this guarantee by any arrangement between the Bidder and the Ara Dairy with or without the consent of the bank or any alterations in the obligations of the parties or by an indulgence forbearance shown by the Ara Dairy to the Bidder. This guarantee shall be in addition to and without prejudice to any other securities or remedies which the Ara Dairy may have or hereafter possess against the Bidder and the Ara Dairy shall be under no obligations to marshal in favour of the Bank any such securities or fund or asset that the Ara Dairy at its absolute discretion may vary, exchange, renew, modify or refuse to complete or enforce or assign any security or instrument. The Bank agrees that the amount hereby guaranteed shall be due and payable to Ara Dairy on Ara Dairy’s serving a notice requiring the payment of the amount and such notice shall be served on the Bank either by actual delivery thereof to the Bank or by dispatching thereof to the Bank by Registered post at the address of the said Bank. Any notice sent to the Bank at its address by Registered post shall be deemed to have been duly served on the Bank notwithstanding that the notice may not in fact have been delivered to the Bank. In order to give full effect to provisions of this guarantee the Bank thereby waives all rights inconsistent with the above provisions and which the Bank might otherwise as a guarantor be entitled to claim and enforce. Notwithstanding anything contained here before, our liability under this guarantee is restricted to Rs.________________(Rupees ___________________________________) only being the amount of the Bid security/ Earnest money deposit and it shall in-force until__________________________________________ Place SEAL CODE No ____________________

(Signature) NOTE: BIDDERS SHOULD ENSURE THAT THE SEAL AND CODE NO OF SIGNATORY IS PUT BY THE BANKERS, BEFORE SUBMISSION OF THE BANK GUARANTEE.

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email Id- [email protected]

Annexure-3

(Form of performance Guarantee) (ON NON- JUDICIAL STAMP PAPER OF RS.10/-)

Bank Guarantee No Date: This deed of performance guarantee made this__________________________by of 20____ (Two thousand)__________________name and address of the Bank) (herein referred to as the Bank which expression shall unless repugnant to the context or meaning thereof includes its legal representatives, successors and assigns and the Shahabad Dugdh Utpadak Sahkari Sangh Ltd. (thereinafter referred to as the Ara Dairy) which expression shall unless repugnant in the context or meaning thereof include its legal representative, successors and assignees. Whereas, Ara Dairy has awarded a Contract and purchase order bearing no._____________________________________________________________________dated______________________on M/s________________________________(name and address of the party)hereinafter referred to as the ‘Supplier’) for the supply and erection and commissioning of___________________________________. And whereas, the supplier has agreed to submit a performance guarantee in the form of a Bank guarantee to the Ara Dairy n terms and conditions of the Bidding document and the contract which will be kept valid up to __________calendar months from the date of Bank Guarantee ( the period would be till end of warranty period). And whereas, the Bank and its duly constituted agent and officer has already read and understood the contract made between the Ara Dairy and the supplier. In consideration of the Ara Dairy having agreed to award the contract/ purchase order on the supplier, we___________________________________(name of the Bank) do hereby guarantee, undertake promise and agree to with the Ara Dairy / its legal representatives, successors and assignees that the within named (Name of the Supplier ( their legal representatives and assignees will faithfully perform and fulfill everything within the Bidding Document and the Contract/ Purchase order on their part to be performed or fulfilled, at the time (time being the assence of the contract) and in the manner therein provided, do legal obligations there-under and we further undertake and guarantee to make payment to the Ara Dairy of Rs._____________(Rupees ___________________________________) only being the 10% of the contract in case the Supplier, their legal representatives and assignees do not faithfully perform and fulfill everything within the bidding document and the contract/ purchase order on their part to be performed or fulfilled/ at the time and in the manner herein provided and do not willfully and promptly do all obligations thereunder. In case, the Supplier fails to perform or fulfill the contract/ purchase order as per the terms and conditions agreed upon the Ara Dairy is entitled to demand an amount equal to 10% of the contract value from the Suppler and the demand made by the Ara Dairy by itself will be conclusive evidence and proof that the Supplier has failed to perform or fulfill hi obligations and neither the Supplier nor the Bank will be entitled to raise any depute regarding the reasons for the failure of performance or fulfillment, on any ground. We, (name of the Bank), do hereby undertake to pay an amount equal to 10% of the order value being the amount due and payable under this guarantee without any demur, merely on a demand from the Ara Dairy stating that the amount claimed is due by way of non-performance of the contractual obligations as aforesaid by the Supplier or by reason of the supplier’s failure to perform the said contractual commitments/ Purchase Order, any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs._______________________(Rupees________________________________________________________) only being the amount equal to 10% of the total order value.

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email Id- [email protected]

We, (name of the Bank), further, agree that the performance guarantee herein contained shall remain in full force and effect for a period of________________ calendar months from the date of Bank guarantee ( the period should be till end of warranty period) and till the Ara Dairy certifies that the terms and conditions of the said contract/ purchase order have been fully and properly carried out by the said supplier and accordingly discharge the guarantee, unless a demand or claim under this guarantee is made on us in writing by the Ara Dairy on or before___________ we shall be discharged from all liabilities under this performance guarantee thereafter,. We, (name of Bank), further agree with the Ara Dairy that the Ara Dairy shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Bidding Document and the Contract/ Purchase order or to extend the time performance by the said Supplier from time to time or postpone for any time or from time to time and any of the power exercisable by the Ara Dairy against the supplier and to forebear or enforce any of the terms and conditions relating to the said Bidding Document and the Contract/ Purchase Order and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said suppler, or for any forbearance, act or commission on the part of the Ara Dairy to the supplier, or for any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us. This guarantee shall be in addition to and without prejudice to any other securities or remedies which the Ara Dairy may have or hereafter possess in respect of the goods supplied or intended to be supplied and the Ara Dairy shall be under no obligation to marshal in favour of the Bank any such securities or funds or asset that the Ara Dairy may be entitled to receiving or have a claim upon and the Ara Dairy at its absolute discretion may vary, exchange, renew modify or refuse to complete to enforce or assign any security or instrument. The Bank agrees that the amount hereby guaranteed shall be due and payable to the Ara Dairy on serving us with a notice, requiring the payment of the amount and such notice shall be deemed to have been served on the Bank either by actual delivery thereof to the bank or by dispatch thereof to the Bank by Registered post at the address of the Bank. Any notice sent to the Bank at its address by registered post shall be deemed to have been duly served on the Bank notwithstanding that the notice may ant in fact has been delivered to the Bank. In order to give full effect to the provisions of this guarantee the Bank hereby waives all rights inconsistent with the above provisions and which the Bank might otherwise as a guarantor be entitled to claim and enforce. We,________________________________ lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Ara Dairy writing and the guarantee shall be a continuous and irrevocable guarantee up to a sum of Rs.__________________(Rupees____________________________________________) only. The guarantee shall remain in force until _____________________ 200 and unless the guarantee is renewed or a claim is preferred against the bank within three months from the said date all rights of the Ara Dairy under the guarantee shall crease and the bank shall be released and discharged from all liabilities hereunder. _______________________ (Signature) Place: Seal Date Code no. Note: Suppliers should ensure that seal and code no. of the signatory is put by the bankers,

before submission of the Bank guarantee.

Shahabad Dugdh Utpadak Sahkari Sangh Ltd.,

Katira, Ara-802301 (Bihar) Phone No- 06182-236694, Fax-239484, Email Id- [email protected]

Managing Director SMU, Ara