O/O the ADDDITIONAL DIRECTOR GENERAL (E) (SOUTH ZONE)

Total Page:16

File Type:pdf, Size:1020Kb

O/O the ADDDITIONAL DIRECTOR GENERAL (E) (SOUTH ZONE)

SPEED POST PRASAR BHARATI (Broadcasting Corporation of India) O/o THE ADDDITIONAL DIRECTOR GENERAL (E) (SOUTH ZONE) ALL INDIA RADIO & DOORDARSHAN Swamy Sivananda Salai, Chennai - 600 005

No.ADG (E) SZ / PUR /II/17/PSEA/IEBR/2012-13 Date: 12.11.2012

Sub.: Enquiry for SITC of 4 panel HT switch board -reg...

Dear Sir, This office is interested for the following Supply/Works as specification given below/attached and invites your quotation.

1. Sl. Description / Quantity No. 1 SITC of 4 panel HT switch board (as per Specification enclosed)

Consignee: O/o DDG(E), All India Radio No.7, Kamarajar Salai, Chennai-600 004. /

2. The quotation should specifically mention Make & Type of the items, delivery date, terms and condition of supply. The prices given should be firm and as under. (a) The prices quoted shall remain fixed during the entire period of supply/contract and shall not be subject to variation on any account. A bid submitted with an adjustable price quotation is likely to be treated as non responsive and rejected. (b) The ‘Unit’ Price should be for the Unit as indicated in the tender enquiry. (c) Prices quoted should be for F.O.R. Station of destination in India and Inclusive of charges as packing customs, etc., wherever applicable. (d) The quotation should specifically mention rates for Supply, Installation charges & Taxes separately.

3. In case of Quotation of F.O.R Station of dispatch basis, the purchaser will not pay separately transit insurance and the supplier will be responsible until the stores arrive in good condition at the destination. Tender/quotation in which transit insurance has been specified as an additional item of expenditure is liable to be ignored.

4. The tender shall consists of three parts (bids) namely :

(a) EMD: Earnest Money amounting to Rs.46 ,000/- [Rupees Fourty Six thousand Only] in the form of Demand Draft on Nationalized Bank / Commercial Bank drawn in favour of The ADG (E) (SZ), AIR & DD, Chennai-5 should accompany the tender. Tenders without EMD shall be summarily rejected and their bid will not be opened at the time of tender opening and shall be rejected as non responsive at the bid opening stage and returned to the bidder unopened [EMD exemption is applicable for those who are registered with the Central Purchase Organization, National Small Industries Corporation (NSIC) or the Concerned Ministry or Department [ MIB / DG:AIR / DG:DD].

(b) TECHNICAL BID: Technical bid should contain the confirmation to the enclosed technical specifications. This should be submitted in a separate sealed envelope with “TECHNICAL BID” written on it.

(c) COMMERCIAL BID:The commercial bid should contain the price bid and acceptance of the commercial terms and conditions of this tender document. The price should be quoted for free delivery of materials at respective destinations. This should be submitted in a separate sealed envelope with “The tenders will be submitted in sealed envelopes with the name of work, date of opening and the bid enclosed written on the envelopes. The above mentioned envelopes should be enclosed and submitted in another large size envelope duly sealed and superscribed with SITC OF 4 panel HT switch board “and date of opening. The envelope will be

1 received at this office of The ADG(E) (SZ), AIR & TV, Swamy Sivananda Salai, Chennai-5 up to 1230 hrs. on 29.11.2012. The technical bid and E.M.D. will be opened on the same day at 1500 hrs. The commercial bid will be notified after recommendation of technical committee.

In case tender opening date falls on a holiday, the bids will be received and opened at the same specified time on next working day. Bids received late or submitted after the scheduled specified time on scheduled date will not be entertained and will be returned back unopened. The purchaser may, at his discretion extent the deadline for the submission of the bids by amending the bid document , in which case all rights and obligations of the purchaser and bidders previously subject to then deadline will therafter be subject to the deadline as extended.

Tenderer should quote for all the required items. Partial tenders will be rejected.

(d) SECURITY DEPOSIT: the successful Tenderer shall furnish the Security Deposit within 2 weeks after placement of order at the rate of 5 % of the Order Value, failing which the EMD will be forfeited automatically, to President of India, without any notice. The security deposit shall be furnished in the form of Demand Draft / Bank Guarantee drawn in favour of The ADG (E) (SZ), AIR & DD, Chennai-5. The Security Deposit will be returned in full on completion of successful Guarantee/Warranty Period.

5. TAXES: a. Payment of Entry Tax / Octroi Dut y and Toll T ax (on ultimate products). As the material, which is to be transported to the consignee, belongs to the Government of India / Prasar Bharati and therefore is exempted from Entry Tax / Octroi Duty / Toll Tax. However, if the State Governments / Statutory Local Bodies are bound to levy such taxes, the taxes will be paid by supplier / contractor. Supplier / Contractor may raise its claim, for reimbursement of such duties / taxes paid, with Organisation, along with original receipt of the payment. b. Sales Tax / Service Tax leviable and intended to be claimed from the purchaser should be distinctly shown along with prices quoted. Where this is not done no claim for Sales Tax / Service Tax will be admitted at any later stage and on any ground whatsoever. * Please note that this Office will not issue any Form such as ‘C’, ‘D’ etc.

6. Printed terms and conditions of tendering firms will not be considered as forming parts of their tender.

7. GUARANTEE / WARRANTY PERIOD: The Equipment / Work shall be guaranteed against any Manufacturing defects for a period of 1 Year from the date of commissioning. Any parts failing during the Guarantee period shall be repaired / replaced free of charge by the supplier at the Sites.

8. DELIVERY PERIOD:SITC of 4 panel HT switch board shall be completed within 4 Months from the date of placement of order. Delivery period may also be quoted separately.

9. TERMS OF PAYMENT: a. 80% of the contract price for the equipments/materials inclusive of Excise Duty and Sales Tax shall be paid on initial inspection and delivery of equipments at site in good condition. b. 20% of the contract price for the equipments/materials and 100% of Installation charges on satisfactory completion of Installation, Testing, Commissioning and Handing over.

10. The quotation should be sent in a sealed cover addressed to the undersigned, by name, so as to reach on or before 29.11.2012 12.30 P.M.

THE COVER SHOULD BE SUPERSCRIBED WITH THE FOLLOWING: a. Material for which quotations are enclosed. b. Reference to letter of enquiry. c. Due date of opening quotation.

11. The Quotations will be opened in this office at 3.00 P.M. on 29.11.2012 in the presence of tenderers or their agents such as they may choose to attend.

12. QUOTATIONS NOT PROPERLY SUPERSCRIBED WILL NOT BE CONSIDERED.

2 13. The quotations submitted shall remain open for acceptance for a period of 90 (Ninety) days from the date of opening of the Tender. If any Tenderer/ Suppliers withdraws his Tender/Quotation before the said period or makes any modifications in the Terms & Conditions on the Tender/Quotation which are not acceptable to the Department, then the Government shall, without prejudice to any other right or remedy, be at the liberty to forfeit 50% of the Earnest Money as aforesaid.

14. Both your PAN - Permanent Income Tax Account Number and Income Tax Circle & your TIN - Tax Identification Number and the Tax circle should be definitely indicated in your quotation.

15. In case of supply of any Specific or Manufacturer item, the Manufacturer’s Test Certificate/preferably from MSME, should be enclosed with the supply. The Goods are subjected to Inspection before acceptance. The date of Inspection of may be intimated to this Office before dispatch to the consignee.

16. RIGHT OF ACCEPTANCE: The undersigned reserves the right to reject the lowest tender or all the tenders without assigning any reasons whatsoever. Further, the undersigned reserves him self the right to increase or decrease upto 50% of the quantity of goods and services specified in the schedule of the requirement without any change in the unit price of the order quantities or other term conditions at the time of award of contract. All Quotations/Tenders in which any of the prescribed conditions are not fulfilled or are incomplete in any respect are liable to be rejected. The competent authority on behalf of President of India reserve himself the right of accepting the whole or any part of the Tender shall be bound to perform the same at the rate quoted. 17. Canvassing whether directly or indirectly, in connection with Tender/quotation is strictly prohibited and the Tender/quotation submitted by the Contractors / suppliers who resort to canvassing will be liable to rejection.

18. The undersigned also reserves the right to place Repeat Order upto 50% of the quantity of goods and services contain in the running tender / contract within a period of 6 months from the date of order/ agreement at the same rate.

19. LANGUAGE / UNITS: All information supplied by the Tenderer & all markings, notes, designation on the drawings & associated write-ups shall be in “English language" only. All dimensions, units on drawings, all references to weights, measures & quantities shall be in MKS. 20. In case this is second enquiry, your Quotation in response to the first enquiry should be presumed to be valid up to 120 days from the last date mentioned in para 11 above unless we hear from you.

21. EXPERIENCE: The tenderer should give documentary proof for having successfully designed. Fabricated, installed and commissioned similar type of equipment/work. They should also submit list of works which are in hand at the time of submission of tender. The list shall contain the name of work, cost of work and present position of work.

22. AFTER SALES SERVICE:- The Tenderer should give full details of after sales service capability. The locations of service centers across the country shall be indicated. If there is no service centers at/ near the location of the site the tender is likely to be rejected.

23. TECHNICAL SPECIFICATION AND GENERAL TERMS AND CONDITIONS:- For technical specification for other general terms and conditions see the Annexures. The tenderer should submit necessary pamphlets description of items being offered along with technical bid and also the firms to which similar items were supplied in the near past and completion report.

24. FAILURE AND TERMINATION CLAUSE

Time and date of delivery shall be essence of the contract. If the Contractor / Supplier fails to deliver the stores / execute SITC / SETC, or any installment thereof within the period fixed for such delivery in the schedule or at any time repudiates the contract before the expiry of such periods, the purchaser may without prejudice to any other right or remedy, available to him to recover demurrages for breach of the contract:-

3 (a) Recover from the Supplier/Contractor as agreed, liquidated demurrages including Administrative expenses and not by way of penalty, a sum equivalent to 0.5% per week up to maximum limit of 10% of the contract value for such delay or part thereof (this is an agreed, genuine pre-estimate of demurrages duly agreed by the parties) which the supplier/contractor has failed to deliver thereof is accepted after expiry of the aforesaid period, provided that the total demurrages so claimed shall not exceed 10% of the contract price of the stores / SITC / SETC. After full period of extension, termination of the contract will be considered by the Organization.

(b) Purchase or authorize the purchase elsewhere on the account and at the risk of the contractor/supplier, of the stores not so delivered / SITC / SETC not carried out or other of a similar description (where stores exactly complying with the particulars are not in the opinion of the purchaser, which shall be final, readily procurable) by serving prior notice to the contractor/supplier without cancelling the contract in respect of the installment not yet due for delivery or,

(c) Cancel the contract or a portion thereof by serving prior notice to the Contractor/Supplier and if so desired purchase or authorize the purchase of the stores not so delivered / SITC / SETC not carried out, or others of a similar description (where stores not delivered / SITC / SETC not carried out, exactly complying with particulars are not in the opinion of the purchaser, which shall be final readily procurable) at the risk and cost of the Contractor/Supplier. If the Contractor/Supplier had defaulted in the performance of the original contract, the purchaser shall have the right to ignore his tender for risk purchase even though the lowest, where the contract is terminated at the risk and cost of the firm under the provisions of this clause, it shall be in the discretion of the purchaser to exercise his discretion to collect or not, the Security deposit from the firm on whom the contract is placed, at the risk and expense of the defaulted firm.

(d) Where action is taken under sub-clause (b) or sub-clause (c) above, the contractor shall be liable for any loss which the purchaser may sustain on that account, provided the purchase or if there is an agreement, to purchase, such agreement is made in case of failure to deliver the S tores/Services, within 6 months from the date of such failure and in case of repudiation of contract the Contractor/Supplier shall not be entitled to any gain on such the entire discretion of the purchaser to serve a notice of such purchase on the Contractor/Supplier.

(e) It may further be noted that clause (a) above provides for recovery of liquidated demurrages on the cost of contract price of delayed supplies (whole unit) at the rate of 0.5% per week up to maximum limit of 10% of the contract value for such delay or part thereof. Liquidated demurrages for delay in supplies thus accrued will be recovered by the paying authority on instruction as specified in the supply order, from the bill for payment of the cost of materials / works submitted by the supplier / contractor in accordance with terms of supply order on instruction from Purchaser regarding liquidated demurrages amount.

(f) Notwithstanding anything stated above, equipment and materials will be deemed to have been delivered / SITC / SETC will be deemed to have been carried out only when all its components, parts are also delivered. If certain components of stores are not delivered in time / SITC / SETC not carried out in time, the stores / SITC / SETC will be considered as delayed until such time all the missing parts are also delivered.

25. ARBITRATION OF CONTRACTUAL DISPUTES: If a dispute arises out of or in connection with the contract, or in respect of any defined legal relationship associated therewith or derived there from, the parties agree to submit that dispute to arbitration under ICADR Arbitration Rules, 1996.The Authority to appoint the arbitrator(s) shall be the International Centre for Alternative dispute resolution. The International centre for Alternative Dispute Resolution will provide administrative services in accordance with the ICADR Arbitration Rules, 1996.

a) The number of arbitrator(s) shall be one who has legal as well as Technical Background. b) The language of the arbitration proceedings shall be English. c) The place of arbitration proceedings shall be Chennai only.

4 26. GENERAL:- All the pages of the tender document should be duly signed, stamped and serially numbered on submission, failing which the tender may not be considered as qualified tender

Web Site: http://ceszairdd.org.in/Tenders.php http://www.allindiaradio.org/tender.html https://tenders.gov.in

Encl: 1. Specification 2. General Terms and conditions.

(CHANDRAKALA RAVINDRAN) ASSISTANT ENGINEER for ADG (E) (SZ) Tele: 044 -2538 2155 Tele-fax: 044 – 2538 2583 e-mail:[email protected]

SPECIFICATION FOR THE SUPPLY, INSTALLATION, TESTING AND COMMISSIONING (SITC) OF HT SWITCH BOARD (FOUR PANEL) FOR ALL INDIA RADIO STUDIO, MYLAPORE, CHENNAI

GENERAL 4 Panel HT Switch Board for All India Radio station at Mylapore, Chennai in Tamil Nadu for High Tension power supply distribution system for the Broadcasting equipments. The equipment to be supplied should therefore be rugged, highly reliable, very efficient and suitable for trouble free operation for continuous use with proven field performance record.

SUMMARY OF CONTENTS: Section Description Page No. Section I General Conditions 7 – 9 Section II Technical specification 10– 14 Section III Technical information to be furnished by tenderers 15 – 16 Section IV Schedule of requirement 17 – 20 General terms and conditions 21 – 25 A schematic of the HT Switch Board & Details 26 & 27 Drawings Floor Plan of HT Switch Gear room 28

Note: 1. The tenderer should go through all the section of the specifications carefully & should confirm Clause - by - Clause compliance to all sections clearly. Tender without clause by clause compliance to complete AIR specification shall be rejected out rightly.

5 2. The Tenderer should also indicate in Technical Bid, the list of items offered as per Schedule of requirements given in Section IV, to assess the completeness of offer.

6 SECTION – I GENERAL:

1. SCOPE: This section covers the general conditions governing the design, manufacture, factory testing, packing, transport to site and satisfactory operation at site, of equipment specified in section II/III/IV of this specification.

2. LOCATION: This equipment will be installed indoors; it shall be suitable for working under tropical conditions with environmental conditions indicated in section – IV

3. GENERAL CONDITIONS: Compliance / Sl. No. Particulars Confirmation by the Tenderer The equipment offered shall conform to the Technical Specifications in section II. Should a tenderer desire to depart in any respect from the given specifications either on account of manufacturing practice or for any other 3.1 reason; he must specifically bring out the modification in the columns 3/4 of schedules explaining in detail, each and every departure he proposes to make. Unless otherwise stated, the equipment offered shall be deemed to satisfy these specifications. The equipment shall be designed for efficient and trouble free service for 3.2 long periods of continuous operations. All materials used in the construction shall be of high quality and conform to relevant BIS specifications. All electrical work shall be carried out in accordance with standard 3.3 electrical practice. The unit shall be designed for easy maintenance and complete safety to operative personnel. Only easily available standard components should be used as far as 3.4 possible. Tenderer should undertake to make available spares and replacement parts as and when required for a period of ten years.

4. COMPLETENESS OF CONTRACT: Compliance / Sl. No. Technical parameters Confirmation by the Tenderer All fittings and accessories which may not have been specifically mentioned or which the tenderer may not explicitly mention in his tender but all the same are necessary for the operation of the equipment shall be 4.1 deemed to be included in the tender and be provided by the tenderer, without any extra charges. Adequate quantity of installation materials such as nuts, bolts, lugs, etc. shall also be included. The 4-panel HT switchboard is to be supplied, installed, tested and commissioned at All India Radio, Chennai. Transportation charges, the 4.2 labour charges for unloading at site and placement at earmarked location of the HT switchboard shall be borne by the supplier.

5. DOCUMENTATION: Compliance / Sl. No. Technical parameters Confirmation by the Tenderer 1. ALONG WITH TENDER: The Tenderer shall submit the following documents in duplicate along with the tender: 5.1.1 Leaflets with illustrations relevant to the components offered

7 5.1.2 Complete schedule of materials of each unit Exact dimensional details of the equipment offered and mounting arrangements. The details shall be complete and accurate enough for the 5.1.3 buyer to proceed with the building works for accommodating the equipment. 5.1.4 Wiring diagram of the electrical circuits. 5.1.5 Information asked for in section III 2. AFTER ACCEPTANCE OF TENDER: Six copies of the drawings showing the dimensions, location of components and accessories in the HT board should be sent to indenter within two 5.2.1 weeks of acceptance of the tender for approval. Two sets will be returned after approval. Following documents to be supplied to the consignee along with each HT switch board at the time of delivery Two copies of the book of instructions for the installation, operation and 5.2.2 maintenance of HT switch board. Factory test certificates showing the results of test actually conducted on the 5.2.3 VCBs as per IS (amended up to date) Two sets of finalized drawings showing dimension and other fixtures on the 5.2.4 switchboard. 5.2.5 Certificate of type approval of VCB from CPRI to be furnished Certificate of approval for VCB truck and its mechanism are also to be 5.2.6 furnished

6. DELIVERY: Tenderer may note that the SITC shall be completed within Four Months. This period shall be effective from the date of acceptance of the tender and shall be independent of any other factor.

7. PACKING: The packing shall be suitable to withstand transportation hazards. Each package shall contain a packing slip giving the details of the contents and bear the address of consignee. A copy of the packing slip of items included in the package together with the package number shall be mailed in advance. If the component parts of the assembly are dismantled to facilitate dispatch, each component shall be marked for easy identification and re-assembly.

8. GUARANTEE: The entire switchboard and accessories shall be guaranteed for satisfactory operation for a period of 12 months from the date of commissioning at site. During guarantee period all equipments and parts, failing due to faulty manufacture shall be replaced free of charge. The defective unit shall not be sent back to the suppliers but shall be available for inspection by the supplier or his representative at AIR site.

The Tenderer shall guarantee the performance figures in respect of each equipment.

9. ERECTION: As the supplier is to be entrusted with the commissioning of Switch Board at site as a SITC (Supply, Installation, Testing & Commissioning) tender work, he shall have to arrange for CEA Inspection & Certification, thereafter for handing over the same to AIR after completing all the works. Charges for obtaining CEA approval may be quoted separately.

10. INSPECTION : The successful tenderer will have to get the HT switchboard inspected by a representative of the Additional Director General (E) (SZ) in his workshop/factory before dispatch. Tenderer shall send all the test certificates as per IS, before giving call for inspection to Additional Director General (E) (SZ) well in advance. All the test facilities etc. during inspection shall be provided by the tenderer.

8 SECTION – II

TECHNICAL SPECIFICATION

1.1 A schematic of the HT switchboard is given in drawing enclosed. The schematic and the specifications detailed below are indicative of the needs of the buyer and are meant to help the tenderers to quote for their standard equipment, which would meet these specifications. (The Technical Parameters for the offered Equipments are to be filled up by the tenderer while submitting the quotation. No cell of column 3/4 of Schedule in this Section is to be left blank by the Tenderer)

1.2 THE EQUIPMENT SHALL OPERATE SATISFACTORILY UNDER THE FOLLOWING CONDITIONS: Compliance / Technical parameters Sl. No. Confirmation by the Tenderer 1.2.1 ± 20% voltage variation from the specified voltage 1.2.2 ± 10% variation in voltage between phases on full load 1.2.3 ± 4% variation in frequency from the specified value of 50 Hz 1.2.4 Environmental conditions indicated in section – IV

2. SWITCH BOARD CONSTRUCTION: The HT switchgear shall consist of panels as detailed in the schedule of requirements. Compliance / Technical parameters Sl. No. Confirmation by the Tenderer The switchboard shall be of totally enclosed type, suitable for floor mounting 2.1 indoors. The enclosure shall be constructed out of best quality sheet steel and painted 2.2 Siemens grey. The enclosure shall provide adequate protection against ingress of dust and 2.3 vermin, the degree of protection offered being at least equivalent to IP-5 of IS-2147-1962. The Switch board shall be complete with circuit breakers along with other accessories as indicted in the schematic attached and shall be designed for 2.4 operation at 11 KV, 3 phase, 3 wire, 50 Hz supply and shall have a rupturing capacity of 250 MVA. 2.5 The HT switchboard shall be arranged as shown in the schematic attached.

3.1. VACUUM CIRCUIT BREAKER: Compliance / Technical parameters Sl. No. Confirmation by the Tenderer The Vacuum Circuit Breakers of the HT switch board shall conform in all respects to IS 13118-1991/IS-2516 (Part-I to Part-V Sec 2) 1980 amended up 3.1.1 to date – Specifications for “Alternating current Circuit Breakers” and shall be Horizontal draw out type. Also, trolley with lifting mechanism to draw out the circuit breaker for 3.1.2 servicing may be provided.

Recommended Make: 3.1.3 L&T / ABB / SIEMENS / ENGLISH ELECTRIC / CROMPTON GREAVES / KILBURN

3.2. PARTICULARS OF SYSTEM: Sl. No. Technical parameters Compliance / Confirmation by

9 the Tenderer 3.2.1 Nominal Operating Voltage 11 kV 3.2.2 Frequency 50 Hz 3.2.3 Number of Phases 3 phase 3.2.4 Number of wires 3 At the substation of 3.2.5 Neutral earthing Electricity Board

3.3. TYPE OF SWITCH GEAR Compliance / Sl. No. Technical parameters Confirmation by the Tenderer 3.3. Indoor floor mounting type

3.4. RATING OF CIRCUIT BREAKERS: Compliance / Sl. No. Technical parameters Confirmation by the Tenderer 3.4.1 Number of Poles 3 3.4.2 Service Voltage 11 kV 3.4.3 Rated Current 400 A 3.4.4 Frequency 50 Hz 3.4.5 Making capacity 33.4 kA 3.4.6 Symmetrical breaking capacity 250 MVA

3.5. OPERATING MECHANISM OF CIRCUIT BREAKER AND ASSOCIATED EQUIPMENT: Compliance / Sl. No. Technical parameters Confirmation by the Tenderer 3.5.1 Type Trip free 3.5.2 Method of operation (Closing) Manual-Dependent Manual 3.5.3 Method of operation (opening) Shunt release 3.5.4 Voltage for associate tripping supplied 24/30 V.D.C For protection as detailed in 3.5.5 Other releases Para 4

3.6. INTER-LOCKING ARRANGEMENTS - ELECTRICALLY AND MECHANICALLY: Compliance / Sl. No. Technical parameters Confirmation by the Tenderer Both the Incoming Vacuum Circuit Breakers (VCB-1 & VCB-2) shall be 3.6.1 inter-locked electrically and mechanically, preferably by castle key arrangement so that only one of the two can be put “ON” at a time Similarly both the Outgoing Vacuum Circuit Breakers (VCB-3 & VCB-4) 3.6.2 shall be inter-locked electrically and mechanically, preferably by castle key arrangement so that only one of the two can be put “ON” at a time

4. PROTECTIVE DEVICES: Each Vacuum Circuit Breaker shall be provided with the following protective release. 10 Compliance / Sl. No. Technical parameters Confirmation by the Tenderer Inverse definite minimum time lag over-current (IDMT) releases for protection against overloads. The over current releases shall be of the indirect 4.1 release type, energized through current transformers of suitable ratio. They shall have provision for adjusting the setting from 50% to 200% of normal working current. Earth fault release, energized through current transformer for tripping the 4.2 circuit breaker on earth faults. The release shall be adjustable from 10% to 40% of the normal working current

5. METERING: Accuracy for these meters should be within 0.5%. Current Transformers are to be provided to meet the required accuracy. Compliance / Sl. No. Technical parameters Confirmation by the Tenderer Each of the incoming HT vacuum circuit breaker panels shall be provided with the following facilities. A Voltmeter, 0-15 kV range for indicating the phase-to-phase voltage of the 5.1 incoming supply, complete with its selector switch. The voltmeter is to be fed from a three phase, draw-out type potential transformer of class B accuracy, complete with limiting resistances and fuses etc. Potential transformer should meet the requirement as per IS: 3156 Each incoming and outgoing vacuum circuit breaker shall have one Ammeter with four position selector switch to indicate the current in each of the three phases with suitable current transformers, conforming to IS 2705-1964 and 5.2 class I accuracy. The meters shall conform to IS-1248-1958 and shall be of accuracy not less than Grade ‘A’ to be provided to meet the required accuracy

6. BUSBARS: Compliance / Sl. No. Technical parameters Confirmation by the Tenderer The Bus bars shall be single, air-insulated type of HDBC, electrolytic Copper, rated for 400 Amps, corrected for local operating temperature 6.1 conditions and shall be so mounted as to withstand worst fault conditions. The making arrangement of switchgear bus bars should be as per IS: 375

7. CABLE BOXES: Compliance / Sl. No. Technical parameters Confirmation by the Tenderer Straight entry type cable end boxes complete with cable glands and armour clamps shall be provided on both the incoming and outgoing panels of the 7.1 switchboard. The cable boxes for the VCBs shall be suitable for HT, 11 kV, XLPE, 3 Core underground Aluminum conductor cables, size of which is indicated in the enclosed drawing.

8. CABLE KIT & TERMINATIONS: Sl. No. Technical parameters Compliance / Confirmation by

11 the Tenderer Necessary cable kits and termination arrangements for cables in the panel will be provided by the tenderer/ supplier. The cable kit will be of “M Seal” 8.1 make for indoor termination. The quotation should include cost of cable kit, termination arrangement and the labour cost for termination at site.

9. INDICATION LAMPS: Compliance / Sl. No. Technical parameters Confirmation by the Tenderer 3 NUMBERS OF COLOURED LED INDICATING (FLUSH TYPE) lamps 9.1 shall be provided on front side of the panel through suitable potential transformer and fuses to indicate the live phases, of both incomers separately. STATUS LED INDICATION lamps shall also be provided to indicate which 9.2 incomer VCB is ON / OFF and which outgoing VCB is ON / OFF. Also visual indication of tripped VCB due to any fault should be provided.

10. TRIPPING UNIT: Compliance / Sl. No. Technical parameters Confirmation by the Tenderer A self-contained tripping battery unit/capacitor with trickle charger for providing the D.C. source for the tripping circuit of the VCB shall be included in the supply. The battery unit may, preferably use Nickel Cadmium (Ni-Cd) cells or alternatively lead acid cells specifically meant for this purpose. The tripping battery unit shall be complete with its own trickle 10.1 charger, suitable for working on 230 V, single phase, 50 Hz supply. The unit shall be provided with necessary switches, fuses and meters to indicate the voltages and charging current of the battery. The entire unit shall be mounted in a steel cabinet with adequate protection against spilling of acid and proper ventilation arrangements to avoid corrosion.

12 SECTION - III

(INFORMATION TO BE SUPPLIED BY TENDERER IN DUPLICATE)

1. H.T.SWITCH BOARD: Compliance / Sl. No. Technical parameters Confirmation by the Tenderer Width in mm Overall and detailed dimensions of the complete 1.1 Depth in mm switch board Height in mm Width in mm Overall and detailed dimensions of the Individual 1.2 Depth in mm panels Height in mm Net in kg. 1.3 Weight of each panel Gross in kg Front in mm 1.4 Minimum clearance required from the walls Side in mm Rear in mm For Normal Operation Minimum clearance required in front of the switch in mm 1.5 board for drawing out of the circuit breaker For Maintenance and servicing in mm 1.6 Foundation bolts required, if any with sizes, and layout drawing 1.7 Size of MS sheet used for the Board SWG mm

2. VACUUM CIRCUIT BREAKERS: Compliance / Sl. No. Technical parameters Confirmation by the Tenderer 2.1. RATINGS: 2.1.1 Number of poles 2.1.2 Rated Voltage kV 2.1.3 Rated normal current A 2.1.4 Rated frequency Hz 2.1.5 Rated Insulation level kV 2.1.6 Rated SC making current kA 2.1.7 Rated SC breaking current kA 2.1.8 Rated duration of short circuit current 2.1.9 Total break time 2.1.10 Type, whether indoor or outdoor

3. Certificate of report on short circuit test

4. CONSTRUCTIONAL FEATURES:

13 Compliance / Confirmation by Sl. No. Technical parameters the Tenderer 4.1 Number of break contacts per pole 4.2 Type of main contacts 4.3 Type of arcing contacts and/ or arc control devices 4.4 Number of tanks Steady hydraulic test pressure that the tanks can withstand for one 4.5 minute without permanent deformation 4.6 METHOD OF CLOSING: 4.6.a Whether by hand or power 4.6.b Whether the circuit breaker is trip free 4.6.c Normal voltage of shunt trip coil 4.6.d Power required at normal voltage for Shunt trip coil Weight of circuit breaker complete with arc Extinguishing 4.6.e medium and mechanism Kind and quantity of arc extinguishing Medium in the Complete 4.6.f Circuit breaker

5. PROTECTIVE DEVICES & METERS: Compliance / Confirmation by Sl. No. Technical parameters the Tenderer Details of Over Current releases, their time characteristics and 5.1 range of setting 5.2 Details of earth leakage release and range of setting 5.3 Ratings class and accuracy of Voltage Transformers 5.4 Range class and accuracy of Voltmeter 5.5 Range class and accuracy of Ammeter 5.6 Range class and accuracy of Current Transformer

6. BUS BARS AND CABLE BOXES Compliance / Confirmation by Sl. No. Technical parameters the Tenderer Details of the Bus bars and Bus bar chambers and method of 6.1 extension. Dimensions and arrangements of the incoming and outgoing cable 6.2 boxes.

7. AUXILIARY TRIPPING SUPPLY UNIT WITH TRICKLE CHARGER Compliance / Confirmation by Sl. No. Technical parameters the Tenderer 7.1 Tripping Coil Voltage. 7.2 Tripping Coil Ampere. 7.3 Type of characteristic of tripping Coil. 7.4 Type & No. of batteries. 7.5 Mechanical dimensions of the unit.

SECTION - IV

(SCHEDULE OF REQUIREMENTS)

NAME OF CONSIGNEE: ALL INDIA RADIO, MYLAPORE, CHENNAI – 4:

Sl. Description Qty Remarks No.

14 1 Indoor, totally enclosed, Floor Mounted 11 1 Set 1. The switchboard should be capable KV, 3 Phase, 50 Hz, 250 MVA, 4 Panel, HT of future extensions, if necessary at a Switch Board consisting of Vacuum Circuit later stage. Breakers with Metering and CT Ratio details 2. Please refer to 4-panel HT Switch Board as given below: drawing No. SE-14270 3. Environmental Conditions: i) Ambient Temperature up to 50º C ii) RH up to 85% iii) Altitude 10 mtrs. approx. 1.1 Incoming Vacuum Circuit breakers including 2 Nos. Both the incoming VCBs are to be all the protective – devices measuring meters, interlocked mechanically and electrically so installation materials and all other accessories that only one VCB is energized at a time. conforming to technical specifications in Section II 1.2 Out going Vacuum Circuit Breakers with 2 Nos. Both the outgoing VCBs are to be protective devices measuring and all other interlocked mechanically and electrically so accessories conforming to technical that only one VCB is energized at a time. specifications in Section II 1.3 Tripping battery system complete with trickle 1 Set The batteries shall be maintenance free and charger operating from 230 volts mains for suitable for the ambient conditions use with the tripping circuit of above Switch specified above. Board. 2.1 HT Cables: a) 70 SQ. MM 3 Core Aluminium Conductor, XLPE, HT 11KV (E) Cable from EB (2x35) Isolator to HT Panel 70mtr b) 70 SQ. MM 3 Core Aluminium ConductorR, XLPE, HT 11KV (E) Cable from HT Panel to (2x40) two No.s of Station Transformers 80mtr 2.2 Laying and termination of HT cable from EB Isolator to HT panel end & Transformer 1job end with suitable size of Lugs/terminator kit. Earthing: As per IS 3043 : 1987 1job

DETAILS OF METERING AND CT RATIO ETC.: Panel Numbers Sl. Parameters / Scale I II III IV No. 1 C.T Ratio 25/5 25/5 25/5 25/5 2 Ammeter Scale 50 50 50 50 3 Voltmeter Scale (KV) 15 15 - - 4 Cable size in Sq.mm 70 70 70 70 5 Electrical & mechanical Inter- Between panel Between locking I & II panel IIII & IV 6 Indications All the incoming circuit breakers should have R, Y, B LED indicating lamps for phase identification. Note: On all the panels the O/L setting will be 50% to 200% of full load on over current and 10% to

15 40% of normal working current for earth fault. 7 Any other accessories offered for the completeness of the system – item wise details of offered and included material, item & part are to be given by the tenderer - 1 lot. 8 Potential Transformer 1 No. each at the input of both the incomers

OPTIONAL ITEMS / WORKS Sl. No. Description Qty 1 Spares – the list of recommended spares as deemed fit by the original 1 Lot equipment manufacturer or the tenderer for the completeness of the system (item wise details of offered material, items and part to be given by the tenederer).

PRICE BID Prorata Break up Details of the Identifiable Items of Supply and ITC / ETC cost (To Be Filled In By Tenderers) Tender No Dt.

SITC of 4 Panel H.T.Switch Board for All India Radio, Chennai

Tender’s Name ______Due Date______Delivery______Period: ______Tenderer’s Quotation No.:______Validity of Quotation:______

S.No Description Qty Unitprice Total cost Taxes if any(Rate & Amount) . Indoor, totally enclosed, Floor Mounted 11 KV, 3 1 Set

16 Phase, 50 Hz, 250 MVA, 4 Panel, HT Switch 1 Board consisting of Vacuum Circuit Breakers with Metering and CT Ratio details as given below: 1.1 Incoming Vacuum Circuit breakers including all the 2 Nos. protective – devices measuring meters, installation materials and all other accessories conforming to technical specifications in Section II 1.2 Outgoing Vacuum Circuit Breakers with protective 2 Nos. devices measuring and all other accessories conforming to technical specifications in Section II 1.3 Tripping battery system complete with trickle 1 Set charger operating from 230 volts mains for use with the tripping circuit of above Switch Board. 2.1 HT Cables: a) 70 SQ. MM 3 Core Aluminium Conductor, XLPE, HT 11KV (E) Cable from EB (2x35)7 Isolator to HT Panel. 0mtr b) 70 SQ. MM 3 Core Aluminium ConductorR, XLPE, HT 11KV (E) Cable from HT Panel to two No.s of (2x40)8 Station Transformers. 0mtr Laying and termination of HT cable from EB Isolator to HT panel end & Transformer 1job endwith with suitable size of Lugs/terminator kit. Earthing: As per IS 3043 : 1987 1job OPTIONAL ITEMS

4 Spares – the list of recommended spares as deemed 1 Lot fit by the original equipment manufacturer or the tenderer for the completeness of the system (item wise details of offered material, items and part to be given by the tenederer). Total

Grand Total (1+1.1+1.2+1.3+2+3+…………….4)) in Rs.______Both in words & figure

NOTE:-

1. Please indicate prorata break up details of all identifiable items of supply of Stores and ITC/ETC cost in proforma as noted above.

2. The statutory charges like Excise Duty, VAT/Sale Tax, Service Tax etc which will not be borne by the bidder must be indicated with % rates as applicable in column 7 above, failing which this Organization will not be liable for payment of any such charges.

3. 3. State Entry Tax, Toll Tax and other taxes which are collected by statutory bodies on the way during transportation of materials shall not be included in the price bid.

17 These taxes, if paid, may be reimbursed as per actual on claim with original receipt of payment.

Place:

Date:

Signature of the Tenderer with seal.

18 PRASAR BHARATI (Broadcasting Corporation of India) OFFICE OF THE CHIEF ENGINEER (SOUTH ZONE) ALL INDIA RADIO & DOORDARSHAN Swamy Sivananda Salai, Chennai - 600 005

GENERAL TERMS AND CONDITIONS FOR SUPPLY/WORK ORDER

1. NAME OF PURCHASER : The President of India

2. PAYING AUTHORITY : The Additional Director General (E) (SZ), All India Radio & Doordarshan, 5, Swamy Sivananda Salai, Chennai - 600 005 3. PAYMENT TERMS:

(i) 80 % of the contract price for the equipments/materials inclusive of excise duty and Sales tax shall be paid on initial inspection and delivery of equipments at site in good condition.

(ii) 20 % of the contract price for equipments and 100 % of installation charges on satisfactory completion of installation, testing, commissioning and handing over.

4. BILLS:

All the supplies and works shall be in conformity with the order and all the part bill shall be prepared in quadruplicate in the same format as that of the order. All those part bills shall be submitted to the respective consignee to include necessary certificates and for onward transmission to the paying authority.

5. SECURITY DEPOSIT:

The contractor shall furnish the security deposit within 2 weeks of placement of order at the rate of 5 % of the total contract value subject to a maximum of Rs. 5 Lakh at the time of signing the contract.

The security deposit shall be furnished in favour of “The Additional Director General (E) (south Zone), AIR & TV, Chennai-5” in any one of the forms mentioned below: [a] Cash in full. (b) DD Payable at Chennai. [c) Bank Guarantee from any Nationalized Bank / Commercial Bank valid up to the end of warranty period as per contract.

The EMD received will be returned after receipt of S.D. The security Deposit shall be refunded in full on completion of successful Guarantee/Warranty period.

6. DESPATCH INSTRUCTIONS:

The packing and marking of goods shall be as laid down in clause-12 of general conditions of contract DGS & D 69 (Revised).

a). The contractor shall arrange to dispatch the goods duly insured direct to the consignee after prior intimation for delivery at site by whichever mode of transport he may choose, to ensure safe delivery of goods at site. Unloading shall be done at site at the contractor’s expense. Only storage space will be provided by the consignee. The contractor will provide his own security like locking etc and store the materials at his own risk.

b) The contractor must submit his challans in triplicate to the consignee sufficiently in advance of the actual arrival of the stores at the destination failing which he will be held responsible for any

19 subsequent discrepancies between the actual receipt and the material detailed in the challan received later. The challan must also contain the following in formations: 1. Brief description of stores. 2. Railway/ Lorry Receipt No. & Date. 3. Supply order No. & Date. 4. Inspection note No. & Date.

c) The consignment received at site shall be opened and checked for Shortages/damages by the contractor himself. He shall show all the Materials received at site to the consignee to enable him to certify Receipt of stores in good condition. However, in exceptional circumstances, the contractor may request the consignee to check the consignment on his behalf. In such cases the consignee shall notify the contractor of the shortage/damages immediately on receipt of consignment at site. Expenses incurred, if any in checking the consignments shall be debit able to the contractor’s account.

7. INSPECTION:

a) SCOPE OF INSPECTION:

i) PRE INSPECTION: Manufacturers/Contractors must satisfy themselves that the stores are in accordance with the terms of the contract and fully conform to the required specification by carrying our thorough pre-inspection of each lot before actually tendering the same for inspection to the inspecting officer nominated under the terms of the contract. A declaration by the contractor that the necessary pre-inspection has been carried out on the stores tendered shall be submitted along with the challan. The declaration will also indicate the method followed in carrying out pre-inspection showing the features checked, tested and will have the certificates attached to the challan/declaration. If the Inspecting officer finds that pre-inspection of the consignment’ as required above has not been carried out the consignment is liable for rejection.

ii) INITIAL INSPECTION: All the supplies including fabricated items and bought out items shall be inspected before actual inspection. The place of inspection shall be as at below. Also the installation at the site shall be inspected periodically during installation. If the inspecting officer finds during initial inspection that the supplies are not according to specification, the supplies are liable for rejection. The purchaser may at his discretion waive initial inspection in respect of those supplies, which bear ISI certificates or manufacturer’s test certificates. The contractor shall approach the inspecting officer for inspection at least two weeks in advance of the actual date of inspection. All arrangements for inspection shall be made by the contractor. Any deviation in stores after initial acceptance by the Inspector and their receipt by the consignee shall be to the account of the contractor. The contractor shall forward the relevant copies of the inspection certificates of the stores to the consignee along with delivery challan.

iii) FINAL INSPECTION: The entire installation shall be inspected by the Inspecting Officer on completion of Installation, Commissioning.

a) INSPECTING OFFICER: Representative of the Additional Director General(E) (SZ)

(b) FINAL INSPECTION: Complete work at the site of AIR Chennai

8. INSURANCE: The contractor shall arrange for the insurance covering the risk during transit, Storage and installation till commissioning. All the charges for such insurance shall be borne by the contractor.

9. ADDITIONAL QUANTITIES:

20 The purchaser reserves the right to place order for additional quantity up to 100 % of the ordered quantity at the same rates and terms and condition during the currency of the contract.

10. PENALTY FOR DELAY:

If the contractor is unable to complete the supply, installation, testing and commissioning within the stipulated time limit the purchaser may at his option allow such additional time as may be considered justified with/without penalty and without altering terms and conditions of the order. In the event of failure of the contractor to complete the supply within the stipulated time or the extended time, the purchaser has the right to impose penalty of Rs.350/- per week or part thereof for every Rs. 1,00,000/- of the total contract price. The contractor’s liability for delay, however, shall not exceed 5 % of the total contract price.

11. GUARANTEE / WARRANTY:

The contractor shall accept clause-18 of the Form No. DGS & D-71 with exception that his obligation shall be limited for a period of 12 months from the date of taking over, excluding down time during which the equipment was not working satisfactorily due to defective parts, faulty material design/workmanship or fault erection. During the guarantee period the contractor shall repair or replace free of charge any parts that become defective due to faulty material design, workmanship or erection.

12. CONDITIONS OF CONTRACT: DGS & D-68 (Revised) and DGS & D-71 as amended up to date. However, such of these conditions stipulated on this Tender shall supersede corresponding conditions in DGS & D-71. The contractor shall sign a contract agreement form in triplicate in the prescribed Proforma and submit the same along with Security Deposit within 15 days. The complete form with the purchaser’s signature shall be sent back to the contractor. No supplies will be made and no work shall start unless the agreement is signed by the contractor and the purchaser.

13. SPECIAL CONDITIONS: In addition to the terms and conditions contained in the general conditions of contract DGS & D- 68 (Revised) and DGS & D-71, the contract would also be governed by the following special conditions: i) In case where only a portion of the stores ordered is tendered for inspection at the fag end of the delivery period the purchaser reserves the right to cancel the balance quantity not found acceptable after carrying out the inspection at the risk and expense of the contractor. If however, the stores tendered for inspection are found acceptable the purchaser may grant an extension of the delivery period subject to the following conditions: (a) That no increase in price on account of any statutory increase in or fresh imposition of customs duty, excise duty, sales tax or on account of any other tax or duty leviable in respect of the stores specified in the acceptance of tender shall be admissible on such of the stores as are delivered after the expiry of the delivery period stipulated in the A/T. (b) That notwithstanding any stipulation in the contract for increase in price or any other grounds no such increase which takes place after the date of delivery stipulated in the A/T shall be admissible on such of the stores as are ordered after the expiry of the delivery period stipulated in the A/T. (c) But, nevertheless the purchaser shall be entitled to the benefit of any decrease in price on account of reduction in or remission of customs duty, excise duty, sales tax on account of any other ground stipulated in the price of variation clause which takes place after the expiry of the date of delivery stipulated in the A/T. (d) The contractor shall not dispatch the stores till such time extension in delivery period is granted by the purchaser and accepted by the supplier before and extension letter as aforesaid is issued by the purchaser, the same are deemed to subject to the conditions set out in proceeding paragraph.

ii) Incase where the entire quantity has not been Tendered for inspection within the delivery period stipulated in the A/T and the purchaser chooses to grant and extension of delivery period, the same would be subject to conditions mentioned in (i) above.

21 iii) The contractor shall refund any advance/part payment issued to him in respect of the rejected stores within 14 days of the receipt of intimation from the consignee about the rejection of such stores. This is strictly without prejudice and in addition to the rights provided in the clause-17(8) of form DGS & D-67.

iv) The contractor is required to replace the rejected stores forthwith but in any event not later than a period of 14 days from the date of rejection and the contractor shall bear all the costs of such replacement including freight, if any but without being entitled to any extra payment or any other account.

v) Where under the contract, price payable is fixed F.O.R. dispatching station, the contractor shall, if the stores are rejected at destination by the Consignee, be able to, in addition to his other liabilities (including refund of price recoverable in respect of the stores rejected) to reimburse to the purchaser the freight and all other expenses.

14. ENFORCEMENT OF LABOUR LAWS: While engaging labour for carrying out obligations under the contract the contractor shall satisfy the conditions laid down under contract labour (Regulation and Audition) Act 1970 and (Central) Rules 1971 as amended from time to time and observe all formalities required as per said Act/Rules. The supplier shall also observe the provision under minimum wages act 1948 (Central) Rules 1950 amended from time to time while engaging labour.

15. FORCE MAJEURE: If any time during the continuance of the contract the performance in whole or in part by the contractor shall be prevented or delayed by reason of any war, hostility acts of the public enemy. Civil commotion, Sabotage, fires, floods, explosions, epidemics, Quarantine restrictions, strikes, lock-outs or acts of God, therein after restrictions refer to as events and provided notice of happenings of any such eventuality is given by the contractor within 21 days from the date of occurrence thereof, the purchaser shall by reason of such event, neither is he entitled to cancel this order nor shall have any claim for damages against the contractor in respect of such non- performance or delay in performance and delivery shall be resumed as soon and practicable after such events have come to an end or ceased to exist. Provided further that if the performance in whole or part or any obligation under this order is prevented or delayed by reasons of any such event for a period exceeding 180 days, the purchaser and the contractor shall meet to find a natural agreement to any effect resulting the reform or the purchaser may at his option cancel provided, the purchaser shall be at liberty to take over from the contractor at order prices all unused, un-damaged and acceptable material bought out components and stores in course of manufacturer in the possession of the supplier at the time of such cancellation or such portion thereof as the purchaser may deem fit accepting such material, bought out components and stores as the supplier may with the concurrence of the purchaser elect to retain.

16. TECHNICAL MANUALS & DRAWINGS: Contractor shall furnish six copies of comprehensive technical manuals for use by the operation staff. Such manuals shall contain instructions from the preventive as well as routine maintenance of the plant. The contractor shall also furnish copies of approved wiring diagrams, schematics, etc., for various items/equipment.

17. CANCELLATION: The purchaser reserves the right to cancel the order in the event of non-performance or unsatisfactory performance by the contractor and recover payment already made if any, along with losses/damages incurred.

22 (CHANDRAKALA RAVINDRAN) ASSISTANT ENGINEER for ADG (E) (SZ)

23 24 HT SWITCH BOARD:

1. SYSTEM: 11KV, 3Ø, 50 Hz, 3 WIRE 2. TYPE: INDOOR FLOOR MOUNTING COMPLETELY CLOSED. 3. TEMP.CONDITION: 55º C AMBIENT MAX. 4. FINISH: TROPICAL. 5. COLOUR: SIMENS GRAY. 6. INSTRUMENT: MISC GR-A ACCURACY IS 1248-1958. 7. BREAKING CAPACITY: 250 MVA, CURRENT 400 A HORIZONTAL DRAWOUT. 8. OPERATION: MANUAL O/L 50-200 %. 9. TRIPPING: SHUNT RELAYS O/L & E/L. 10. SPECIAL: SWITCH BOARD SHALL BE SUITABLE FOR MOUNTING ALONG CABLE TRENCH ON FLOOR

NOTES:-

1. H.T.SWITCH BOARD SHOULD BE COMPLETE WITH RAISING & LOWERING GEARS FOR CIRCUIT BREAKERS.TOOLS FOR SERVICING VCB’S IF OF SPECIAL DESIGN BOARD SHOULD BE SUPPLIED.

2. THE SWITCH BOARD SHOULD BE CAPABLE OF EXTENSION ON EITHER SIDE.

3. BOTH INCOMING & OUTGOING VACUUM CIRCUIT BREAKER1 & 2 SHALL BE MECHANICALLY & ELECTRICALLY INTERLOCKED WITH EACH OTHER, SO THAT ONLY ONE OF THESE CAN BE PUT ON AT ATIME.

4. TRICKLE CHARGER AND TRIPPING BATTERY OF SUITABLE CAPACITY SHOULD BE PROVIDED.

5. THIS DRAWING IS TO ACCOMPANY SPECIFICATION.

6. IF SWITCH BOARD IS PROCURED UNDER WORKS AS S.I.T.C. (SUPPLY INSTALLATION TESTING& COMMISSIONING), THEN THE S. I.T.C. SHOULD INCLUDE CERTIFICATION OF CEA ALSO.

CABLE:-

1. 70 SQ. MM 3 CORE ALLUMINIUM CONDUCTOR, XLPE, HT 11KV (E) CABLE.

25 26 Suppliers List

1. M/s Veera Electrical, 5/1, Alagar Perumal Koil Street, Vadapalani, Chennai-600 026.

2. M/s Kilburn Power Gear Limited, 93/1A, Bajanai Koil Street, Athipet, Chennai-600 058.

3. M/s V.K. Sam Engineering, No.5, Rajiv Gandhi Nagar, Ekkaduthangal, Chennai-600 097.

4. M/s Risha Control Engineers Pvt Ltd., Unit-1/297, Udyog Nagar, Swarn Park, Mundka, New Delhi-110 041.

5. M/s Shakti Techno Fab Products, F-62, Section-XI, Noida-201 301.

6. M/s MLP Hitech Electric Co., 7-E,Mint Street, Chennai-600 079.

7. M/s Shakti Techno Fab products, 82/2, Nagvarpalya Main Road, C.V.Raman Nagar Post, Bangalore-560 093.

8. M/s Electrical & Electronic Corporation., #26, General Muthiah Mudali Street, (Opp. Indian Bank, Sowcarpet Branch), Chennai-600 079.

9. M/s Shanti Enterprises, Electricals Pvt Ltd., 37, Josier Street, Chennai-600 034.

10. M/s Andrew yule & co.Ltd., Electrical Division- Kolkata operations 14,mayur bhanj road Kolkata-700023

11. M/s Ahuja Engineering Services, 3017,Emerald house, SD Road, Secundrabad- 500 003

&

Web Site: http://ceszairdd.org.in/Tenders.php http://www.allindiaradio.org/tender.html https://tenders.gov.in

27

Recommended publications