• Tidak ada hasil yang ditemukan

Sub: Retender for Purchase of Equipments' Under SERB

N/A
N/A
Protected

Academic year: 2024

Membagikan "Sub: Retender for Purchase of Equipments' Under SERB"

Copied!
11
0
0

Teks penuh

(1)

Page 1 of 11 NATIONAL INSTITUTE OF TECHNOLOGY PATNA

v'kksd jktiFk] iVuk] fcgkj @

ASHOK RAJPATH, PATNA – 800 005, BIHAR

_______________________________________________________________________________________

Tender No. NITP/Proc./22-23/03 Dated: 17.05.2022

Sub: Retender for

Purchase of Equipments’ Under SERB –DST Project, PI. Dr. M Senthil Kumar, Department of Electrical Engineering.

National Institute of Technology Patna, an Institute of National Importance, invites sealed tenders from reputed Original Equipment Manufacturers / Authorised Dealers / eligible Bidders for quality Procurement of the Power system simulator (Protection relay secondary injection testing kit) at NIT Patna.

List of Annexures

Sl. No. Description Annexure

1 Detailed Specification I

2 List of Compliance Statement II

3 Instruction To Bidders III

4 General Terms & Conditions IV

5 Tender Format for Price Bid V

6 Bid Securing Declaration Form VI

7 Technical Check list/Criteria VII

Critical Date Sheet

Sl. No. Description Date and time

1 Publishing Date 18/05/2022 (10:00 AM)

2 Bid Document Download / Sale Start Date 18/05/2022 (10:00 AM)

3 Bid Submission End Date 13/06/2022 (01:00 PM)

4 Bid Opening Date (Technical and Financial) 13/06/2022 (03:00 PM)

5 Place of Opening Tender Electrical Engineering. Department , NIT Patna Detailed descriptions of the item and instructions for submitting your offer can be downloaded from our website:

www.nitp.ac.in or Central Public Procurement Portal: http://eprocure.gov.in/epublish/app

The proposals must be sent in two separate sealed envelopes (Technical Bid and Price Bid) duly subscribed with Reference number and Tender Notice details as appended hereunder:-

The price bid will be opened only of those firms, who will be found technically qualified after evaluation of their technical bids.

The technical bids will be opened in the presence of the Bidders/Vendors or their authorized representative who wish to be present.

Registrar

Retender for

Purchase of Equipments’ Under SERB –DST Project, PI. Dr. M Senthil Kumar, Department of Electrical Engineering.

TENDER REF NO: - NITP/Proc./22-23/03, DATED 17/05/2022, LAST DATE FOR SUBMISSION:

13/06/2022 UPTO 01:00 P.M.

To,

The Registrar

National Institute of Technology Patna Bihar, INDIA

From: M/s ____________________

Address: ______________________

Contact No.:___________________

Email ID: _____________________

(2)

Page 2 of 11

Annexure – 1 List of Items:

Technical Specification for the Power system simulator (Protection relay Secondary injection testing kit)

Name of equipment: Numerical protection relay test kit

Detailed specifications:

General

The relay test kit shall comprise the equipment as detailed hereunder.

The relay test kit shall be a computer-based fully automatic type and shall have the following features.

The relay test kit should have already been supplied to Indian Institutes of Technology (IITs)/NITs/any reputed institutions in India.

The manufacturer should have a calibration set-up and service centre in India.

Also, the manufacturer would be having a registered office for technical support in India.

Hardware requirements

The weight of the relay test kit should not exceed more than 20 kG. It should be a portable unit to carry easily. It should be capable of testing electromechanical relays, static relays and Microprocessor-based numerical relays.

Voltage source:

The relay test kit must have at least 4 independent voltage sources with the facility to control their amplitudes and phase angles independently. Also, it should have compliance with the following specification.

Voltage range: ≥ 250 V, 50 VA

Accuracy: ≤ 0.1%

Resolution: ≤ 10 mV Current source:

The relay test kit must have at least 6 independent current sources with the facility to control their amplitudes and phase angles independently. Also, it should have compliance with the following specification.

Current range: ≥ 25 A, 150 VA

Accuracy: ≤ 0.3%

Resolution: ≤ 1 mA

General for voltage and current sources:

Frequency range: 10 to ≥ 1000 Hz

Frequency range for transient: 0 to ≥ 2000 Hz Frequency resolution: ≤ 1 milliHz

Phase range: 0 to 360°

Phase resolution: 0.1°

Phase error: ≤ 0.2°

Binary inputs:

Number of inputs: ≥ 8 (including both dry and wet contact) Voltage range for potential inputs: ≥ 240 V AC/ DC

Binary Outputs:

Number of output contacts: ≥ 4 Current rating: ≥ 6 A

(3)

Page 3 of 11

 The relay test kit should have a compliance voltage of around 135V Max (Series Connection) to carry-out High-Burden Electromechanical Relays like CDG, CDD, TJM at lower Tap settings for Earth Fault Relays without any additional External Amplifier.

 Voltage outputs shall be protected from short circuits and prolonged overloads. Current outputs shall be protected from open-circuit and overloads. The kit should detect automatically the open-circuit and the short-circuit as safety precautions.

 The relay test kit should have df/dt facility (i.e. frequency variation with respect to time).

 The neutrals of the voltage and the current sources, the measurement inputs and the main power supply to be galvanically isolated from each other.

 Distortion (THD+N) not to exceed 0.5% for both current and voltage generators

Software requirement

The relay test kit software must have the provision to test the following functions:

Distance protection testing

Differential protection testing

Directional overcurrent and earth fault testing

Generator protection testing

Auto reclosing function testing

The relay test kit software must have the possibility of adding test points in manual and automatic mode directly as power (input value as power) and Symmetrical components values (Positive, Negative and Zero sequence)

The relay test kit software must have the possibility of fault quantity ramping (voltage or current, amplitude or phase) for all fault loops LG, LL, LLL.

The relay test kit software must have the possibility of Impedance quantity ramping as IZI, Phi, R, and X for fault loops LG, LL, and LLL

The relay test kit software should have a facility to vary two parameters or more like voltage amplitude and current amplitude at a time to create a real fault simulation.

The relay test kit software must have the vector diagram representation of voltage and current sources that shows the test point quantities during the test and at any time after the test is finished if the specific test point is selected.

The relay test kit software must have the possibility of creating a sequence of a minimum of 20 states for typical pre-fault, fault post-fault applications with flexible trigger conditions time, binary inputs with logical AND and OR, Key Pressed, or External Triggers from GPS. The sequence must be executed in real-time; delays between the states are not permissible. When working with a sequence of states it must be possible to trigger them with a GPS signal.

Control of the GPS satellite receiver must be possible within test software.

PTP protocol must be supported to perform end-to-end testing without any additional accessory/hardware.

The relay test kit software should have provision to import direct software settings which should eliminate feeding settings. Also, the software should

(4)

Page 4 of 11 be provided with templates for various relays.

The relay test kit software must have the possibility of playback of the COMTERADE files

Features and accessories

The relay test kit must have the possibility of time synchronization with GPS Satellite for synchronized testing.

The relay test kit must have the ccompatibility of IEC 61850 testing capability and synchrophasor protocol IEEE C37.118.

The relay test kit shall be upgradable to do the scheme-based protection testing. The demonstration must be performed during the technical evaluation process for this and this feature along with all other functions asked shall be demonstrated during the technical evaluation process.

The relay test kit shall be upgradable for Energy meter testing in an automated closed-loop manner using a pulse counter and demonstration must be performed during the technical evaluation process for this.

The relay test kit must have a USB/Ethernet port for PC communications

The relay test kit must be supplied with the rugged transport case from the manufacturer.

The relay must be supplied with the power guard, Ethernet patch cable, USB cable, testing leads as required and grounding cable and essential accessories.

Power supply 100 – 240 V AC, 50 Hz.

Conformance Standards

Safet Numerical protection relay test kit y: IEC 61010-1

Shock: IEC 60068-2-27 (15 g/11 ms half-sine)

Electromagnetic interference: FCC 47 CFR 15 Subpart B of Part 15 Class A

Electromagnetic susceptibility: IEC 61000-4-2/3/4/5/6/8/11 Qualifying

criteria

The bidder must have supplied “Numerical protection relay test kit” to Indian Institute of Technologies (IITs)/NITs/any reputed institution and a satisfactory performance report must be submitted for at least 2 years.

(5)

Page 5 of 11

Annexure – II FORMAT OF COMPLIANCE STATEMENT

Para of Tender Enquiry Specification

Specification of Equipment Offered

Compliance to Tender

specification whether yes or no (if yes indicate the page no and Put a Flag also highlight the matching specification)

In case of noncompliance deviation from Tender specification to be

indicated in unambiguous term.

01 02 03 04

* The compliance certificate along with the page no indication (i.e. required spec and availability of the page in the entire tender documents by flagging or giving page no) must be submitted with the bid for evaluation. Firm not submitting the model/spec and their details availability in the bid documents by flagging/page no may not be considered for evaluation.

(6)

Page 6 of 11

Annexure - III

NOTE: The bid documents are not transferable and the firm’s seal and signature of the authorized official must appear on all papers and envelopes submitted.

INSTRUCTION TO BIDDERS:

Two/Double Bids:-

01. In case of two-bid system, tenders will have to be submitted in TWO PARTS i.e. (a) Technical Bid and (b) Price Bid, in two separate properly sealed covers indicating the type of Bid; and both these covers will have to be again put in to a single sealed cover. Also the address of the firm submitting the tender and the officer, to whom the tender is addressed, must appear distinctly on both the inner sealed covers, indicating also TECHNICAL BID / PRICE BID as may be applicable.

02. A Demand Draft/Banker’s Cheque for an amount of Rs. 590/- (Rupees Five Hundred Ninety Only) {inclusive of 18% GST} (non-refundable) from Nationalized/ Scheduled Bank drawn in favour of

“Registrar, NIT Patna” payable at “Patna” is to be submitted along with bid towards tender processing fee, failing which the bid will be rejected. Bidders are requested to write their name, mobile number, email and full address at the back of the Bank Draft / Banker’s Cheque submitted.

Exemption to NSIC/MSME registered firm is allowed as per GoI Rules.

03. Bid security declaration has to be submitted to The Registrar, NIT Patna, Ashok Rajpath, Mahendru, Patna-800005 in prescribed format attached herewith.

04. Successful bidder has to deposit 3% of total Value as performance security deposit. Performance security will returned after 2 months beyond the date of completion of all contractual obligations (Warranty/Guarantee period of 24 months). Performance Security will be returned after completion of all contractual obligations without any interest. No exemption is allowed to NSIC/MSME registered firm.

05. Conditional bids shall not be considered and will be rejected out rightly

06. In the part relating to Technical Bid, the OEM/Vendor must provide the followings:-

(a) Details of the technical features of the offered Equipment vis-à-vis specification as per Annexure – I;

(b) Standard Technical literature on each of the items offered; the article on offer should conform to standard quality, specification and test of manufacturer;

(c) Dealership certificate on the offered products from OEM in case of dealer/s;

(d) List of reputed organizations/Institutions, where similar orders have been executed (copies of the purchase/work order will have to be enclosed). The bidders / OEM should attach a self- declaration stating that he is not banned / debarred from working with any Central Government / PSU / State Govt of India / Any other Govt. Agencies or any Institute of National / International importance.

(e) Copy of PAN of FIRM / Bidder must be submitted along with the Technical Bid;

(f) Banker’s details of tendering FIRM / Bidder should be clearly mentioned;

(g) Details of nature and maximum period of Warranty offered by the OEM/Bidder;

(h) In the part relating to Price Bid, the OEM/Vendor must provide the following:-

(i) Quantity, basic price (against item-wise details of specifications of each of the offered items);

(j) Prices of each of the optional accessories, as required by specifications and may be relevant for offered Equipment, will have to be specifically stated in the quotation:

(k) GST (as percentage of basic price + packing & forwarding charges if any)

(l) Installation & commissioning charge (including GST Tax), to be shown item-wise extra, if any.

(m) Freight & insurance charge, if any.

(7)

Page 7 of 11

Annexure - IV Terms & Conditions:-

01. Rates: Rates quoted should be on F.O.R., NIT Patna, on Door Delivery basis mentioning all taxes/break-up separately.

02. Validity: Quoted rates must valid for 180 days.

03. Warranty/Guarantee: The material must be quoted with a minimum comprehensive Warranty / Guarantee period of 24 months after the date of Installation and acceptance at final destination. After sales service and contact details of resource person for this should be mentioned

04. Delivery: Unless otherwise stated delivery of goods at NIT Patna, will have to be maximum within 45 days from the date of receipt of the Purchase Order. All aspects of safe delivery shall be the exclusive responsibility of the OEM / Bidder.

05. Printed conditions of supply of the firm, if any, will not be binding on us.

06. Late and delayed Tenders: Late and delayed tender will not be considered. In case any unscheduled holiday occurs on prescribed closing/opening date the next working day shall be the prescribed date of closing/opening.

07. Ground for Rejection of Tender: The tenders are liable to be rejected if the fore going conditions are not complied with. The tender should be complete in all respects and duly signed wherever required. Incomplete and unsigned offer will not be accepted.

08. Payment Terms:- 100% payment against proforma invoice will be released after receiving of stores in good order and condition and successful installation and commissioning duly certified by the concern authority.

09. TDS as applicable will be deducted from bill.

10. Entry Tax: Entry tax, if applicable will be borne by us as applicable on FOR NITP value.

The vendor may arrange Road Permit on their own and get it reimbursed from the Institute on production of valid document. Road permit once issued will not change / altered in any circumstances. If any alteration is required due to fault from vendor/OEM side the same will be debited to supplier’s A/c

11. Liquidated Damage: If a firm accepts an order and fails to execute the order in full as per the terms and conditions stipulated therein, it will be open to this institute to recover liquidated damages from the firm at the rate of 1% per week of the order value subject to a maximum of 10% of the order value. It will also be open to this institute alternatively, to arrange procurement of the required stores from any other source at the risk and expense of the firm, which accepted the order but failed to execute the order according to stipulated agreed upon. This clause may be waived by the competent authority, if required.

12. Termination for default: Default is said to have occurred:-

(8)

Page 8 of 11 (a) If the supplier fails to deliver any or all of the services within the time period(s)

specified in the purchase order or any extension thereof granted by NIT Patna.

(b) If the supplier fails to perform any other obligation(s) under the contract

(c) If the vendor, in either of the above circumstances, does not take remedial steps within a period of 45 days after receipt of the default notice from NIT Patna (or takes longer period in-spite of what NIT Patna may authorize in writing), NIT Patna may terminate the contract / purchase order in completely or in part. In addition to above, NIT Patna may at its discretion also take the following actions: NIT Patna may procure, upon such terms and in such manner, as it deems appropriate, goods similar to the undelivered items/products and the defaulting supplier shall be liable to compensate NIT Patna for any extra expenditure involved towards goods and services to complete the scope of.

13. Applicable Law:

(a) The contract shall be governed by the laws and procedures established by Govt. of India, within the framework of applicable legislation and enactment made from time to time concerning such commercial dealings/processing.

(b) All disputes are subject to exclusive jurisdiction of Competent Court and Forum in Patna, India only.

(c) Any dispute arising out of this purchase shall be referred to the Registrar NIT Patna, and if either of the parties hereto is dissatisfied with the decision, the dispute shall be referred to the decision of an Arbitrator, who should be acceptable to both the parties, to be appointed by the Director of the Institute. The decision of such Arbitrator shall be final and binding on both the parties.

14. The acceptance of the quotation will rest solely with the Registrar, NIT Patna, who in the interest of the Institute is not bound to accept the lowest quotation and reserves the right to himself to reject or partially accept any or all the quotations received without assigning any reasons.

15. Installation and training- The Company must provide free training and demonstration of equipment after installation at NIT Patna.

16. Important:- The Director may accept or reject any or all the bids in part of in full without assigning any reason and doesn’t bind himself to accept the lower bid. The institute at its discretion may change the quantity / upgrade the criteria / drop any item or thereof at any time before placing the Purchase Order.

Registrar

(9)

Page 9 of 11

Annexure – V

TENDER FORMAT FOR PRICE BID

Sl No. Name of Equipment Quantity/ number Unit Price GST Total Price 01 Numerical protection relay test kit

(With complete Instrument Specification as per Tender document

(Annexure-1))

01 set with complete Accessories

Delivery Mode: F.O.R. Patna.

Total bid price should be inclusive of GST, F.O.R. NIT Patna for the above quoted items is ₹ ……….

Date:

Place:

Signature:

________________

Name: ____________________

Business Address: _____

Email __________

Contact No: _____

Affix Rubber Stamp

For Any Enquiry Please

Contact:

The Registrar NIT Patna

Email: [email protected]

(10)

Page 10 of 11

Annexure – VI

Bid Securing Declaration Form To (insert complete name and address of the purchaser) I/We. The undersigned, declare that:

I/We understand that, according to your conditions, bids must be supported by a Bid Securing Declaration.

I/We accept that I/We may be disqualified from bidding for any contract with you for a period of one year from the date of notification if I am /We are in a breach of any obligation under the bid conditions, because I/We

a) have withdrawn/modified/amended, impairs or derogates from the tender, my/our Bid during the period of bid validity specified in the form of Bid; or b) having been notified of the acceptance of our Bid by the purchaser during the period of bid validity (i) fail or reuse to execute the contract, if required, or (ii) fail or refuse to furnish the Performance Security, in accordance with the Instructions to Bidders.

I/We understand this Bid Securing Declaration shall cease to be valid if I am/we are not the successful Bidder, upon the earlier of (i) the receipt of your notification of the name of the successful Bidder; or (ii) thirty days after the expiration of the validity of my/our Bid.

Signed: (insert signature of person whose name and capacity are shown) in the capacity of (insert legal capacity of person signing the Bid Securing

Declaration)

Name: (insert complete name of person signing he Bid Securing Declaration)

Duly authorized to sign the bid for an on behalf of (insert complete name of Bidder) Dated on _____________ day of ___________________ (insert date of signing) Corporate Seal (where appropriate)

(Note: In case of a Joint Venture, the Bid Securing Declaration must be in the name of all partners to the Joint Venture that submits the bid)

(11)

Page 11 of 11

Annexure – VII

NATIONAL INSTITUTE OF TECHNOLOGY PATNA

v'kksd jktiFk] iVuk] fcgkj @

ASHOK RAJPATH, PATNA – 800 005, BIHAR

TECHNICAL BID (CHECK-LIST) - QUALIFYING CRITERIA

Sl. No. Essential Document Document

attached (Yes/No) Page No.

1 Registration/Recognition certificate of the firm from the Govt. Agency. Proof of address of the firm should also be attached.

2 GST Registration Certificate 3 Copy of PAN of FIRM / Bidder

4 Details of the technical features of the offered Equipment vis-à-vis specification as per Annexure – I

5

Rates: Rates quoted should be on F.O.R., NIT Patna, on Door Delivery basis mentioning all taxes/break-up separately

6 Details of nature and maximum period of Warranty offered by the OEM/Bidder

7 Standard Technical literature on each of the items offered;

the article on offer should conform to standard quality, specification and test of manufacturer

8 Dealership certificate on the offered products from OEM in case of dealer/s

9

List of reputed organizations/Institutions, where similar orders have been executed (copies of the purchase/work order will have to be enclosed). The bidders / OEM should attach a self-declaration stating that he is not banned / debarred from working with any Central Government / PSU / State Govt of India / Any other Govt. Agencies or any Institute of National / International importance

10 Banker’s details of tendering FIRM / Bidder

11 Tender Fee of Rs 590/- (Rupees Five hundred Ninety Only) inclusive of 18% GST

12 Bid Security declaration Form 13 Remarks

Bidders should submit the above essential document. Any shortfall of document will leads to disqualification in technical evaluation. The financial bid will be opened to those bidders who qualify in technical evaluation.

(Signature of Tenderer) Name & Designation Place:

Dated:

****************End of Document***************

f'k{kk ea=ky;] Hkkjr ljdkj ds v/khu ,d jk"Vªh; egRo dk laLFkku

An Institute of National Importance under Ministry of Education, Govt. of India

Referensi

Dokumen terkait

INSTRUCTIONS 0 Works approval 0 Works approval including clearing of native vegetation Clearing Permit 0 Concurrent works approval and licence or registration 0 Licence

van der Kemp joined by James Read in 1801 as manifest in his interventions for and on behalf of the Khoi vis-à-vis the British and later Batavian colonial governments, as well as the

My hypothesis is that starting with Van der Kemp, the interventions of Christian missions vis-à-vis the governments and the frontier settler farmers, and later beyond the frontier, on

Suppliers are required and mandated to attach and submit the following documentary requirements: a Valid Mayor's/ Business Permit; b BIR Certificate of Registration; c Authority to

Suppliers are required and mandated to attach and submit the following documentary requirements: a Valid Mayor's/ Business Permit; b BIR Certificate of Registration; c Authority to