203.193.144.25203.193.144.25/ps169/tender__specification_nayagarh_rly...tender specification for...
TRANSCRIPT
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 1
TENDER DOCUMENTS
FOR
Turn key execution for shifting & conversion of the existing 11 KV and LT OH lines & substations to UG Cabling & OH system in different Railway crossings over the new Khordha- Bolangir railway line ( Ch. 105.600 to Ch. 138.679 ) under NED, Nayagarh.
CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA (CESU)
IDCO TOWERS, 2nd Floor, Janpath, Bhubaneswar-751022 TELEPHONE: (0674) - 2541575
FAX: 0674 – 2543125
TENDER SPECIFICATION NO: CESU/ P&S / 333 / 17-18
APPROVED
Chief General Manager (Technical)
CESU, Bhubaneswar
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 2
CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA (CESU)
Head Office: IDCO TOWER, 2nd Floor, Janpath, Bhubaneswar-751022 Ph : 0674- 2541575, FAX: 0674 – 2543125
Tender Specification No : CESU / P&S / 333 /17-18
Tender Notice No.CESU.HQrs./ P&S / 649 / 17 -18 / Vol.- I / 13391
Dt. 08.06.17
BIDDING DOCUMENTS
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 3
CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA (CESU) Head Office: IDCO TOWERS, 2nd Floor, Janpath, Bhubaneswar-751022
Ph : 0674- 2541575 , FAX: 0674 – 2543125
TENDER NOTICE NO: CESU.HQrs./ P&S / 649 / 17-18 / Vol.- I / 13391 Dt. 08.06.17 for shifting &
conversion of the existing 11 KV and LT OH lines & substations to UG Cabling & OH system in different
Railway crossings over the new Khordha- Bolangir railway line ( Ch. 105.600 to Ch. 138.679 ) under
NED, Nayagarh on turn key basis.
CONTENTS
COMMERCIAL SECTION
SECTION DESCRIPTION PAGE NO.
SECTION-I : INVITATION FOR BIDS (IFB)………………………………………… 5 - 9
SECTION-II : GENERAL TERMS AND CONDITIONS OF CONTRACT (GTCC). 10 - 27
SECTION-III : PRICE SCHEDULE FORMAT………………………………………… 28 - 29
SECTION-IV : BID PROPOSAL ……………………………………………… 30
ANEXURE-I : Bid Proposal Letter & Undertaking …….…………………… 31 – 36
ANNEXURE-II : Declaration Form……………………………………………… 37
ANNEXURE-III : CPBG Format……………………………………………………. 38 – 40
ANNEXURE-IV : Bank Guarantee for Advance Payment ……………………….. 41-43
ANNEXURE-V : Power of Attorney for Joint Venture…………………………. 44-45
ANNEXURE-VI : Joint Venture Agreement……………………………………… 46-49
ANNEXURE-VII (A&B) : Letter of Compliance………………………………………….. 50-56
ANNEXURE-VIII : Commercial Deviations………………………………………... 57
ANNEXURE-IX : Technical Deviations…………………………………………… 58
ANNEXURE-X : Additional Information………………………………………... 59
ANNEXURE-XI : Bought Out & SubContract…………………………………. .. 60
ANNEXURE-XII : Work Completion Schedule…………………………………… 61
ANNEXURE-XIII : Check List………………………………………………………. 62
ANNEXURE-XIV & XV : Proforma for Indemnity Bond………………………………… 63-69
ANNEXURE-XVI : Self Declaration Form……….………………………………… 70
ANNEXURE-XVII Safety Precautions 71-76
ANNEXURE-XVIII OSM 77
TECHNICAL SECTION
Section- V Technical Section 78-179
Section-VI Route Diagram & Drawings 180-196
PRICE SCHEDULE
Section-VII Price Schedule 197-208
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 4
TENDER CALL NOTICE
CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA (CESU)
Head Office: IDCO TOWERS, 2nd Floor, Janpath, Bhubaneswar-751022
Ph : 0674- 2541575 FAX: 0674 – 2543125
CESU.HQrs. /P&S/ 649 /17-18/ Vol – I/ 13391 Dt: 08.06.17
Central Electricity Supply Utility of Odisha (CESU) invites bids from reputed firms to be
engaged as an Executor on turnkey basis in two-part bidding system for the following works
Brief Description of Work
Estimated Cost
(in Rs.)
Earnest
Money
Deposit
(in Rs)
Last
date/time
for
submission
of bid
Date and
time of
opening of
bid
Non
refundable
Cost of Bid
document in
Rs
1 2 3 4 5 6
Turn key execution for shifting
& conversion of the existing 11
KV and LT OH lines &
substations to UG Cabling & OH
system in different Railway
crossings over the new Khordha-
Bolangir railway line ( Ch.
105.600 to Ch. 138.679 ) under
NED, Nayagarh.
5,39,50,367.00
5,40,000.00
1.00 P.M
of 30.06.17
3.30 P.M
of 30.06.17
15,000.00 +
5% VAT
Sale and downloading of tender documents starts from Date 09.06.17
Pre-bid meeting will be held in the conference hall on Date 17.06.17 at 11.30 A.M at CESU HQrs,
Bhubaneswar.
For details please visit our web site : www. cescoorissa.com/ www.cesuodisha.com on or after Date
09.06.17
The prospective bidders are requested to follow the above CESU website time to time for any
Clarification/ Corrigendum/ Addendum against the referred Tender.
The authority reserves the right to accept or reject any or whole of the offers without assigning any
reason thereof.
Sd /-
Chief General Manager (Tech.)
-- (Authorised Signatory)--
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 5
SECTION – I
INVITATION FOR BIDS (IFB)
Tender Notification:
CESU.HQrs./P&S/649/17-18/Vol.- I / 13391
Dt: 08.06.17
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 6
1.0 CESU invites sealed tenders in two part bidding system from reputed Electrical Contractors
with required HT license, either in individual capacity or as part of a joint venture agreement /
consortium for carrying out various Electrical Installation works on ‘Turnkey’ basis in the
jurisdiction of their respective licensed area under deposit work. The bidder must fulfill all the
qualifying requirements as specified in clause 2.0 stated below. The sealed envelopes shall be
duly super scribed as “TENDER NOTICE No: CESU.Hqrs/P&S/649/17-18/ Vol.- I / 13391
Dt. 08.06.17 Due date of opening Dt. 30.06.17 at 3.30 P.M.
Brief Description of Work
Estimated Cost
(in Rs.)
Earnest
Money
Deposit
(in Rs)
Last
date/time
for
submission
of bids
Date and
time of
opening of
bid
Non
refundable
Cost of Bid
document in
Rs
1 2 3 4 5 6
Turn key execution for
shifting & conversion of the
existing 11 KV and LT OH
lines & substations to UG
Cabling & OH system in
different Railway crossings
over the new Khordha-
Bolangir railway line ( Ch.
105.600 to Ch. 138.679 )
under NED, Nayagarh.
5,39,50,367.00
5,40,000.00
1.00 P.M
of 30.06.17
3.30 P.M
of 30.06.17
15,000.00 +
5% VAT
2.0 Bidders to be considered as eligible for the bid should meet the following qualifications;
a) Bidder must quote for the complete package.
b) Bidder should have installed and commissioned at least following quantum of works as
specified under the bid for which the bidder is submitting his bid during the last three
financial years preceding to the year of tender notification i.e. FY 2014-2015, FY 2015-2016
and FY 2016-2017. Bidder must enclose copies of the relevant Work Orders along with
Client Certified copies of Final Invoices and/or Performance Certificates duly signed by the
competent authority of the client and/or Final Inspection Certificate issued by Electrical
Inspector in proof of having executed the desired quantum works during the last three
financial years.
i) Construction of 11 KV OH line with any size of conductor : 5.0 KM
ii) Construction of 10 / 25 / 63 KVA and above capacity DT S/S : 05 Nos
iii) Construction of DP Structure : 10 Nos
iv) Experience on UG cabling of 11 KV / 33 KV cable through HDD method – 4.0 KM
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 7
v) Construction of LT OH line with any size of ABC : 1.0 KM
c) Average Annual Turnover during the last three financial years preceding to the year of
tender notification should be equal to or more than the estimated cost of the bid for
which the bidder has submitted his bid. The bidder shall furnish audited accounts for the last
three years i.e. FY 2013-2014, FY 2014-2015, FY 2015-2016, evidencing their turnover
requirement.
d) Bidder shall be financially sound and stable having liquid assets as stated in the enclosed
format and/or access to credit facility of not less than one fifth of estimated cost of the Bid
for which he has submitted the bid. Bidder shall furnish the documentary evidence to
establish the financial soundness. So, to access this, Bidders are required to furnish liquid
assets as on 31.05.17 certified by their concerned Bank in bank letter head only. (Ref
Annexure- VII )
e) Two or more like minded contractor(s) and/or manufacturer(s) of electrical items, and /or
firms having above work experience which are under scope of supply & Erection of the
contractor as per this tender specification, may form a joint venture/ consortium, may Tie up
and make agreement amongst themselves and apply against this tender specification,
provided they qualify the criteria. However, the tie up partner showing their experience
should have valid HT electrical license. The sample format of joint venture / consortium
agreement is enclosed at Section – IV of this tender specification as Annexure - VI.
f) If the bidder is a joint venture / consortium, they shall comply the qualifying criteria as
follows:
i. At least one partner shall have the stipulated previous works experience for similar
quantity of completed works as stated in the qualifying criteria with valid electrical HT
license.
ii. If the work experience of one partner is not meeting the entire qualifying criteria, the
item wise field experience of the other partner(s) specified in the scope of work shall be
added for qualifying the bid in total. However item wise fractional work experience
shall not be summed up for consideration for any single item of the scope.
iii. The partner (lead or JV partner) showing their experience should have valid HT
electrical license.
iv. However, the annual turnover and liquidity figures of all partners shall be added together
to determine the qualifying criteria in case of the joint venture / consortium.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 8
g) One of the partners shall be nominated as Lead Partner and the lead partner shall be
authorized to incur liabilities and receive instructions for and on behalf of all partners of the
joint venture / consortium and entire execution of the contract including receipt of payments
shall be done exclusively through the lead partner. This authorization shall be evidenced by
submitting by a Power of Attorney signed by legally authorized signatories of all partners.
h) All partners of joint venture / consortium shall be liable jointly and severally for the
execution of contract in accordance with the contract terms and a copy of the agreement
entered into by the joint venture / consortium partners having such a provision shall be
submitted with the Bid. A statement to this effect shall be included in the authorization
mentioned as above as well as in the Bid form and in Contract form (in case of a successful
bid).
i) In addition to above the bidder should submit the following documents in part-I bid as
qualifying terms.
i. Valid electrical (HT) license for electrical works.
ii. EPF & ESI registration
iii. PAN & TIN No.
iv. Service Tax Registration.
j) The bidders who have earlier failed to execute the work order(s) of the CESU shall not be
eligible to participate in this tender.
k) CESU reserves the right to waive minor deviation, if they do not materially affect the
capacity of the bidder to perform the contract.
3.0 Bids specification document can be obtained from the office of the undersigned on payment of
Rs.15,000/- towards non-refundable cost of bid documents plus 5% VAT (Total Rs. 15,750/-)
through Bank DD drawn in favour of “ CESU ” payable at “ Bhubaneswar ” , during office
hours from 11.00 am. to 5.00 pm. till Dt. 29.06.17
4.0 The tender documents can also be downloaded from CESU websites www.cesuodisha.com. In
case tender papers are downloaded from these websites, then the bidder has to enclose a
Demand Draft drawn on any scheduled bank in favour of “ CESU ” payable at “
Bhubaneswar ”, covering the cost of bid documents as stated above in a separate envelope
with suitable superscription “Cost of Bid Documents : Tender Notice Ref : CESU.Hqrs/
P&S/649/17-18/Vol-I/13391 Dt.08.06.17 This envelope should accompany the Bid Documents.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 9
5.0 The Bids shall be submitted and received in the office of the undersigned on all office working
days up to 1.00 P.M of Dt 30.06.17 In the event the date of opening is a holiday, the next
working day shall be treated as the date of opening. A pre-bid meeting will be held on Date
17.06.17 at 11.30 A.M in the conference hall of CESU for giving clarifications, if any, on the
bid documents to the prospective bidders who may choose to attend the meeting as detailed in
the Bid document.
6.0 Part-I of the bid (Technical Bid) will be opened on Date 30.06.17 at 3.30 P.M as indicated
above, in the presence of the authorized representatives of the Bidders. Bidders shall depute
only one representative to attend pre bid meeting and tender opening if they wish to be
represented. The undersigned reserves the right to reject any or all tenders if the situations so
warrants.
7.0 All correspondence with regard to the above shall be made to the following address :
Chief General Manager (Technical)
CESU, Head Office: IDCO TOWERS,
2nd Floor, Janpath, Bhubaneswar-751022 TELEPHONE: (0674) - 2541575
FAX: 0674 – 2543125
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 10
SECTION – II
GENERAL CONDITIONS OF CONTRACT
(GCC)
Tender Notification :
CESU.HQrs./P&S/649/17-18/Vol-I/13391
Dt: 08.06.17
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 11
1.0 GENERAL: -
CESU hereinafter referred to as the “Purchaser” is desirous of execution for shifting & conversion of
the existing 11 KV and LT OH lines & substations to UG Cabling & OH system in different Railway
crossings over the new Khordha- Bolangir railway line ( Ch. 105.600 to Ch. 138.679 ) under NED,
Nayagarh on turn key basis including supply of all Equipments/Materials, Erection including Civil
Works, Testing and Commissioning as per the Scope detailed in the Bid Documents.
2.0 SCOPE OF WORK: -
The scope shall include supply of all the materials & equipments except the OSM items and
installation/erection/commissioning to complete the works.
2.01 The detailed scope of the work shall include;
The detail scope of work are available at Section - V, Technical Specification of the Tender document.
3.0 DEFINITION OF TERMS
i. The ‘Contract’ means the agreement entered into between the Purchaser and the Contractor as
per the Contract Agreement signed by the parties, including all attachments and appendices
there to and all documents incorporated by reference therein.
ii. ‘Purchaser’ shall mean CESU and shall include its legal representatives, successors and
designated officers/Engineers.
iii. ‘Contractor’ shall mean the Bidder whose bid will be accepted by the Purchaser for the award of
the Works and shall include such successful Bidder’s legal representatives, successors and
permitted assigns.
iv. ‘Sub-Contractor’ shall mean the person named in the Contract for any part of the works or any
person to whom any part of the Contract has been sublet by the contractor with the consent in
writing of the Engineer and will include the legal representatives, successors and permitted
assigns of such person.
v. ‘Engineer in Charge’ shall mean the officer appointed in writing by the Purchaser to act as
Engineer from time to time for the purpose of the Contract.
vi. ‘Specifications’ shall mean the specifications and Bidding Document forming a part of the
Contract and such other schedules and drawings as may be mutually agreed upon.
vii. ‘Site’ shall mean and include the land and other places on, into or through which the works and
the related facilities are to be erected or installed and any adjacent land, paths, street or reservoir
which may be allocated or used by the Purchaser or Contractor in the performance of the
Contract.
viii. ‘Inspector’ shall mean the Purchaser or any person nominated by the Purchaser from time to
time, to inspect the equipment; stores or Works under the Contract and/or the duly authorized
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 12
representative of the Purchaser.
ix. ‘Notice of Award of Contract’/ ‘Letter of Award’ shall mean the official notice issued by the
Purchaser notifying the Contractor that his bid has been accepted.
x. ‘Date of Contract’ shall mean the date on which notice of Award of Contract/ Letter of Award
has been issued.
xi. ‘Performance and Guarantee Tests’, shall mean all operational checks and tests required to
determine and demonstrate capacity, efficiency, and operating characteristics as specified in the
Contract Documents.
xii. The term ‘Final Acceptance’/ ‘Taking Over’ shall mean the Purchaser’s written acceptance of
the works performed under the Contract, after successful commissioning/ completion of
Performance and Guarantee Tests, as specified in the accompanying Technical Specifications or
otherwise agreed in the contract.
xiii. ‘Commercial Operation’ shall mean the condition of operation in which the complete equipment
covered under the Contract is officially declared by the Purchaser to be available for continuous
operation at different loads up to and including rated capacity. Such declaration by the
Purchaser, however, shall not relieve or prejudice the Contractor of any of his obligations under
the Contract.
xiv. Words imparting ‘Person’ shall include firms, companies, corporations and associations or
bodies of individuals, whether incorporated or not.
xv. Terms and expressions not herein defined shall have the same meaning as are assigned to them
in the Indian Sale of goods Act (1930), failing that in the Indian Contract Act (1872) and failing
that in the General Clauses Act (1897) including amendments thereof, if any.
xvi. In addition to the above the following definition shall also apply
a) ‘All equipment and materials’ to be supplied shall also mean ‘Goods’
b) ‘Constructed’ shall also mean erected and installed.
c) ‘Contract Performance Guarantee’ shall also mean ‘Contract Performance Security’.
4.0 SUBMISSION OF TENDER: -
4.01 Sealed tenders in Two parts, each complete in all respects in the manner hereinafter specified
are to be submitted to Chief General Manager (Technical), CESU, Head Office: IDCO
TOWERS, 2nd Floor, Janpath, Bhubaneswar-751022 on or before the date and time
specified in the notice inviting the tenders. Bids shall be submitted as per format provided in
Section – III & IV. Bid shall be submitted in double sealed envelopes superscripted on the
covers the tender specification number and the due date of opening of the bids on the right hand
top side of the envelop. On the left top side of the price bid original/ duplicate as is relevant
shall be written.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 13
4.02 The tenders are required to be submitted in Two Parts each in separate double sealed covers.
a) Part - I : Superscribed as “Technical and commercial bid ” shall contain EMD, Bid
Documents cost and Techno commercial documents.
b) Part - II, Superscribed as “Price Bid”. The Part - II should contain only Price bid (both hard
and Soft copy ) of participation in duplicate in separate envelope.
4.03 Fax and Telegraphic tenders shall not be accepted.
4.04 Receipt of bids / revised bids after the cut off time and date as specified in the Tender
specification shall not be permitted and such bids shall be rejected outright. The Purchaser shall
not be responsible for any delay in transit in post / courier etc. in this regard.
4.05 Regarding less quoting of price bid w.r.t tender estimated cost as per amendment of OPWD
code:
Additional Performance Security shall be obtained from the bidder when the bid amount is less
than the estimated cost put to tender. In such an event, the bidders who have quoted less bid
price / rate than the estimated cost put to tender shall have to furnish the exact amount of
differential cost i.e. estimated cost put to tender minus the quoted amount as Additional
Performance Security in shape of Demand draft / Term Deposit Receipt pledged in favour
of CESU with validity same as the validity of CPBG for this tender in sealed envelope
along with the price bid at the time of submission of bids.
The bids of the technically qualified bidders will be opened for evaluation of the price bid. In
case of the bidders quoting less bid price / rate than the estimated cost put to the tender and
have not furnished the exact amount of the differential cost (i.e. estimated cost put to tender
minus the quoted amount) as Additional Performance Security in shape of Demand Draft /
Term Deposit Receipt, their price bid will not be taken in to consideration for evaluation even if
they have qualified in the technical bid evaluation.
This security amount shall be released only after expire of validity of CPBG as mentioned in
Clause 29.04 of GCC. The aforesaid amount shall not carry any interest payable to the bidder.
5.0 VALIDITY :-
The offer shall be valid for a period not less than Six months from the date of bid opening.
6.0 PRICE: -
Bidders are required to quote firm price as per the prescribed format enclosed in, Section – VII of
Bid Proposal Sheets. The quoted price shall be firm and inclusive of all taxes, duties, freight &
insurance and other levies, if any. CESU shall not be liable to pay anything extra over and above
the quoted price.
7.0 RECEIPT AND OPENING OF THE BID: -
7.01 Bids as described under clause 4.0 shall be received in the office of the Purchaser and shall be
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 14
opened on the scheduled date and time. The Purchaser’s authorized representatives shall open
bids in the presence of Bidders’ representatives on the date and time for opening of bids as
specified in the Invitation for Bid or in case any extension has been given thereto, on the
extended bid opening date and time notified.
7.02 Maximum one representative for each bidder shall be allowed to witness the opening of bids.
The representative must produce suitable authorization in this regard to be eligible to witness
the bid opening on behalf of the bidder. Bidders’ representatives who are present shall sign in a
register evidencing their attendance.
7.03 The Bidders’ names, bid prices, modifications, bid withdrawals and the presence or absence of
the requisite bid guarantee and such other details as the Purchaser, at its discretion, may
consider appropriate will be announced at the opening. No electronic recording devices will be
permitted during bid opening.
7.04 Information relating to the examination, clarification, evaluation and comparison of Bids and
recommendations for the award of a contract shall not be disclosed to Bidders or any other
persons not officially concerned with such process. Any effort by a Bidder to influence the
Purchaser's processing of Bids or award decisions may result in the rejection of the Bidder's Bid.
8.0 EVALUATION OF BIDS & AWARD OF CONTRACT:
8.01 To assist in the examination, evaluation and comparison of Bids, the Purchaser may, at its
discretion, ask the Bidder for a clarification of its Bid. All responses to requests for clarification
shall be in writing and no change in the price or substance of the Bid shall be sought, offered or
permitted.
8.02 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 documents have been properly signed, and whether the Bids are generally in order.
8.03 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the
unit price and the total price per item that is obtained by multiplying the unit price and quantity,
the unit price shall prevail and the total price per item will be corrected. If there is a discrepancy
between the Total Amount and the sum of the total price per item, the sum of the total price per
item shall prevail and the Total Amount will be corrected. In the event of multiple unit supply
rates for the same item is found, then the lowest quoted supply rate for the same item shall be
considered.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 15
8.04 Prior to the detailed evaluation, Purchaser will determine the substantial responsiveness of each
Bid to the Bidding Documents including production capability and acceptable quality of the
Goods offered. A substantially responsive Bid is one, which conforms to all the terms and
conditions of the Bidding Documents without material deviation.
8.05 The Purchaser's evaluation of a Bid will take into account, in addition to the Bid price, the
following factors, in the manner and to the extent indicated in this Clause:
a) Work Schedule
b) Deviations from Bidding Documents
c) Compliance of the criteria in Technical Bid
d) If the quoted/evaluated rate of the bidder is less than 14.99% (without round off ) of the
tender estimated cost, then such a bid shall be rejected and tender shall be finalized basing
on merits of rest bids i.e. for Rs. 100 estimated cost lowest accepted quoted/evaluated
price is Rs. 85.01.
8.06 The Purchaser will award the Contract to the successful Bidder whose Bid has been determined
to be the lowest - evaluated responsive Bid based in the price quoted in the price bid in their
offered BOQ and services, when the lowest bidders is not ready and/or capable to undertake the
entire work envisaged, then the Purchaser may explore the possibility of the execution of works
through other bidders if they are willing to execute at L1 rate. Such exploration shall be
carried out in a sequential order starting with L2 bidder then with L3 bidder and so on.
9.0 EARNEST MONEY DEPOSIT (EMD):-
9.01 The Tender must be accompanied by Earnest Money Deposit in shape of account payee Bank
Draft drawn on any scheduled bank in favour of CESU, payable at Bhubaneswar. EMD shall
be, as mentioned in the tender notice of the bid for which the bidder has submitted the bid. Bids
without EM deposit will be rejected out rightly.
9.02 No adjustment of any previous deposit or any amount payable from Purchaser shall be
entertained for EMD. EMD amount so submitted shall not carry any interest payable to the
bidder.
9.03 The Earnest Money so deposited shall be forfeited:
a) if the Bidder:
i) Withdraws its bid during the period of bid validity specified by the Bidder in the Bid
Form;
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 16
or
(a) The successful Bidder, Fails:
i. to sign the Contract, or
ii. to furnish the required Contract Performance Bank Guarantee.
9.04 The EMD of unsuccessful bidders shall be returned within 30 days from the date of finalization
of the order. The EMD of successful bidder shall be returned after acceptance and approval of
CPBG.
10.0 PURCHASER’S RIGHT TO VARY QUANTITIES AT TIME OF AWARD:
CESU reserves the right to increase or decrease the quantity of goods/services specified in the
Schedule of Requirement during execution of Contract limiting to ±20% of Contract price
without any change in unit price ( as per the Price Schedule & Bills Of Materials) or other terms
and conditions. However, quantity of individual items required may vary without any limitation.
11.0 INSPECTION AND TESTING :-
i) The Engineer-in-charge shall be entitled at all reasonable times during manufacture /
installation to inspect, examine and test the materials at the contractor’s premises / erection site
about workmanship of the materials to be supplied under this contract. If the said materials are
being manufactured in other premises, the contractor shall provide unhindered clearance, giving
full rights to the purchaser to inspect, examine and test as if the materials were being
manufactured in his premises. Such inspection / examination and testing shall not relieve the
contractor of his obligations to execute the contract by letter and spirit. The contractor shall give
the purchaser advance notice in writing of the Date and the Place at which the materials will be
ready for testing. The inspecting officer for the entire work shall be the Purchaser representative
for the concerned site. Inspection of all the materials will be completed within maximum two
lots. The contractor shall ensure that all the inspected materials along with seal and intact at site
and the same will be again cross checked and certified in the presence of project in charge.
ii) INSPECTION OF COMPLETED WORK – The work after due completion under the
supervision of “The Engineer in Charge” shall be inspected by himself jointly with the
competent authority of Electrical Inspectorate, Govt. of Odisha. All arrangement for this
inspection shall be the responsibility of the Contractor. However, CESU shall deposit
statutory fees as applicable regarding Electrical Inspection for entire scope of work.
However, such Inspection and Testing shall not relieve Contractor of his obligation to execute
the contract by letter of spirit.
12.0 COMPLETION AND COMPLETENESS OF THE EQUIPMENT :-
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 17
Time being the essence of the contract; the work shall be completed within 06 ( Six ) Months
maximum from the date of issue of work order including supply of all the materials, erection,
Testing, dismantling, Electrical inspection & commissioning.
12.01 The work shall be treated as complete item wise when one item shall be complete in all respects
with all mountings, fixtures and standard accessories which are normally supplied even though
not specifically detailed in the specification. No extra payment shall be payable for such
mounting, fittings, fixtures and accessories which are needed for safe operations of the
equipment as required by applicable code of the country though this might not have included in
the contract.
12.02 All similar components and/or parts of similar equipment supplied shall be inter-changeable
with one another. Various equipments supplied under this contract shall be subject to
Purchaser’s approval.
12.03 Purchaser however reserves the right to re-schedule the completion period, if required.
13.0 REJECTION OF MATERIALS : -
In the event of the materials supplied by the contractor and/or the installation works are found to
be defective in quality and the workmanship is poor or otherwise not in conformity with the
requirements of the contract specification as per section-V (Technical specification), Purchaser
shall reject such materials / services and ask the contractor in writing to replace / rectify the
defects. The contractor on receipt of such notification shall rectify or replace the defective
materials and/or re-install the work already executed, free of cost to the Purchaser. If the
contactor fails to do so the Purchaser may at his option take the following actions which could
be on concurrent basis.
a) Replace or rectify such defective materials and recover the extra cost so involved plus
25% from the Contractor.
b) Terminate the contract for balance supply and erection with enforcement of penalty as
per contract.
c) Acquire the defective materials at reduced price considered acceptable under the
circumstances.
d) Forfeit the Contract Performance Bank Guarantee.
14.0 EXPERIENCE OF BIDDERS : -
The bidders are required to furnish information regarding their experience on the following
aspects as per format provided in Section – IV, Annexure VII (A) & (B) :
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 18
a) Description of similar type of work executed during the last three FY years i.e.
FY 2014-15, FY 2015-16 and FY 2016-17 with the name(s) of the party(s) to whom /
where supplies / erection were made.
b) Work orders details (W.O No. and date only) executed during the last three years along
with Electrical inspection report copies and copies of user’s completion / performance
certificate.
Bids may not be considered if the past performance is found to be un-satisfactory.
15.0 DEVIATION FROM SPECIFICATION: -
The bidders are requested to study the specification and the attached drawings thoroughly before
tendering so that if they make any deviations, the same are prominently brought on a separate
sheet under the headings “Deviations” as per formats provided under Section IV, Annexure –
VIII & IX. All such deviations to the technical & commercial terms of the specification shall be
indicated in a separate list as indicated above. In absence of such deviation schedule, it will be
presumed that the bidder has accepted all the conditions stipulated in the tender specification,
not withstanding any deviations mentioned elsewhere in the Bid. However the acceptance of
deviation is not binding on the Purchaser.
16.0 CONTRACTOR TO INFORM HIMSELF FULLY: -
The contractor shall examine the instructions, general conditions of the contract, specifications
and the schedule of quantity and delivery to satisfy himself as to all the terms and conditions
and circumstances affecting the contract price. He shall quote prices according to his own
judgment and shall understand that no additional cost except as quoted shall only be considered.
17.0 PATENT RIGHT: -
The contractor shall indemnify the purchaser against all claims, actions, suits and proceedings
for the alleged infringement any patent design or copy right protected either in country of origin
or in India by the use of any equipment supplied by the contractor but such indemnity shall not
cover any use of the equipment other than for the purpose indicated by or reasonable to be
informed from the specification.
18.0 GUARANTEE PERIOD: -
18.01 The materials to be supplied by the contractor shall be guaranteed for satisfactory operation
against defects in design and workmanship for a period of 24 months from the date of handing
over the completed installations.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 19
18.02 The above guarantee certificate shall be furnished in triplicate to the Purchaser for his approval.
Any defects noticed during the above period should be rectified by the Contractor free of cost to
the Utility provided such defects are due to faulty design, bad workmanship or bad materials
used on receipt of written notice from the Purchaser.
19.0 PENALTY FOR DELAY IN COMPLETION OF CONTRACT: -
19.01 If the contractor fails to complete the works by the scheduled period or any extension granted
thereby, the contractor shall be liable for deduction of penalty amounting to 0.5% (half
percent) of the contract price per week of un-finished works subject to the maximum of 5%
(five percent) of the total contract price and subject to force majeure conditions.
19.02 Penalty amount can be realized from the proceeds of the Contract Performance Bank Guarantee,
if the situation so warrants.
19.03 Extension of completion period could be with / without levy of penalty with the discretion of
purchaser.
20.0 RIGHT OF WAY :
Right of way issues, if any, arising during execution of the works shall have no liability of
CESU. These issues shall be settled at the sole discretion of the Contractor. CESU shall
however extend all possible help to the Contractor including discussion with the local
authorities for early resolution of these issues.
21.0 CONTRACTOR’S DEFAULT :
21.01 If the Contractor neglects to execute the works with due diligence and expedition or refuses or
neglects to comply with any reasonable order given to him, in writing by the Engineer in
connection with the works or contravenes the provisions or the contract, the Purchaser may give
notice in writing to the Contractor to make good the failure, neglect or contravention
complained of. Should the Contractor fail to comply with the notice within thirty (30) days from
the date of serving the notice, the Purchaser shall be at liberty to employ other workmen and
forthwith execute such part of the works as the contractor may have neglected to do or if the
Purchaser thinks fit, without prejudice to any other right, he may have under the Contract to take
the work wholly or in part out of the Contractor’s hands and re-contract with any other person or
persons to complete the works or any part thereof and in that event the Purchaser shall have free
use of all Contractor’s equipment that may have been at the time on the Site in connection with
the works without being responsible to the Contractor for fair wear and tear thereof and to the
exclusion of any right of the Contractor over the same, and the Purchaser shall be entitled to
retain and apply any balance which may otherwise be due on the Contract by him to the
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 20
Contractor, or such part thereof as may be necessary, to the payment of the cost of executing the
said part of works or of completing the works as the case may be. If the cost of completing of
works or executing part thereof as aforesaid shall exceed the balance due to the Contractor, the
Contractor shall pay such excess. Such payment of excess amount shall be independent of the
liquidated damages for delay which the Contractor shall have to pay if the completion of works
is delayed.
21.02 In addition, such action by the Purchaser as aforesaid shall not relieve the Contractor of his
liability to pay liquidated damages for delay in completion of works.
21.03 Such action by the Purchaser as aforesaid the termination of the Contract under this clause shall
not entitle the Contractor to reduce the value of the Contract Performance Guarantee nor the
time thereof. The Contract Performance Guarantee shall be valid for the full value and for the
full period of the Contract including guarantee.
22.0 TERMINATION OF CONTRACT ON PURCHASER’S INITIATIVE :
22.01 Purchaser reserves the right to terminate the Contract either in part or in full due to reasons other
than those mentioned under clause entitled ‘Contractor’s Default’. The Purchaser shall in such
an event give fifteen (15) days notice in writing to the Contractor of his decision to do so.
22.02 The Contractor upon receipt of such notice shall discontinue the work on the date and to the
extent specified in the notice, make all reasonable efforts to obtain cancellation of all orders and
Contracts to the extent they related to the work terminated and terms satisfactory or the
Purchaser, stop all further sub-contracting or purchasing activity related to the work terminated,
and assist Purchaser in maintenance, protection, and disposition of the works acquired under the
Contract by the Purchaser. In the event of such a termination the Contractor shall be paid
compensation, equitable and reasonable, dictated by the circumstance prevalent at the time of
termination.
22.03 If the Contractor is an individual or a proprietary concern and the individual or the proprietor
dies and if the Contractor is a partnership concern and one of the partners dies then unless the
Purchaser is satisfied that the legal representatives of the individual Contractor or of the
proprietor of the propriety concern and in the case of partnership, the surviving partners, are
capable of carrying out and in the case of partnership, the surviving partners, are capable of
carrying out and completing the Contract, the Purchaser shall be entitled to cancel the Contract
as to its incompleted part without being in any way liable to payment of any compensation to
the estate of deceased Contractor and /or to the surviving partners of the Contractor’s firm on
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 21
account of the cancellation of the contract. The decision of the Purchaser that the legal
representatives of the deceased Contractor or surviving partners of the Contractor’s firm cannot
carry out and complete the contract shall be final and binding on the parties. In the event of such
cancellation the Purchaser shall not hold the estate of the deceased Contractor and/ or the
surviving partners of the Contractor’s firm liable to damages for not completing the Contract.
23.0 FORCE MAJEURE: -
The Contractor shall not be liable for any penalty for delay or for failure to perform the contract
for reasons of Force Majeure such as “acts of God, acts of the Public enemy, acts of Govt.,
Fires, Flood, Epidemics, Quarantine restrictions, Strikes, Freight Embargos and provided that
the Contractor shall within ten (10) days from the beginning of such delay notify the Purchaser
in writing of the cause of delay. The Purchaser shall verify the facts and grant extension as facts
justify.
24.0 EXTENSION OF TIME: -
If the delivery of the equipments / materials is delayed due to reasons beyond the control of the
Contractor, the Contractor shall immediately inform the Purchaser in writing of his claim for an
extension of time. The Purchaser on receipt of such notice may agree to extend the contract
period as may be reasonable but without prejudice to other terms & conditions of the contract.
25.0 SAFETY PRECAUTIONS:-
The agency shall observe all applicable regulations regarding safety at the Site. Any
compensation due on account of any type of accident at site shall be to the contractor’s account.
The contractor should follows various safety provisions as provided under Regulation-3,
Regulation-4 & Regulation-7 of CEA (Measures relating to safety & electric supply) Regulation
-2010 and Regulation -7 of CEA (Safety requirement for construction, operation and
maintenance of electrical plants and electrical lines) Regulation-2011. The detail is annexed at
Annexure- XVII.
26.0 STORE :-
Storing of materials from supply to erection shall be arranged by the contractor at his own cost.
No compensation shall be made by the Purchaser for any damage or loss of materials during
storing, transit transportation and at the time of erection.
27.0 INSURANCE: -
a) Contractor shall arrange adequate Transit-cum-storage-cum-erection policy and shall
submit the copy of the same to the Purchaser. The policy shall initially remain valid for a
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 22
period of sixty days over & above of the contractual guarantee period and shall be
extended as required till handing over. Contractor shall be responsible for lodging of
claim with the insurer as well as for all required follow up with the insurer for settlement
of claim in case of loss/damage/theft of material during transit/storage/erection till the
completed works is handed over to the Purchaser and is accepted by the authorized
representative of the Purchaser in writing.
b) Contractor shall also arrange adequate cover for his employees / labourers engaged in the
works as well as arrange third party insurance cover to indemnify any possible
damages/accident to public at large not connected with the works process and shall
submit a copy of the same to the Engineer In Charge of the Project prior to starting of the
work. Any claim(s) pertaining to this shall be the responsibility of the Contractor.
c) The contractor shall undertake free replacement of the materials damaged or lost during
transit, which will be intimated by the Consignee within 30 days of receipt of the
materials at purchaser’s stores.
28.0 ENGINEER IN CHARGE & PROJECT CO-ORDINATOR :-
Concerned Divisional Head of Electrical division NED, Nayagarh of CESU shall be the
Engineer in charge for the Project. The Manager, E&MR, CESU, Khordha shall be the
project coordinator for the project. All inspection, supervision, erection, testing and
commissioning of the project shall be carried out in coordination with the Engineer in charge
and the project co-ordinater. All drawings & GTPs to be routed through Project Co-Ordinator &
Engineers In Charge.
29.0 CONTRACT PERFORMANCE BANK GUARANTEE :-
29.01 Within 30 days of issue of the Work Order, the Contractor shall submit Contract Performance
Bank Guarantee issued by a scheduled Bank, in favour of the Purchaser, covering 10% of the
total value of the work order.
29.02 In case of Joint Venture/ Consortium, performance bank guarantee shall be in the name of lead
partner @ of 10% of the contract price and additional @ 1% each by the Joint venture partner(s)
separately (or) single Bank Guarantee for ( Lead partner @ 10 % and each JV partner @ 1%)
mentioning the name and address of the Lead & JV partner, to be submitted by lead partner
from a Nationalized / Scheduled Bank encashable with the Bhubaneswar branch of the issuing
bank, in favour of Central Electricity Supply Utility of Odisha , Bhubaneswar, in the prescribed
proforma.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 23
29.03 The said Bank Guarantee shall be prepared in the prescribed proforma as attached in Section IV,
Annexure - III. The Bank Guarantee furnished shall be executed on Non-judicial Stamp paper
worth of Rs 100/- (Rupees Hundred only), purchased in the name of the issuing bank, as per the
prevalent rules. The Bank Guarantee so provided shall be en-cashable on the Bhubaneswar
branch of the issuing Bank.
29.04 The Contract Performance Bank Guarantee shall remain valid for a period not less than 90 days
over and above the guarantee period, basing on stipulated completion period in the W.O.
towards security i.e. 33 (Thirty Three) months from the date of issue of the work order and
acceptance thereof, failing which the work order (W.O) shall be liable for cancellation without
any further notice with forfeiture of E.M.D.
29.05 No interest shall be allowed by the Purchaser on the above Performance Security Deposit
submitted by the Bidder.
29.06 The Contract Performance Bank Guarantee may be extended for the delay period of completion
of work, if any.
30.0 TERMS OF PAYMENT:
30.01 An advance of 10% (ten percent) of total lump sum contract price shall be paid as Mobilization
Advance, subject to the following.
a) Submission of Invoice for payment of advance.
b) Receipt and acceptance of unconditional irrevocable Contract Performance Bank Guarantee
in favour of Purchaser as mentioned in clause 29.00.
c) Receipt and acceptance of unconditional and irrevocable Advance Payment Bank
Guarantee in favour of Purchaser for an amount equivalent to the amount of advance as per
the prescribed format as provided in Section IV, Annexure - IV. The Bank Guarantee so
provided should be en-cashable on the Bhubaneswar branch of the issuing Bank. Advance
bank guarantee shall be submitted for a period of 90 days over and above the schedule date
of completion i.e. total for 09 (Nine) months from date of issue of WO. The advance bank
guarantee may be extended further for a period of 3 months each occasion, if the advance
amount is not recovered fully.
d) Establishment of contractor site office and certification by the engineer that satisfactory
mobilization for erection exists (at least single/ part of the completed item of work).
e) All advance payment shall be interest bearing and recovery of advance along with the
interest component on the advance amount shall be as under:
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 24
(i) The said mobilization Advance will be recovered/ adjusted towards payment of first
running bill while releasing 80% (Eighty percent) payment.
(ii) If any amount payable under the first running bill is not sufficient to cover the 10%
mobilization advance, the balance outstanding shall be recovered from the next payment
immediately falling due.
(iii) The amount of interest to be recovered from a particular bill shall be calculated @10%
per annum on the value of advance corresponding to the percentage of total progressive
payment being released. The period for which the interest is to be calculated shall be
reckoned from the date of release of the advance payment to the actual date of release of the
said progressive payment or the expiry of the stipulated time frame for release of such
progressive payment. If any amount payable under any interim bill is not sufficient to cover
all deduction to be made for interest on the advance payment and other sums deductible
there from, the balance outstanding shall be recovered from the next payments immediately
falling due.
30.02 80% (Eighty percent) of contract price on pro-rata basis along with taxes and duties shall be paid
progressively for each portion of proportionally completed items (Supply and erection at site
only) of work as per the agreed Bill of Materials within 30 days of submission of claim subject to
certification by Purchaser’s Engineer-in-charge on the basis of check points involved in such
items of work. However, contractor shall raise R/A bill with a copy of the comprehensive
insurance policy as per the Clause-27 on completion of at least 20 % of the total contract
value failing which bill shall not be processed.
30.03 Balance 20% (twenty percent) of contract price shall be paid after completion of all works,
envisaged under this project including any additions/alterations and on the basis of the final
amendment work order , testing & commissioning, return of dismantled materials/ un-used free
supply material, taking over certificate and entire stretch is fully ready for commercial
operation. The payments shall be subjected to clearance from electrical inspectorate, Govt of
Odisha.
Note : In case of joint venture/consortium the CPBG.s shall be in the name of joint venture/ consortium
covering all the partners including the Lead Partner. The amount shall be 10% for lead partner
and additional 1% by each of the J.V partners separately or single BG (Lead partner @ 10 %
and JV partner @ 1% ) mentioning the name and address of lead and JV partner to be submitted
by lead partner from a Nationalized / Scheduled Bank encashable with the Bhubaneswar branch
of the issuing bank, in favour of Central Electricity Supply Utility of Odisha, Bhubaneswar, in
the prescribed proforma.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 25
31.0 PAYING OFFICER AND NODAL AUTHORITY:
The G.M., Electrical Circle No. II, Bhubaneswar, CESU will be the paying authority and the
Nodal authority for the project. He will monitor the progress of the project jointly with the
Divisional Engineer and redress all the issues for smooth execution of the work in consultation
with the concerned Authorities and report fortnightly to the Technical Dept. of Head Qtrs. All
drawings, GTP and type test reports submitted to the HQrs. for approval to be routed through the
Nodal officer of the project.
Apart from the above, The G.M., Electrical Circle No. II, Bhubaneswar, CESU shall be the
Paying Officer as mentioned below;
10% Mobilisation Advance
Note:- The said 10% Mobilisation Advance so paid shall be adjusted against the payment
of 80% of 1st RA bill.
32.0 PURCHASER’S RIGHTS: -
The Purchaser reserves the right to accept any bid or reject any or all bids or cancel / withdraw
invitation of bid or to vary the quantity for placement of order without assigning any reason to
such decision. Such decision by the Purchaser shall bear no liability.
33.0 DISTINCT MARK ON EQUIPMENT AND MATERIALS:
All the equipments and materials required for the works shall have distinct mark of Purchaser
either by way of punching on metal part(s) and/or in built during casting and/or painting as per
common practice and/or as mutually agreed. This should be clearly visible in day light in naked
eye.
34.0 DISPUTE RESOLUTION AND JURISDICTION : -
a) Any Disputes arising out of this contract shall be referred to the CEO, CESU who shall
decide the case as sole Arbitrator.
b) For the purpose of dispute resolution, this agreement shall be governed by the provision of
Arbitration and Conciliation Act,1996.
c) All disputes shall be subjected to exclusive jurisdiction of the Courts at Bhubaneswar and the
writ jurisdiction of Hon’ble High Court of Odisha at Cuttack.
35.0 TRANSFER AND SUB-LETTING:-
The Contractor shall not sublet, transfer, assign or otherwise part with the Contract or any part
thereof, either directly or indirectly, without prior written permission of the Purchaser.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 26
36.0 FREE ISSUE OF MATERIALS (Owner Supply Materials / OSM ) BY CESU and
DISMANTALED MATERIALS :-
The list OSM materials as per the scope will be supplied by CESU are available in Annexure-
XVIII and price bid.
However, transportation cost of OSM materials from any CESU store to work site is to be borne
by the contractor.
Dismantled Materials shall be returned to the CESU store (Bhubaneswar or Choudwar) by own
cost of contractor
37.0 SUBMITTALS REQUIRED AFTER AWARD OF CONTRACT:-
37.01 Within 15 days of the effective date of contract the contractor shall provide three copies of an
outline program of production, inspection, testing, delivery, survey, erection, pre-
commissioning and commissioning in chart form. Included in the program will be the detailed
schedule of drawing to be submitted.
37.02 The bar chart & pert chart for each item of the work so as to complete the work in scheduled
period of, 6 months for the project shall be furnished by the contractor/Successful Bidder.
37.03 The periodic progress report as required by the purchaser shall be submitted by the contractor as
per the format prescribed by the Engineer in Charge.
38.0 DRAWINGS
Within 15 days of contract commencement the contractor shall submit, for approval by the
Engineer in Charge, a schedule of the drawings to be produced. The schedule shall also provide
a program of drawing submission, for approval by the Engineer in Charge. All drawings and
design should be submitted to Engineer-In-Charge within the period specified above.
39.0 APPROVAL PROCEDURE OF SUB VENDORS & DRAWINGS OF BOUGHT OUT
MATERIALS
39.01 The contractor shall submit all drawings, documents and type test reports, QAP, Name of Sub
vendor, samples (as applicable) etc, to the engineer in charge within 15 days of award of LOA
for approval. If modifications to be made if such are deemed necessary, the contractor has to
resubmit them for approval without delaying the initial deliveries or completion of the contract
work.
39.02 Three copies of all drawings, GTP, QAP shall be submitted for approval and three copies for
any subsequent revision.
39.03 If the drawings will be as per the technical specifications, the competent authority of the
Purchaser will return the drawings & documents to the contractor marked with “Approved”
stamp.
40.0 TAKING OVER
40.1 Upon successful completion of all the tests to be performed at site on equipment / materials
supplied and erected by the contractor, the Engineer-in-charge of the project shall issue to the
contractor a taking over certificate as a proof of the final acceptance of the equipment /
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 27
materials. Such certificate shall not be un-reasonably withheld nor will the engineer delay the
issuance thereof on account of minor omission or defects, which do not affect the commercial
operation and / or cause any serious to the equipment/material. Such certificate shall, however,
not relieve the contractor of any of his obligations which otherwise survive by the terms &
conditions of the contract after issuance of such certificate.
40.2 For the satisfaction of purchaser about quality, the purchaser shall have unreserved right for
arrangement of testing of equipment/ materials and the complete system independently by self
or any other agency chosen by the purchaser. The contractor is expected to agree and extend
necessary help during such test if necessary.
41.0 LATENT DEFECT WARRANTY
41.1 The period of latent defect warranty in terms of this bidding documents, shall be limited to five
(05) years from the date of completion of Guarantee period.
42.0 CLEARANCE OF SITE:
The Contractor’s shall from time to time during the progress of the Works clear away and
remove all surplus materials and rubbish disposal in an approved manner. On completion of the
work the Contractor shall remove all Contractors’ equipment and leave the whole of the Site clean
and in a workable condition, to the satisfaction of the CESU. The Contractor shall obtain prior
approval of the CESU to remove the surplus materials. The contractor should rectify any
damage occur during execution to its original position.
43.0 EMBOSSING / PUNCHING / CASTING / PAINTING
All major equipments and materials supplied /erected under this project shall bear distinct
mark of “Name of the Purchaser, CESU, WO Order No. & Date” by a way of
embossing / punching / casting etc. This should be clearly visible to naked eye.
44.0 CESU may or may not take over any balance materials left in the project in their account. So
the contractor should procure the materials as per site condition.
45.0 Any terms & conditions not included above shall be abide by OPWD / CPWD / CVC codes /
guidelines.
46.0 DECLARATION
The contractor has to declare that, any other miscellaneous materials required as per site
condition to execute the work in complete manner which is not included in the price schedule, has been
taken into consideration during quoting the price for each scope. They understand that, the quoted sub
scope price shall be considered as inclusive of these extra required items.
Further, the contractor has to declare that, in the event of any deviation to scope of work, they
will submit the rate analysis (both supply and erection), drawing (if required ) for the additional items
not included in the price schedule before execution of the deviated/extra work beyond the original
scope of the work to the satisfaction of CESU.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 28
SECTION – III
PRICE SCHEDULE FORMAT
SCHEDULE OF QUANTITY & PRICE
ERECTION & COMMISSIONING OF ………………………………..
(Firms shall quote the unit rate and total rates including all taxes and Duties)
Sl.
No.
Description of
works.
Unit Quantity Unit
Supply
Rate.
(Rs.)
Amount
(Rs.)
Unit
Erection
Rate
(Rs.)
Amount
(Rs)
Total
(Rs)
1 2 3 4 5 6=(4x5) 7 8=(4x7) 9=(7+8)
1.
TOTAL (RS.)
Rupees in words………………………………………………………………………..
Please refer price schedule format of the Bid proposal sheets enclosed with this tender specification.
Bidders are required to enter their item wise rates in individual sheet of the package for which he wants to
submit their total bid.
Bidders will be permitted to only enter the item wise rates. No other modification shall be permitted.
Bidders are required to sign each and every page and enclose the same in the Price Bid envelope for the
package separately in Sealed Condition. One soft copy in CD shall also be submitted in the Price Bid.
(Signature of the Bidders)
Note :
i. Unit rate is inclusive of all taxes and duties.
ii. Any discrepancy in unit rate and amount, unit rate stands.
iii. Any column left bank shall be treated as nil/inclusive of.
iv. In the event of multiple supply and erection price quoted for the same item the lowest
quoted supply and erection rate for the item shall be considered for evaluation.
v. Any other miscellaneous materials required as per site condition to execute the work in
complete manner which is not included in the above price schedule, has to be taken into
consideration during quoting the price for each scope. The quoted sub scope price is
considered to be inclusive of these extra required items
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 29
vi. If the quoted/evaluated rate of the bidder is less than 14.99% (without round off ) of the
tender estimated cost, then such a bid shall be rejected and tender shall be finalized basing
on merits of rest bids i.e. for Rs. 100 estimated cost lowest accepted quoted/evaluated price
is Rs. 85.01.
vii. Regarding less quoting of price bid w.r.t tender estimated cost as per amendment of
OPWD code:
Additional Performance Security shall be obtained from the bidder when the bid amount is
less than the estimated cost put to tender. In such an event, the bidders who have quoted less
bid price / rate than the estimated cost put to tender shall have to furnish the exact amount of
differential cost i.e. estimated cost put to tender minus the quoted amount as Addition
Performance Security in shape of Demand draft / Term Deposit Receipt pledged in favour of
CESU with validity same as the validity of CPBG for this tender in sealed envelope along with
the price bid at the time of submission of bids.
The bids of the technically qualified bidders will be opened for evaluation of the price bid. In
case of the bidders quoting less bid price / rate than the estimated cost put to the tender and
have not furnished the exact amount of the differential cost (i.e. estimated cost put to tender
minus the quoted amount) as Additional Performance Security in shape of Demand Draft /
Term Deposit Receipt, their price bid will not be taken in to consideration for evaluation even
if they have qualified in the technical bid evaluation.
This security amount shall be released only after expire of validity of CPBG as mentioned in
Clause 29.04 of GCC. The aforesaid amount shall not carry any interest payable to the bidder.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 30
SECTION – IV
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 31
ANNEXURE – I
BID PROPOSAL LETTER
Electrical Installation of Works under CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA
Bidder’s Name and Address :
(in case of JV/Consortium, Name of JV/Consortium)
Bid Proposal Reference:
Person to be contacted:
Designation:
Telephone No. : E-mail : Fax No. :
To, Fax No:-
Name & Address of the Purchaser’s designated Officer
Dear Sir,
We the undersigned bidder have read and examined the detailed specification and bidding documents
for execution of various electrical installation works and do herewith submit our bid for the following
package:
Sl. No. Name of the Purchaser
Name of the
Division
Package Code
Reference
We declare the following:
1.0 PRICES AND VALIDITY :
1.01 All the prices and price components stated in our bid proposal are firm and not subject to any
price adjustment, in line with the bidding documents. All the prices and other terms and
conditions of this proposal are valid for a period of six months from the date of opening of the
bids. We further declare that prices stated in our proposal are in accordance with “Instructions to
Bidders” of bidding documents.
1.02 We do hereby confirm that our bid prices as quoted in attached Schedules include all import
duties and levies including license fees lawfully payable by us on imported items and other
taxes, duties and levies applicable on bought – out components, materials, equipment and other
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 32
items and confirm that any such taxes, duties and levies additionally payable shall be to our
account.
1.03 We confirm that the Sales tax on Works Contract, Turnover Tax or any other similar taxes under
the Sales Tax Act, as applicable, are included in our quoted bid price and there shall not be any
liability on this account to the Purchasers. We understand that Purchasers shall, deduct such
taxes at source as per the rules and issue TDS Certificate to us.
1.04 We confirm that, in our Bid Price, we have considered service tax in line with lawful prevalent
practice.
1.05 Price components of various items are indicated in the B.O.Q. for the respective works.
1.06 We further declare that while quoting the price, the due credit under MODVAT scheme, re-
christened as CENVAT scheme, as per relevant Government policies wherever applicable, have
been taken into account.
1.07 We, having studied the bidding document in three volumes relating to taxes & duties and hereby,
declare that if any income tax, charge on income tax or any other corporate tax is attracted under
the law, we agree to pay the same.
1.08 We are aware that the Price schedules do not generally give a full description of the supplies to
be made and work to be performed under each item and we shall be deemed to have read the
Technical Specifications and other bidding documents and drawings to ascertain the full scope of
work included in each item while filling in the related and prices. We agree that the entered rates
and prices shall be deemed to include the full scope as aforesaid, including overheads and
profits.
1.09 We understand that in the price schedule, if there is discrepancy between the unit price and total
price, the same shall be corrected as per relevant provisions.
1.10 We declare that prices for items left blank in the schedules will be deemed to have been included
in other items. The TOTAL for each schedule and the TOTAL of Grand summary shall be
deemed to be the total price for executing the facilities and sections thereof in complete
accordance with the contract, whether or not each item has been priced
2.0 CONSTRUCTION OF THE CONTRACT
2.01 We declare that we are making the offer on the basis of indivisible supply-cum- Erection
contract on a single source responsibility basis.
3.0 BID SECURITY( EMD)
We are enclosing DD no. dtd. Amounting to Rs. (Rupees only) issued
by bank branch, payable on Bhubaneswar towards Bid Security
against our above Bid. The Bid Security amount has been computed by adding the Estimated
Cost of the package no.s for which we are submitting our bid.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 33
4.0 EQUIPMENT PERFORMANCE GURANTEE
We declare that the ratings and performance figures of the equipment to be furnished and erected
by us are guaranteed. The Guaranteed particulars of different equipments are enclosed along
with our bid.
5.0 BID PRICING
We further declare that the prices stated in our proposal are in accordance with your ‘Instruction
of Bidders of Conditions of Contract, Volume-1 of the bid documents.
6.0 PRICE ADJUSTMENT
We declare that all the prices and price components stated in our offer are on FIRM price basis.
7.0 QUALIFICATION
We confirm having submitted the Qualification Data in original plus one copy, as required by
you under clause 6.0 ‘Invitation for Bids’. Further we have filled in the information for
qualification requirements. In case you require any further information in this regard, we agree
to furnished the same in time
8.0 DEVIATIONS
8.01 We declare that the contract shall be executed strictly in a accordance with the specifications
and documents except for the variations and deviations all of which have been detailed out
exhaustively in the following schedules, irrespective of whatever has been stated to the
contrary anywhere else in our proposal.
a) Commercial Deviations Schedule
b) Cost of withdrawal of Deviations on Critical
c) Technical Deviation Schedule
8.02 We confirm that specified stipulation of following critical clauses are acceptable to us and no
deviations/exceptions are taken on any account whatsoever in the following clauses :
(a) Payment Terms :
(b) Bid Guarantee :
(c) Contract Performance Guarantee :
(d) Liquidated Damages for delay :
(e) Prices and Price Adjustment :
(f) Guarantee / Warrantees :
8.03 Further, we agree that the additional conditions, deviations, if any, found in our bid proposal
documents other than those stated in attached Deviation Schedules, save that pertaining to any
rebates offered, shall not be given effect to.
9.0 ADDITIONAL INFORMATION
We have included with this proposal additional information listed. We further confirm that such
additional information does not imply any additional deviation beyond those covered in
appropriate schedules and in case of any contradiction between these additional information and
other provisions of Bid, the latter prevail.
10.0 GURANTEE DECLARATION
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 34
We guarantee that the equipment offered shall meet the rating and performance requirements
stipulated in this specification. The Guarantee Declaration which shall attract levy of liquidated
damages for non-performance is indicated in the relevant schedule.
11.0 BOUGHT-OUT AND SUB-CONTRACTED ITEM
We are furnishing herewith at appropriate Schedule, the detail of all major item of supply
amounting to more than 10% of our Bid Price, which were propose subletting giving detail of the
name of sub-contractor/sub-vendor and quantity for each item.
12.0 WORK SCHEDULE
If this proposal is accepted by you, we agree to submit engineering data, provide services and
complete the entire work from time to time, in accordance with schedule indicated in the
proposal. We fully understand that the time schedule stipulated in this proposal is the essence of
the contract, if awarded. The completion schedule of the various major key phases of the work is
indicated in the designated schedule.
13.0 CONTRACT PERFORMANCE GUARANTEE
We further agree that if our Bid is accepted we shall provide an irrevocable Bank guarantee
towards Contract Performance Guarantee, of value equivalent to ten percent (10%) of the
Contract Price initially valid up to the end of ninety (90) days after the end of the contract
warranty period in the form of Bank Guarantee in your favour within 30 (thirty) days from the
date of ‘Notice of Award of Contract’ and enter into a formal agreement with you immediately
thereafter.
14.0 CHECK LIST
We have included a check list duly filled in Schedule. We understand that only this check list,
commercial and technical deviation will be read out during the part-I bid opening before the
bidders present.
(For Joint Venture/consortium only)
We, the Partners of joint venture/ consortium submitting their Bid, do agree and confirm that in
case of Award of the Contract on the joint venture, we shall be jointly and severally responsible
for the execution of the contract in accordance with contract terms and conditions.
We, hereby declare that only the persons or firms interested in this proposal as principals are
named herein and that no other persons or firms other that those mentioned herein have any
interest in this proposal or in the contract to be entered into if we are awarded the contract, and
that this proposal is made without any connection with any other person, firm or party likewise
submitting a proposal and that this proposal is in all respect for and in good faith, without
collusion or fraud.
Dated this ………………………..day of ………………………………20…..
Thanking you,
Yours faithfully,
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 35
(Signature of the Authorised Signatory)
Printed Name ……………………………
Designation ……………………………..
Common Seal off the company………..
(To be signed by lead partner case of Joint Venture) Signature of other partner (s) in case of
Joint Venture)
Printed Name …………………
Designation …………………..
Date : ………………………….
Place :
(Written power of Attorney of all signatories of the bid to commit the Bidder must be enclosed
with the Bid. In case of joint venture, the written Power of Attorney of all signatories from
respective partners must be enclosed with the Bid.
*** Applicable case of a Bid from Joint Venture of Firms. Further, the Bid must be signed by
each partner of the Joint venture.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 36
ANNEXURE – I (A)
U N D E R T A K I N G
Under the scope of the tender specification No_______________, We M/s ___________ do hereby
undertake to
1) Execute the Project covered under the above specification on Complete turnkey basis ( Supply and
Erection) and there shall be no deviation in any manner both for commercial & technical requirement as
stipulated in bid documents. We understand that our price offer shall not be considered if we are found unsuitable
in the minimum qualifying criteria.
2) Declare that, any other miscellaneous materials required as per site condition to execute the work in
complete manner which is not included in the price schedule, has been taken into consideration during quoting
the price for each scope. We understand that, the quoted sub scope price shall be considered as inclusive of these
extra required items.
3) Declare that, in the event of any deviation to scope of work we will submit the rate analysis (both
supply and erection), drawing (if required ) for the additional items not included in the price schedule before
execution of the deviated/extra work beyond the original scope of the work to the satisfaction of CESU.
( To be made in the company letter head)
Authorized Signatory and seal of the company
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 37
ANNEXURE – II
DECLARATION FORM
To
Chief General Manager (Technical)
CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA
Head Office: IDCO TOWER, 2nd Floor, Janpath, Bhubaneswar-751022
Sir,
Having examined the above specifications together with the Tender terms and conditions referred to
therein
1 – I / We the undersigned do hereby offer to supply the materials covered there on in complete shape in
all respects as per the rules entered in the attached contract schedule of prices in the tender.
2 – I / We do hereby under take to have the materials delivered within the time specified in the tender.
3 – I / We do hereby guarantee the technical particulars given in the tender supported with necessary
reports from concerned authorities.
4 – I / We do hereby certify to have purchased a copy of the tender specifications by remitting Cash /
Demand draft & this has been duly acknowledged by you in your letter No…………Dt…………
5 – I / We do hereby agree to furnish the composite Bank Guarantee in the manner specified / acceptable
CESU& for the sum as applicable to me / us as per clause No.29 of Section -II of this specification
within fifteen days of issue of Letter of intent / Purchase Order , in the event of purchase order being
decided in my / us favour , failing which I / We clearly understand that the said LOI / P.O. shall be liable
to be withdrawn by the purchaser
Signed this…………….Day of……………………20…
Yours faithfully
(Signature of Bidder with Seal of Company)
(This form should be duly filled up by the Bidder & submitted along with the original copy of the
Tender)
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 38
ANNEXURE – III
PROFORMA FOR CONTRACT PERFORMANCE BANK GUARANTEE
(To be executed on Rs. 100/- Non-judicial Stamp Paper purchased in the name of the BG Issuing
Bank)
This Guarantee Bond is executed this ____ day of ___________________________ by us,
_____________________________________________________ Bank at ___________________
P.O.__________ P.S. ____________Dist ________________ State __________
Whereas the Chief General Manager (Technical) CENTRAL ELECTRICITY SUPPLY UTILITY OF
ORISSA Head Office: IDCO TOWER, 2nd Floor, Janpath, Bhubaneswar-751022 a Body corporate/
Company ( CESU), constituted under the Electricity Act, 2003. (here in after called “Purchaser”) has
placed Work Order No._________ Dt.___________ (hereinafter called “Agreement”) with
M/s_________________(Lead partner) and M/s ________________________(JV Partner(s)) (hereinafter
called “the Contractor”) for supply and installation of ________________ (description of the works) and
whereas CESU has agreed (1) to exempt the Contractor from making payment of security deposit, (2) to
release 100% payment of the cost of materials as per the said agreement and (3) to exempt from
performance guarantee on furnishing by the Contractor to the CESU a composite Bank Guarantee of the
value of 10% (ten percent) of the Contract price of the said Agreement.
1. Now, therefore, in consideration of the Purchaser having agreed (1) to exempt the Contractor for
making payment of security deposit, (2) to release 100% payment to the Contractor and (3) to exempt
from furnishing performance guarantee in terms of the said Agreement as aforesaid, we the
____________________ Bank, Address ____________________________ (code No. ________)
(hereinafter referred to as “the Bank”) do hereby undertake to pay to the Purchaser an amount not
exceeding Rs._____________ (Rupees _______________________________ ) only against any loss or
damage caused to or suffered by the Purchaser by reason of any breach by the said Contractor(s) of any
of the terms or conditions contained in the said Agreement.
2. We, the ______________________ Bank do hereby undertake to pay the amounts due and
payable under the guarantee without any demur, merely on a demand from the Purchaser stating that the
amount claimed is due by way of loss or damage caused to or suffered by Purchaser by reason of any
breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement or by
the reason of any breach by the said Contractor’s failure to perform the said Agreement. 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.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 39
3. We, the ________________________ Bank also undertake to pay to the Purchaser any money
so demanded not withstanding any dispute or dispute raised by the Contractor(s) in any suit or
proceeding instituted/ pending before any court or Tribunal relating thereto our liability under this
Agreement being absolute and irrevocable. The payment so made by us under this bond shall be valid
discharge of our liability for payment there under and the Contractor(s) shall have no claim against us for
making such payment.
4. We, the _________________________ Bank further agree that the guarantee herein contain shall
remain in full force and effect during the period that would be taken for the performance of the said
Agreement and it shall continue to remain in force endorsable till all the dues of the Purchaser under by
virtue of the said Agreement have been fully paid and its claim satisfied or discharged or till Purchaser
certifies that the terms and conditions of the said Agreement have been fully and properly carried out by
the said Contractor(s) and accordingly discharge this guarantee and will not be revoked by us during the
validity of the guarantee period.
Unless a demand or claim under this guarantee is made on us or with our Bhubaneswar branch at
________________________ (Name, address of the Bhubaneswar branch and code No.) in writing on or
before __________________ (date) we shall be discharged from all liability under this guarantee
thereafter.
5. We, the _________________________ Bank further agree that the Purchaser 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 Agreement or to extend time of performance by the said
Contractor(s) and we shall not be relieved from our liability by reason of any such variation or extension
being granted to the said Contractor(s) or for any forbearance act or omission on part of the Purchaser or
any indulgence by the Purchaser to the said Contractor(s) or by any such matter or thing whatsoever
which under the law relating to sureties would but for this provisions have effect of so relieving us.
6. The Guarantee will not be discharged due to change in the name, style and constitution of the
Bank and or Contractor(s).
7. We, the _________________________ Bank lastly undertake not to revoke this Guarantee
during its currency except with the previous consent of the Purchaser in writing.
Dated ___________ the __________ day of Two thousand _________ .
Not withstanding anything contained herein above.
Our liability under this Bank Guarantee shall not exceed Rs.______________ (Rupees _______
____________________________________________________________________ ) only.
The Bank Guarantee shall be valid up to _____________________ only.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 40
Our ………………………. branch at Bhubaneswar (Name & Address of the Bhubaneswar branch) is
liable to pay the guaranteed amount depending on the filing of claim and any part thereof under this
Bank Guarantee only and only if you serve upon us at our Bhubaneswar branch a written claim or
demand and received by us at our Bhubaneswar branch on or before Dt.__________ otherwise bank shall
be discharged of all liabilities under this guarantee thereafter.
For _____________________________________
(indicate the name of the Bank )
N.B.:
(1) Name of the Contractor:
(Mention the name of JV partner(s), if any)
(2) No. & date of the purchase order/ agreement:
(3) Amount of P.O. :
(4) Name of Materials :
(5) Name of the Bank:
(6) Amount of the Bank Guarantee:
(7) Name, Address and Code No. of the Bhubaneswar Branch of the Issuing Bank:
(8) Validity period or date up to which the agreement is valid:
(9) Signature of the Constituent Authority of the Bank with seal:
(10) Name & addresses of the Witnesses with signature:
(11) The Bank Guarantee shall be accepted only after getting confirmation from the respective Banks.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 41
ANNEXURE – IV
PROFORMA OF BANK GUARANTEE FOR ADVANCE PAYMENT
(To be stamped in accordance with Stamp Act)
(To be executed on Rs. 100/- Non-judicial Stamp Paper purchased in the name of the BG Issuing
Bank)
Ref............................ Bank Guarantee No.................
Date ............................
To
The Chief General Manager (Technical)
CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA
Head Office: IDCO TOWER, 2nd Floor, Janpath, Bhubaneswar-751022
Dear Sir,
In consideration of CESU (hereinafter referred to as the ‘Purchaser’, which expression shall, unless
repugnant to the context or meaning thereof include its successors, administrators and assigns)
having awarded to M/s.................. (Lead partner) and M/s ________________________(JV
Partner(s)) (hereinafter referred to as the "Contractor” which expression shall unless repugnant to
the context or meaning thereof, include its successors, administrators, executors and assigns), a
Contract by issue of Purchaser’s Letter of Award No.................. dated ................... and the same
having been acknowledged by the Contractor, resulting in a Contract bearing No.......................
dated .................. valued at ...................... for .................................................................. (scope of
work)................................... (hereinafter called the 'Contract’) and the Purchaser having agreed to
make an advance payment to the Contractor for performance of the above Contract amounting
................................. (in words and figures ) as an advance against Bank Guarantee to be furnished
by the Contractor.
We,.................................................................................................................................
(Name of the Bank)
having its Head Office at .............................. (hereinafter referred to as the ‘Bank’, which
expression shall, unless repugnant to the context or meaning thereof , include its successors,
administrators, executors and assigns ) do hereby guarantee and undertake to pay the
Purchaser, immediately on demand any or, all monies payable by the Contractor to the extent
of ..................................... as aforesaid at any time upto ........ @ ............... without any demur,
reservation, contest, recourse or protest and / or without any reference to the Contractor. Any
such demand made by the Purchaser on the Bank shall be conclusive and binding
notwithstanding any difference between the Purchaser and the Contractor or any dispute
pending before any Court, Tribunal, Arbitrator or any other authority. We agree that the
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 42
guarantee herein contained shall be irrevocable and shall continue to be enforceable till the
Purchaser discharges this guarantee.
The Purchaser shall have the fullest liberty without affecting in any way the liability of the Bank
under this guarantee, from time to time to vary the advance or to extend the time for
performance of the Contract by the Contractor. The Purchaser shall have the fullest liberty
without affecting this guarantee, to postpone from time to time the exercise of any powers.
Vested in them or of any right which they might have against the Contractor, and to exercise the
same at any time in any manner, and either to enforce or to forbear to enforce any covenants,
contained or implied, in the Contract between the Purchaser and the Contractor or any other
course or remedy or security available to the Purchaser. The Bank shall not be released of its
obligations under these presents by an exercise by the Purchaser of its liberty with reference to
the matters aforesaid or any of them or by reason of any other act or forbearance or other acts of
omission or commission on the part of the Purchaser or any other indulgence shown by the
Purchaser or by an other matter or thing, whatsoever, which under law would, but for this
provision have the effect of relieving the Bank.
Bank also agrees that the Purchaser at its option shall be entitled to enforce this Guarantee against the
Bank as a principal debtor, in the first instance without proceeding against the Contractor and
notwithstanding any security or other guarantee that the Purchaser may have in relation to the
Contractor'’ liabilities.
Notwithstanding anything contained hereinabove our liability under this guarantee is limited to
.................. and it shall remain in force upto and including ...........@ ........... and shall be extended from
time to time for such period (not exceeding one year ), as may be desired by M/s. ........................ on
whose behalf this guarantee has been given.
The Guarantee will not be discharged due to change in the name, style and constitution of the Bank and
or Contractor(s).
All other contentions in B.G will safe guard the interest of <Purchaser>.
We, the _________________________ Bank lastly undertake not to revoke this Guarantee during its
currency except with the previous consent of the <Purchaser> in writing.
Dated ___________ the __________ day of Two thousand _________ .
Not withstanding anything contained herein above.
Our liability under this Bank Guarantee shall not exceed Rs.______________ (Rupees _______ ____)
only.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 43
The Bank Guarantee shall be valid up to _____________________ only.
Our ………………………. branch at Bhubaneswar (Name & Address of the Bhubaneswar branch) is
liable to pay the guaranteed amount depending on the filing of claim and any part thereof under this
Bank Guarantee only and only if you serve upon us at our Bhubaneswar branch a written claim or
demand and received by us at our Bhubaneswar branch on or before Dt.__________ otherwise bank shall
be discharged of all liabilities under this guarantee thereafter.
For _____________________________________
(indicate the name of the Bank )
Dated this .............. Day of .........20......... at ...............................................
WITNESS
.................................................. ......................................................................
(Signature) (Signature)
......................................................... .....................................................................
(Name) (Name)
.......................................................... ...........................................................................
(Official Address) (Designation with Bank Stamp)
Attorney as per
Power of Attorney No...................
Dated ...........................................
@ This date shall be ninety (90) days after the schedule date of completion of the Contract.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 44
ANNEXURE – V
FORM OF POWER OF ATTORNEY FOR JOINT VENTURE
(On Non –Judicial Stamp Paper of Appropriate value
to be Purchased in the Name of Joint Venture)
KNOW ALL MEN BY THESE PRESENTS THAT WE, the Partners whose details are given
hereunder…………………………….. have formed a joint Venture under the laws of
…………………………………………. and having our Head Office (s) at
……………………………….(hereinafter called the ‘Joint Venture’ which expression shall unless
repugnant to the context or meaning thereof, include its successors, administrators and assigns) acting
through M/s…………………………………. being the Partner in-charge do hereby constitute, nominate
and appoint M/s……………………………………………. a company incorporated under the laws of
…………..and having its Head Office at …………….as our duly constituted lawful Attorney
(hereinafter called “Attorney” or “Authorised Representative” or “Partner in charge”) to exercise all or
any of the powers for and on behalf of the joint venture in regard to specification No…………….. for
construction of ……………. (name of the package) of ………………. (name of the <Purchaser>)
(hereinafter called the “Purchaser”) and the bids for which have been invited by the Purchaser, to
undertake the following acts :
(i) To submit proposal and participate in the aforesaid Bid – Specification of the Purchaser
on behalf of the “Joint Venture”.
(ii) To negotiate with Purchaser the terms and conditions for award of the contract pursuant
to the aforesaid Bid and to sign the contract with the Purchaser for and on behalf of the
“Joint Venture”.
(iii) To do any other act or submit any document related to the above.
(iv) To receive, accept and execute the contract for and on behalf of the “Joint Venture”.
It is clearly understood that the Partner in-charge (Lead Partner) shall ensure performance of the
contracts(s) and if one or more Partner fail to perform their respective portion of the
contracts(s), the same shall be deemed to be a default by all the partners.
It is expressly understood that this power of Attorney shall remain valid binding and irrevocable
till completion of the Defect of liability period in terms of the contract.
The Joint Venture hereby agrees and undertakes to ratify and confirm all the whatsoever the said
Attorney/ Authorised Representative / Partner in-charge quotes in the bid, negotiates and signs
the Contract with the Purchaser and / or proposes to act on behalf of the Joint Venture by virtue
of this Power of Attorney and the same shall bind the Joint Venture as if done by itself.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 45
IN WITNESS THEREOF the Partners Constituting the Joint Venture as aforesaid have executed
these presents on this ………… day of …….. under the Common Seal (s) of their Companies
for and on behalf of
the Partners of Joint Ventures
…………………………………
…………………………………
…………………………………
The Common Seal of the above Partners of the Joint Venture :
The Common Seal has been affixed there unto in the presence of :
WITNESS
1. Signature …………………………………
Name …………………………………
Designation …………………………………
Occupation …………………………………
2. Signature …………………………………...
Name ……………………………………….
Designation …………………………………
Occupation …………………………………
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 46
ANNEXURE – VI FORM OF JOINT VENTURE/ CONSORTIUM AGREEMENT
(To be executed on non-judicial stamp paper of appropriate value to be purchased in the
name of joint venture)
PROFORMA OF JOINT VENTURE AGREEMENT BETWEEN …………………………………
………………………. AND ……………………………………………..………….…. FOR BID SPECIFICATION NO.
……………………………………………………………. OF (Purchaser).
THIS Joint Venture Agreement executed on this ……….. day of …………… Two thousand and
……...… …………… between M/s. …………….…………….a company incorporated under the laws of
……….… …….……………. and having its Registered Office at …………….
…………….……………………...…. ……………. (hereinafter called the "Lead Partner" which
expression shall include its successors, executors and permitted assigns), M/s.
…………….…………….……………. a company incorporated under the laws of
…………….…………….……………. and having its Registered Office at ……………. …………….
……………. (hereinafter called the "Partner" which expression shall include its successors, executors
and permitted assigns) and M/s. …………….…………….……………. a company incorporated under
the laws of ………………………………………….and having its Registered Office at (hereinafter
called the "Partner" which expression shall include its successors, executors and permitted assigns) for
the purpose of making a bid and entering into a contract (in case of award) against the Specification No.:
…………….…………….……………. for Construction of …………….……………. of (Purchaser)., a
company incorporated under the ……………. having its. Registered Office at
……………………………………. (hereinafter called the "Purchaser). '
WHEREAS the Purchaser invited bids as per the above mentioned Specification for the design
manufacture, supply and erection, testing and commissioning of Equipment Materials stipulated in the
bidding documents under subject Package for
AND WHEREAS Annexure -A (Qualification Requirement of the Bidder), Section-SCC, Vol.-IA,
forming part of the bidding documents, stipulates that a Joint Venture of two or more qualified firms as
partners, meeting the requirement of Annexure-A, Section SCC as applicable may bid, provided the Joint
Venture fulfills all other requirements of Annexure-A, Section SCC and in such a case, the BID shall be
signed by all the partners so as to legally bind all the Partners of the Joint Venture, who will be jointly
and severally liable to perform the Contract and all obligations hereunder.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 47
The above clause further states that the Joint Venture agreement shall be attached to the bid and the
contract performance guarantee will be as per the format enclosed with the bidding document without
any restriction or liability for either party.
AND WHEREAS the bid has been submitted to the Purchaser vide proposal No dated by Lead Partner
based on the Joint Venture agreement between all the Partners under these presents and the bid in
accordance with the requirements of Annexure-A (Qualification Requirements of the Bidders), Section -
SCC has been signed by all the partners.
NOW THIS INDENTURE WITNESSETH AS UNDER:
In consideration of the above premises and agreements all the Partners to this Joint Venture do hereby
now agree as follows:
1. In consideration of the award of the Contract by the Purchaser to the Joint Venture partners, we, the
Partners to the Joint Venture agreement do hereby agree that M/s …………….…………….…………….
shall act as Lead Partner and further declare and confirm that we shall jointly and severally be bound
unto the Purchaser for the successful performance of the Contract and shall be fully responsible for the
design, manufacture, supply, and successful performance of the equipment in accordance with the
Contract.
2. In case of any breach of the said Contract by the Lead Partner or other Partner(s) of the Joint Venture
agreement, the Partner(s) do hereby agree to be fully responsible for the successful performance of the
Contract .and to carry out all the obligations and responsibilities under the Contract in accordance with
the requirements of the Contract.
3. Further, if the Purchaser suffers any loss or damage on account of any breach in the Contract or any
shortfall in the performance of the equipment in meeting the performance guaranteed as per the
specification in terms of the Contract, the Partner(s) of these presents undertake to promptly make good
such loss or damages caused to the Purchaser, on its demand without any demur. It. shall not be
necessary or obligatory for the Purchaser to proceed against Lead Partner to these presents before
proceeding against or dealing with the other Partner(s).
4. The financial liability of the Partners of this Joint Venture agreement to the Purchaser, with respect to
any of the claims arising out of the performance of non- performance of the obligations set forth in the
said Joint Venture agreement, read in conjunction with the relevant conditions of the Contract shall,
however, not be limited in any way so as to restrict or limit the liabilities of any of the Partners of the
Joint Venture agreement.
5. It is expressly understood and agreed between the Partners to this Joint Venture agreement that the
responsibilities and obligations of each of the Partners shall be as delineated in Appendix-I (*To be
incorporated suitably by the Partners) to this agreement. It is further agreed by the Partners that the above
sharing of responsibilities and obligations shall not in any way be a limitation of joint and several
responsibilities of the Partners under this Contract.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 48
6. This Joint Venture agreement shall be construed and interpreted in accordance with the laws of India and
the courts of Delhi shall have the exclusive jurisdiction in all matters arising there under.
7. In case of an award of a Contract, We the Partners to the Joint Venture agreement do hereby agree that
we shall be jointly and severally responsible for furnishing a contract performance security from a bank
in favour of the Purchaser in the forms acceptable to purchaser for value of 10% of the Contract Price in
the currency/currencies of the Contract.
8. It is further agreed that the Joint Venture agreement shall be irrevocable and shall form an integral part of
the Contract, and shall continue to be enforceable till the Purchaser discharges the same. It shall be
effective from the date first mentioned above for all purposes and intents.
IN WITNESS WHEREOF. the Partners to the Joint Venture agreement have through their authorised
representatives executed these presents and affixed Common Seals of their companies, on the day, month
and year first mentioned above.
1. Common Seal …………….……………. of For Lead Partner
has been affixed in my/our presence
pursuant to the Board of Director's (Signature of authorised resolution
dated …………………….. representative)
Name... …………….…………….
Signature.. ………….……………. Designation …………….…………….
Name …………….…………….…………… Common Seal of the company
Designation…………….…………….…. …………….…………….…………….
2. Common Seal of …………….…………….………… For other Partners
has been affixed in my/our presence
pursuant to the Board of Director's (Signature of authorised
resolution dated representative)
Name... …………….…………….
Signature.. ………….……………. Designation …………….…………….
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 49
Name …………….…………….…………… Common Seal of the company
Designation…………….…………….… …………….…………….………….
WITNESSES :
1. …………….…………….…………. 2.…………….…………….………….
(Signature) (Signature)
Name …………..…………….……… Name …………….…………….………….
…………….…………….……………
…………….…………….………….
(official address) (Official address)
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 50
ANNEXURE – VII (A)
LETTER OF COMPLIANCE OF QUALIFYING REQUIREMENT
(In case of Bidder being a Single Firm)
To
The Chief General Manager ( Technical )
CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA
Head Office: IDCO TOWER, 2nd Floor, Janpath, Bhubaneswar-751022
Dear Sir,
I/We ……………. (Name of Bidder) are submitting the bid as a single firm. In support of our meeting
the Qualifying requirements (QR) for bidders, stipulated in this tender specification, we furnish herewith
the details/documents etc. as follows.
Table – A : Previous Works Experience :
Package
Quoted
for
Description
of
Proposed
Works
Tender
Qty
Qty Installed & Commissioned
Sl. No. FY
Name
of
Client
WO Ref Qty
Installed
Documents provided
in proof of having
executed the works
during the relevant
FY.
Table – B : Average Annual Turnover :
Package Quoted for
Estimated Cost
of the Package
(Rs. in Lakh)
Annual Turnover Data
(Rs. in Lakh)
Financial Year
Turnover
(Rs. in Lakh)
2013-14
2014-15
2015-16
Total Estimated Cost of
the packages quoted for
Average Turnover
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 51
Table – C : Access to Credit Facility :
Package Quoted for
Estimated Cost
of the Package
(Rs. in Lakh)
Liquid Assets as on
31.05.2017 Credit Facility
Description
(Rs. in
Lakh) Description
(Rs. in
Lakh)
Cash at Bank
Un Utilized
Cash Credit
Balance
Short term
Fixed
Deposits
Others (Pl
Specify)
One fifth of the total
Estimated Cost.
Total Liquid
Assets
Total Credit
Facility
Note- 1 : Continuation sheets, of like size and format, may be used as per Bidder’s requirements and
annexed to this Schedule.
2 : Bidder are required to furnish all the above data against their liquid assets from their
concerned Bank as on 31.05.2017 in Bank letter head only.
I/We declare that we are fulfilling the qualifying requirements as per clause no. 2.0 of Section – I,
Invitation for Bids (IFB).
For & on behalf of ………… (Name of the Bidder).
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 52
ANNEXURE – VII (B)
LETTER OF COMPLIANCE OF QUALIFYING REQUIREMENT
(In case of Bidder being a Joint Venture / Consortium Firm)
To
The Chief General Manager (Technical)
CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA
Head Office: IDCO TOWER, 2nd Floor, Janpath, Bhubaneswar-751022
Dear Sir,
I/We ……………. (Name of Bidder) are submitting the bid as a single firm. In support of our meeting
the Qualifying requirements (QR) for bidders, stipulated in this tender specification, we furnish herewith
the details/documents etc. as follows.
Name of the members of the JV / Consortium
1.
2.
3.
Table – A : Previous Works Experience : Name of the Member (any one member only)
Package
Quoted
for
Description
of Proposed
Works
Tender
Qty
Qty Installed & Commissioned
Sl.
No. FY
Name of
Client WO Ref
Qty
Installed
Documents
provided in
proof of having
executed the
works during
the relevant
FY.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 53
Table – B : Average Annual Turnover : (All the members of JV/Consortium taken together)
Package
Quoted for
Estimate
d Cost of
the
Package
(Rs. in
Lakh)
Annual Turnover
(Rs. in Lakh)
Annual Turnover
(Rs. in Lakh)
Total Annual
Turnover
(Rs. in Lakh)
Name of
Member 1
Name of
Member 2
Name of
Member 2
Financial
Year
Turnover
(Rs. in
Lakh)
Financial
Year
Turnover
(Rs. in
Lakh)
Financial
Year
Turnover
(Rs. in
Lakh)
FY
2013 - 14
FY
2013 - 14
FY
2013 - 14
FY
2014 – 15
FY
2014 – 15
FY
2014 – 15
FY
2015 - 16
FY
2015 - 16
FY
2015 - 16
Total Total Total
Total
Estimated
Cost of the
packages
quoted for
Average
Turnover
Table – C : Access to Credit Facility : (All the members of JV/Consortium taken together)
Package
Quoted for
Estimated
Cost of the
Package
(Rs. in Lakh)
Liquid Assets as on 31.05.2017 Credit Facility
Member 1 Member 1
Description (Rs. In Lakh) Description (Rs. in
Lakh)
Cash at Bank
Un Utilized
Cash Credit
Balance
Short term Fixed
Deposits
Others (Pl
Specify)
Total Liquid
Assets
Total Credit
Facility
Liquid Assets as on 31.05.2017 Credit Facility
Member 2 Member 2
Description (Rs. In Lakh) Description (Rs. in
Lakh)
Cash at Bank
Un Utilized
Cash Credit
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 54
Balance
Short term Fixed
Deposits
Others (Pl
Specify)
Total Liquid
Assets
Total Credit
Facility
Liquid Assets as on 31.05.2017 Credit Facility
Total for JV 3 Total for JV 3
Description (Rs. In Lakh) Description (Rs. in
Lakh)
Cash at Bank
Un Utilized
Cash Credit
Balance
Short term Fixed
Deposits
Others (Pl
Specify)
One fifth of
the total
Estimated
Cost.
Total Liquid
Assets
Total Credit
Facility
Note-1: Continuation sheets, of like size and format, may be used as per Bidder’s requirements and
annexed to this Schedule.
Note- 2 : Bidder are required to furnish all the above data against their liquid assets from their
concerned Bank as on 31.05.2017 in Bank letter head only.
I/We declare that we are fulfilling the qualifying requirements as per clause no. 2.0 of Section – I,
Invitation for Bids (IFB).
For & on behalf of ………… (Name of the Bidder).
(All members of JV / Consortium should sign).
Details of qualification and experience of key personnel proposed for carrying out the works
Sl.
No
Name of
Personnel
Degree/
Diploma Branch
Year
of
Passing
Past Experience
From To Name of
Employer
Position
Held
Responsibi
lities/
Relevant
experience
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 55
Date: (Signature) …………………..
Place: ( Printed Name) ……………….
(Designation) …………………..
(Common Seal) …………………
Note: 1. Continuation sheets, of like size and format, may be used as per Bidder’s
requirements and annexed to this Schedule.
2. In case of Joint Venture, separate sheet for each partner of Joint Venture
should be used.
Details for sub-contracting elements amounting to more than 10% of bid price
Sl. No Item Description
Qty. proposed to be bought-out/
Sub- contracted Source of Supply
1.
2.
3.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 56
4.
5.
Date: (Signature) …………………..
Place: (Printed Name) ……………….
(Designation) …………………..
(Common Seal) …………………
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 57
ANNEXURE – VIII
DETAILS OF COMMERCIAL DEVIATIONS
Bidder’s Name & Address
To
The Chief General Manager ( Technical )
CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA
Head Office: IDCO TOWER, 2nd Floor, Janpath, Bhubaneswar-751022
Dear Sirs,
Sub: Commercial Deviation for Construction of Name of the project.
The following are the Commercial Deviations and variations from and exceptions to the specifications
and documents for the subject Project. These deviations and variations are exhaustive. Except for these
deviations, the entire work shall be performed as per your specifications and documents
Volume/Clause Ref./Page No.
As specified in
the Specification
Commercial deviation and
variation to the specification
Date: (Signature) …………………..
Place: ( Printed Name) ……………….
(Designation) …………………..
(Common Seal) …………………
Note: 1. Continuation sheets, of like size and format, may be used as per Bidder’s
requirements and annexed to this Schedule.
2. This will be read out during opening of Part-I Bid.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 58
ANNEXURE – IX
DETAILS TECHNICAL DEVIATIONS
To
The Chief General Manager ( Technical )
CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA
Head Office: IDCO TOWER, 2nd Floor, Janpath, Bhubaneswar-751022
Dear Sirs,
Sub: Technical Deviation for Construction of ………………. Name of the Project.
The following are the Technical Deviations and variations from and exceptions to the specifications and
documents for the subject package. These deviations and variations are exhaustive. Except for these
deviations, the entire work shall be performed as per your specifications and documents
Volume/Clause Ref./Page No.
As specified in the
Specification / Relevant ISS
Technical deviation
and variation to the
specification
Date: (Signature) …………………..
Place: (Printed Name) ……………….
(Designation) …………………..
(Common Seal) …………………
Note: 1. Continuation sheets, of like size and format, may be used as per Bidder’s
requirements and annexed to this Schedule.
2. The deviations and variations, if any, shall be brought out separately for
each of the equipment.
3. This will be read out during opening of Part – I bid.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 59
ANNEXURE – X
ADDITIONAL INFORMATION
Bidder’s Name & Address
To
The Chief General Manager ( Technical )
CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA
Head Office: IDCO TOWER, 2nd Floor, Janpath, Bhubaneswar-751022
Dear Sirs,
We have enclosed with our proposal the following additional information for the subject, package.
Sl. No Brief description of Information Ref.& Page No.
Date: (Signature) …………………..
Place: (Printed Name) ……………….
(Designation) …………………..
(Common Seal) …………………
Note: Continuation sheets, of like size and format, may be used as per Bidder’s
requirements and annexed to this Schedule.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 60
ANNEXURE – XI BOUGHT OUT & SUB CONTRACTED ITEMS
To
The Chief General Manager (Technical)
CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA
Head Office: IDCO TOWER, 2nd Floor, Janpath, Bhubaneswar-751022
Dear Sir,
We hereby furnish the details of the items/sub-assemblies to buy for the purpose of subject package
Date:
N.B. :- :- a) Source of supply are restricted to 3 to 4 nos of reputed manufacturers.
(b) All the major materials having valid type test certificate from CPRI/ NABL accredited labolatory/
Govt approved laboratory within 5 year from the date of tender notification will be considered for the
project.
(Signature of Bidder)
Place: Dt
Sl. No Item description Source of Supply
1. ISI Marked 11 KV, 3 x 300 mm2 XLPE Armoured Cable ………………………..
2. ISI Marked LT 3.5 Core 25 mm2 AL. XLPE Armoured Cable …………………
3. 11 KV Jointing Kit for 3 x 300 mm2 cable …………………………………….
4. LT Jointing Kit for 31/2 x 25 mm2 cable …………………………………….
5. Joist Pole : ………………………………
6. HDPE Pipe : ……………………………………………………..
7. MS Channel & Angle : ………………..
8. 55 mm2 AAAC ……………………….
9. Insulator: ……………………….
10. 10/25/63 KVA, 11/0.23 / 0.4 KV Distribution Transformers
11. LT AB Cable : …………………………
12. PSC Pole :
13. Other major materials… ……………………..…………………………….
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 61
ANNEXURE – XII
WORK COMPLETION SCHEDULE
To
The Chief General Manager ( Technical )
CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA
Head Office: IDCO TOWER, 2nd Floor, Janpath, Bhubaneswar-751022
Dear Sir,
We hereby declare that, the work shall be completed within 6 (Six) months from date of award of
contract as per following Work Completion Schedule which shall be followed by us
Sl. No Description of Work Period in Months( from the date of WO)
1 Completion of detailed engineering
2 Procurement of raw materials
3 Establishment of site office
4 Erection
(a) Commencement
(b) Completion
5 Testing & Pre-commissioning
(a) Commencement
(b) Completion
6 Commissioning
Date: (Signature of bidder) …………………..
Place:
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 62
ANNEXURE – XIII
CHECK LIST
To
The Chief General Manager ( Technical )
CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA
Head Office: IDCO TOWER, 2nd Floor, Janpath, Bhubaneswar-751022
Dear Sir,
Sl.
No.
Item Description Status of the
Submission of
data
Remarks
1 2 3 4
1. Bid Guarantee Yes /No If yes please give details No,
amount, validity & date of issue.
2. Qualifying Data Yes /No
3. Commercial Deviation Yes /No
4. Technical Deviation Yes /No
5. Cost of withdrawn of
deviations
Yes /No
6. Bid validity Yes /No If yes state here the period.
7. Period of completion Yes/No
If, yes please state here the period of
completion.
8. Additional information offered
by bidder
State here briefly
N.B.:- The contents of this schedule will be read out during opening of Part-I Bid.
………………………
Signature of Bidder
Date & Seal:
N.B :-
1. The bid guarantee one original shall be furnished in sealed envelope appropriately
superscribed thereon.
2. All Schedules pertaining to prices (originals ) shall be furnished in a sealed envelope duly
superscribed thereon. Similarly one set of copies of such schedules shall be given in a
separate sealed envelope ( these are not to be opened during opening of Part –I ).
3. All other schedules, one set original shall be submitted in sealed envelope (these are to be
opened during Part –I bid opening )
Date: (Signature) …………………..
Place:
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 63
ANNEXURE – XIV
PROFORMA OF INDEMNITY BOND TO BE EXECUTED BY THE CONTRACTOR
FOR THE EQUIPMENT HANDED OVER BY <PURCHASER> FOR PERFORMANCE
OF ITS CONTRACT
(Entire Equipment consignment in one lot )
(On non-Judicial stamp paper of appropriate Value )
INDEMNITY BOND
THIS INDEMNITY BOND is made this ............. day of ...........20 .............. by .................... a Company
registered under the Companies Act, 1956/ Partnership Firm / Proprietary Concern having its Registered
Office at .........................(hereinafter called as ‘Contractor’ or “Obligor” which expression shall include its
successors and permitted assigns ) in favour of <Purchaser>, a <Company/ Body Corporate> incorporated
under the <Companies Act, 1956 / Electricity Act-2003> having its <Registered Office/ Head Office> at <
Address> and its project at ............. ..... (hereinafter called “<Purchaser>”Which expression shall include
its successors and assigns ) :
WHEREAS <Purchaser> has awarded to the Contractor a Contract for ............... vide its Letter of Award /
Contract No.................... dated .................... and its Amendment No. .................. and Amendment
No.................. (applicable when amendments have been issued ) hereinafter called the “Contract”) in terms
of which <Purchaser> is required to handover various equipment to the Contractor for execution of the
Contract.
And WHERAS by virtue of Clause No............. of the said Contract, the Contractor is required to executive
an Indemnity Bond in favour of <Purchaser> for the Equipment handed over to it by <Purchaser> for the
purpose of performance of the Contract / Erection portion of the Contract (hereinafter called the
“Equipment”)
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 64
NOW THEREFORE, This Indemnity Bond witnessth as follows :
1. That in consideration of various equipment as mentioned in the Contract, valued at Rs...
................ (Rupees ..................... ) handed over to the Contractor for the purpose of
performance of the Contract, the Contractor hereby undertakes to indemnify and shall keep
<Purchaser> indemnified, for the full value of the Equipment. The Contractor hereby
acknowledges receipt of the Equipment as per despatch title documents handed over to the
Contractor duly endorsed in their favour and detailed in the Schedule appended hereto. It is
expressly understood by the Contractor that handing over of the despatch title documents in
respect of the said Equipment duly endorsed by <Purchaser> in favour of the Contractor shall
be construed as handing over of the Equipment purported to be covered by such title
documents and the Contractor shall hold such Equipment is trust as a Trustee for and on behalf
of <PURCHASER> .
2. That the Contractor is obliged and shall remain absolutely responsible for the safe transit /
protection and custody of the Equipment at <PURCHASER> project Site against all risks,
whatsoever, till the Equipment are duly used / erected in accordance with the terms of the
Contract and the Plant / Package duly erected and commissioned in accordance with the terms
of the Contract, is taken over by <PURCHASER> . The Contractor undertakes to keep
<Purchaser> harmless against any loss or damage that may be caused to the Equipment.
3.
The Contractor undertakes that the Equipment shall be used exclusively for the performance/
execution of the Contract strictly in accordance with its terms and conditions and no part of the
equipment shall be utilized for any other work or purpose whatsoever. It is clearly understood by
the Contractor that non-observance of the obligations under this Indemnity Bond by the
Contractor shall inter-alia constitute a criminal breach of trust on the part of the Contractor for all
intents and purpose including legal / penal consequences .
4. That <PURCHASER> is and shall remain the exclusive Owner of the Equipment free from all
encumbrances, charges or liens of any kind, whatsoever. The Equipment shall at all times be
open to inspection and checking by Engineer0in Charge / Engineer or other employees/agents
authorised by him in this regard. Further, <Purchaser> shall always be free at all times to take
possession of the Equipment in whatever form the Equipment may be, if in its opinion the
Equipment are likely to be endangered, mis-utilised or converted to uses other than those
specified in the Contract, by any acts of omission or commission on the part of the Contractor
binds himself and undertakes to comply with the direction of demand of <Purchaser> to return
the Equipment without any demur or reservation.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 65
5.
That this indemnity Bond is irrevocable. If at any time any loss or damage occurs to the
Equipment or the same or any part thereof is misutilized in any manner whatsoever, then the
Contractor hereby agrees that the decision of the Engineer-in-Charge/Engineer of <Purchaser> as
to assessment of loss or damage to the Equipment shall be final and binding on the Contractor.
The Contractor binds itself and undertakes to replace the lost and/or damaged Equipment at its
own cost and/or shall pay the amount of loss of <Purchaser> without demur, reservation or
protest. This is without prejudice to any other right or remedy that may be available to
<Purchaser> against the Contractor under the Contract and under this Indemnity Bond.
6. NOW THE CONDITION of this Bond is that if the Contractor shall duly and punctually comply
with terms and conditions of this Bond to the satisfaction of <Purchaser>, THEN, the above
Bond shall be void, but otherwise, it shall remain in full force and virtue.
IN WITNESS WHEREOF, the Contractor has hereunto set its hand through its authorised
representative under the common seal of the Company, the day, month and year first above mentioned.
SCHEDULE
Particulars of
the Equipment
handed over
Quantity
Particulars of Dispatch Title
Documents Value of the
Equipment
Signature of
Attorney
(authorised
representative as
a token of receipt
RR / GR / No. /
Date of Bill of
Lading
Carrier
For an on behalf of
M/s..............................................
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 66
WITNESS
1. 1. Signature ...................................... Signature .....................................
2. Name ........................................... Name ..........................................
3. Address........................................ Designation ................................
Authorised representative *
2. 1. Signature .....................................
2. Name .......................................... (Common Seal in case of Company)
3. Address .......................................
* Indemnity Bonds are to be executed by the authorised person and (i) in case of Contracting Company
under common seal of the Company or (ii) having the Power of Attorney issued under common seal of
the company with authority to execute Indemnity Bonds, (iii) In case of (ii), the original Power of
Attorney if it is specifically for this Contract or a Photostat copy of the Power of Attorney if it is General
Power of Attorney and such documents should be attached to Indemnity Bond.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 67
ANNEXURE – XV
PROFORMA OF INDEMNITY BOND TO BE EXECUTED BY THE CONTRACTOR
FOR THE EQUIPMENT HANDED OVER IN INSTALMENTS BY <PURCHASER>
FOR PERFORMANCE OF ITS CONTRACT
(On non-Judicial stamp paper of appropriate Value )
INDEMNITY BOND
THIS INDEMNITY BOND is made this ............. day of ...........20 .............. by .................... a Company
registered under the Companies Act, 1956/ Partnership Firm / Proprietary Concern having its Registered
Office at .........................(hereinafter called as ‘Contractor’ or “Obligor” which expression shall include
its successors and permitted assigns ) in favour of <Purchaser>, a <Company/ Body Corporate>
incorporated under the <Companies Act, 1956/ Electricity Act-2003> having its <Registered Office/
Head Office> at <Address> and its project at ............... ..... (hereinafter called “<PURCHASER>
”Which expression shall include its successors and assigns ) :
WHEREAS <PURCHASER> has awarded to the Contractor a Contract for ............... vide its Letter of
Award / Contract No.................... dated .................... and its Amendment No. .................. and
Amendment No.................. (applicable when amendments have been issued ) hereinafter called the
“Contract”) in terms of which <PURCHASER> is required to handover various equipment to the
Contractor for execution of the Contract.
And WHERAS by virtue of Clause No............. of the said Contract, the Contractor is required to
executive an Indemnity Bond in favour of <PURCHASER> for the Equipment handed over to it by
<PURCHASER> for the purpose of performance of the Contract / Erection portion of the Contract
(hereinafter called the “Equipment”)
NOW THEREFORE, This Indemnity Bond witnessth as follows :
1. That in consideration of various equipment as mentioned in the Contract, valued at Rs...
................ (Rupees .....................) handed over to the Contractor for the purpose of performance
of the Contract, the Contractor hereby undertakes to indemnify and shall keep <PURCHASER>
indemnified, for the full value of the Equipment. The Contractor hereby acknowledges receipt of
the Equipment as per dispatch title documents handed over to the Contractor duly endorsed in
their favour and detailed in the Schedule appended hereto. It is expressly understood by the
Contractor that handing over of the despatch title documents in respect of the said Equipment
duly endorsed by <PURCHASER> in favour of the Contractor shall be construed as handing
over of the Equipment purported to be covered by such title documents and the Contractor shall
hold such Equipment is trust as a Trustee for and on behalf of <PURCHASER> .
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 68
2. That the Contractor is obliged and shall remain absolutely responsible for the safe transit /
protection and custody of the Equipment at <PURCHASER> project Site against all risks,
whatsoever, till the Plant / Package duly erected and commissioned in accordance with the terms
of the Contract, is taken over by <PURCHASER> . The Contractor undertakes to keep
<PURCHASER> harmless against any loss or damage that may be caused to the Equipment.
3. The Contractor undertakes that the Equipment shall be used exclusively for the performance /
execution of the Contract strictly in accordance with its terms and conditions and no part of the
equipment shall be utilised for any other work or purpose, whatsoever. It is clearly understood by
the Contractor that non-observance of the obligations under this Indemnity Bond by the Contractor
shall inter-alia constitute a criminal breach of trust on the part of the Contractor for all intents and
purpose including legal / penal consequences.
4. That <PURCHASER> is and shall remain the exclusive Owner of the Equipment free from all
encumbrances, charges or liens of any kind, whatsoever. The Equipment shall at all time be open
to inspection and checking by Engineer-in-Charge / Engineer or other employees / agents
authorized by him in this regard. Further , <PURCHASER> shall always be free at all times to
take possession of the Equipment in whatever from the Equipment may be, if in its opinion the
Equipment are likely to be endangered, mis-utilised or converted to use other than those specified
in the Contract, by any acts of omission or commission on the part of the Contractor or any other
person or on account of any reason, whatsoever, and the Contractor binds himself and undertakes
to comply with the directions of demand of <PURCHASER> to return the equipment without any
demur or reservation.
5. That this Indemnity Bond in irrevocable. If at any time any loss or damage occurs to the
Equipment or the same or any part thereof is mis-utilized in any manner whatsoever, then the
Contractor hereby agrees that the decision of the Engineer-in-Charge / Engineer of
<PURCHASER> as to assessment of loss or damage to the Equipment shall be final and binding
on the contractor. The Contractor binds itself and undertakes to replace the lost and / or damaged
Equipment as its own cost and / or shall pay the amount of loss to <PURCHASER> without any
demur, reservation or protest. This is without prejudice to any other right to remedy that may be
available to <PURCHASER> against the Contractor under the Contract and under this Indemnity
Bond.
6. NOW THE CONDITION of this Bond is that if the Contractor shall duly and punctually comply
with the terms and conditions of this Bond to the satisfaction of <PURCHASER> , then above
Bond shall be void, but otherwise, it shall remain in full force and virtue.
IN WITNESS WHEREOF, the Contractor has hereunto set its hand through its authorized representative
under the common seal of the Company, the day, month and year first above mentioned.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 69
SCHEDULE No. 1
Particulars of
the Equipment
handed over
Quantity Particulars of Despatch Title
Documents
Value of the
Equipment
Signature of
Attorney
(authorized
representative as
a token of receipt
RR / GR / No. /
Date of Bill of
Lading
Carrier
(Please
number
subsequent
schedules )
For an on behalf of M/s..............................................
WITNESS
1. 1. Signature ...................................... Signature ....................................
.
2. Name ........................................... Name ..........................................
3. Address........................................ Designation ..............................
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 70
ANNEXURE – XVI
SELF DECLARATION FORM
Name Of The Purchaser :………………………………
Tender No :……………………………………………….
Sir,
1. I/We the undersigned do hereby declare that, I/We have never been blacklist and/or there were
no debarring actions against us for any default in supply of material/ equipments or in the
performance of the contract entrusted to us in any of the electricity utilities of India.
2. In the event of any such information pertaining to the aforesaid matter found at any given point
of time either during the course of the contract or at the bidding stage, may bid/ contract shall be
liable for truncation/ cancellation /termination without any notice at the sole discretion of the
purchaser.
Place :
Date :
Yours faithfully,
Signature of the bidder with seal.
( This form shall be duly filled-up and signed
by the bidder and submitted along with
the original copy of the bid).
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 71
ANNEXURE – XVII
CENTRAL ELECTRICITY AUTHORITY
F.NoCEA/TETD/MP/R/02/2011:- In exercise of the powers conferred by section 177 read with clause (
C) of Section 73 of the Electricity Act,2003 (36 of 2003), the Central Electricity Authority hereby makes
the following regulations, namely:-
1 Short title and commencement:- (1) These regulations may be called the Central
Electricity Authority (Safety Requirements for Construction, Operation and Maintenance
of Electrical Plants and Electric Lines) Regulations,2011
(2) They shall come into force on the date of their publication in the Official Gazette
Definition:- (1) In these regulations, unless the context otherwise requires:-
(a) “ Act” means the Electricity Act,2003:
(b) “ Contractor” means a person or an agency who undertake to produce a given result, not
merely supply of goods or articles of manufacture but including civil works or erection of
equipment or testing and commissioning of equipment or operation and maintenance of
equipment and includes a sub-contractor:
(c) Owner” means a company or body corporate or association or body of individuals,
whether incorporated or not, or artificial juridical person, which owns or operates or
maintains electrical plants or electric lines and includes:-
(i) “Occupier” as defined in the Factories Act, 1948 (63 of 1948; Provided that where number
of employees, including contract workers is two hundred and fifty or less, the safety
committee shall be constituted by the Owner for a group of electrical plants or electric
lines, as the case may be.
(b) The safety committee shall promote co-operation between the workers and the
management for maintaining proper safety and health at our place
(c) The safety committee shall meet at lese once in a month during construction stage and
once in three months during operation and maintenance of electrical plants and electric
lines and the decisions and recommendations of the safety committee shall be complied
with by the Owner within the time limit as decided by the safety committee
7
(1)
Safety provisions relating to contractor :-
The Owner shall incorporate the safety provisions in the contract document which are
required to be complied by the contractor’s employees during execution of the contract
to facilitate safe working during execution of the work.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 72
(2) The Contractor shall observe safety requirements as laid down in the contract and in case
of sub-contract, it shall be the responsibility of main contractor that all safety
requirements are followed by the employees and staff of the sub-contractor.
(3) The contractor employing tow hundred employees or more, including contract worker,
shall have a safety co-ordination in order to ensure the implementation of safety
requirements of the contract and a contractor with lesser number of employees to act as
safety co-ordinator, who shall liaise with the safety officer on matters relating to safety
and his name shall be displayed on the notice board at a prominent place at the work site.
(4) The contractor shall be responsible for non-compliance of the safety measures,
implications, injuries, fatalities and compensation arising out of such situations or
incidents.
(5) In case of any accident, the contractor shall immediately submit a statement of the same
to the Owner and the safety officer, containing the details of the accident, any injury or
casualties , extent of property damage and remedial action taken to prevent recurrence
and a addition, the contractor shall submit a monthly statement of the accidents to the
Owner at the end of each month.
CENTRAL ELECTRICITY AUTHORITY
NOTIFICATION
New Delhi, the 20th September,2010
No.CEI/1/59/CEA/El.:- In exercise of the powers conferred by section 177 of the Electricity
Act,2003 (36 of 2003); the Central Electricity Authority hereby makes the following
regulations for measures relating to Safety and Electric Supply namely:-
Chapter-I
(1) Short title and Commencement:- (1) These regulations may be called the Central Electricity
Authority (Measures relating to Safety and Electric Supply) Regulations,2010
(2) They shall come into force on the date of their final publication in the official Gazette
(2) Definitions:- (1) In these regulations, unless the context otherwise requires,
(a) “Act” means the Electricity Act,2003
(b) “accessible” means within physical reach without the use of any appliance or special effort;
(c) “ ampere” means a unit of electric current and is a constant current which flowing in two
parallel straight conductors of infinite length of negligible cross section and placed at a
distance of one meter apart in a vacuum will produce a force of 2 x 10-7 . Newton per meter
length between the conductors;
(d) “apparatus” means electrical apparatus and includes all machines, fittings, accessories and
appliances in which conductors are used;
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 73
(e) “bare” means not covered with insulating materials;
(f) “ cable” means a length of insulated single conductor (solid or standard) or of two or more
such conductors each provided with its own insulation, which are laid up together. Such
insulated conductor or conductors may or may not be provided with an overall mechanical
protective covering;
(g) “ circuit” means an arrangement of conductor or conductors for the purpose of conveying
electricity and forming a system or a branch of a system;
(h) “circuit breaker” means a device, capable of making and breaking the circuit under all
conditions, and unless otherwise specified, so designed as to break the current
automatically under abnormal conditions;
(i) “ concentric cable” means a composite cable comprising an inner conductor which is
insulated and one or more outer conductors which are
Chapter-II
(3) Designating person(s) to operate and carry out the work on electrical lines and apparatus:-
(1) A supplier or a consumer, or the owner, agent or manager of a name, or the agent of
any company operating I an oil-field or the owner of a drilled well in an oil field or a
contractor who has entered into a contract with a supplier or a consumer to carry out
duties incidental to the generation, transformation, transmission, conversion, distribution
or use of electricity shall designate persons for the purpose operation and maintenance of
Electrical lines and apparatus.
(2) The Supplier or consumer or the owner, agent or manager of a mine or the agent of any
company operating in an oil-field or the owner of a drilled well in an oil field or a contractor
referred to on sub-regulation(1) shall maintain a register where in the names of the
designated persons and the purpose for which they are engaged shall be entered.
(3) No person shall be designated under sub-regulation(1) unless:-
(i) He possesses a certificate of competency or electrical work permit, issued by the
Appropriate Government.
(ii) His name is entered in the register referred to in sub-regulation(2)
(4) Inspection of designated officers and other safety measures:-
(1) The register maintained under sub-regulation(2) of regulation 3 shal;l be produced
before the Electrical Inspector when required by him.
(2) of If on inspection, the Electrical Inspector finds that the designated person does not
fulfill the required qualification, he shall recommend the removal of the name of such
persons from the register.
(5) Electrical Safety Officer:- (1) All suppliers of electricity including generating companied,
transmission companies and distribution companies shall designate an Electrical Safety
Officer for ensuring observation of safety measures specified under these regulation in
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 74
their organization for construction, operation and maintenance of power stations, sub-
stations, transmission and distribution lines.
(2) The electrical Safety Officer shall be an Electrical Engineering degree holder with at least ten
years of experience in operation and maintenance of electricity plants or an Electrical
Engineering Diploma holder with at least fifteen years of experience in operation and
maintenance of electric plant.
(3) The Electrical Safety Officer designated under sub-regulation(1) shall ensure periodic
inspection of such installations, get them tested and keep a record thereof and such records
shall be made available to the Electrical Inspector if and when required.
(4) For every factory registered under Factory Act,1948, where more than 250 KW of electrical
load is connected, the management of the factory shall designate a person having
qualification specified in sub-regulation(2) for ensuring the person having qualification
specified in sub-regulation(2) for ensuring the observation of the safety provisions laid
under the Act and the regulations made there under, who shall periodically inspect such
installation, get them tested and keep a record thereof and such records shall be made
available to the Electrical Inspector if and when required.
6 Safety measures for operation and maintenance of electric plants:-
(1) Engineers and supervisions appointed to operate aor undertake maintenance of any part or
whole of a thermal power generating station and a hydro power plant together with the
associated sub-station shall hold diploma in Engineering from a recognized institute, or a
degree in Engineering from a university.
(2) The Technicians to assist engineers or supervisors shall possess a certificate in appropriate
trade, preferably with a tow years course from a Industrial Training Institute recognized by
the Central Government or the State Government.
(3) Engineers, supervisors and Technicians engaged for operator and maintenance of electric
plants should have successfully undergone the type of training as specified in Schedule-I
Provided that the existing employees shall have to undergo the training mentioned in sub-
regulation (3) within three years from the date of coming into force of these regulations.
(4) The owner of every thermal power generating station and hydro power plant together with
their associated sub-station shall arrange for training of personnel engaged in the
operation and maintenance of his generating station along with associated sub-station in
his own institute or any other institute recognized by the Central Government or the State
Government.
Provided that separate training shall be given to the person engaged in operation and
maintenance of thermal power stations and hydro power stations including associated sub-
stations.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 75
7 Safety measures for operation and maintenance of transmission, distribution systems:-
(1) Engineers or supervisors engaged in operation and maintenance of transmission and
distribution systems shall hold diploma in electrical, mechanical, electronics and
instrumentation Engineering from a recognized institute or university.
(2) The Technician to assist engineers or supervisors shall posses a certificate in appropriate
trade, preferably with a two year course from a Industrial Training Institute recognized by
the Central Government or State Government.
(3) Engineers, supervisors and Technicians engaged for operation and maintenance of
transmission and distribution systems electric plants should have successfully undergone
the type of training as specified in Schedule-II.
Provided that the existing employees shall have no undergo the training mentioned in sub-
regulation (3) within three years from the date of coming into force of these regulations.
(4) Owner of every transmission or distribution system shall arrange for training of their
personnel engaged in the operation and maintenance of transmission and distribution
system in his institute or any other institute recognized by the Central Government or State
Government.
8 Keeping of records and inspection thereof:-
(1) The generating company or licensee shall maintain records of the maps, plans and sections
relating to supply of transmission of electricity and submit the same to the Electrical
Inspector for inspection as and when required by him.
(2) The Electrical Inspector shall supply a copy of report of Inspection referred to in Sub-
regulation (1) to the generating company or Licensee as the case may be.
9 Deposit of Maps
When Licensee has been granted two set of maps showing as regards such Licensee the
particulars specified in application for Licensee shall be signed and dated to correspond
with date of notification of grant of the Licensee by an officer designated by the
appropriate commission in this behalf, one set of such map shall be retained by the said
officer and the other one shall be furnished to Licensee.
0 Deposit of printed copies:-
(1) Every person who granted a Licensee shall within 30 days of the grant thereof, have copies
of the Licensee and maps showing the areas of supply as specified in the Licensee to
exhibit the same for public inspection at all reasonable times at his head office, his local
office, if any, and at the office of the every local authorities within the area of supply.
(2) Every such licensee shall, within the aforesaid period of third days, supply free of charge
one copy of the license along with the relevant maps to every local authority within the
area of supply and shall also make necessary arrangement for sale of printed copied of the
licensee and map to all persons applying for same, at a price to be notified by the
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 76
appropriate Govt. from time to time.
11 Plan for area of supply to be made and kept open for inspection
(1) The licensee shall after commencing to supply electricity forthwith cause a plan to be made
in electronic form, of the area of supply and shall cause to be mart thereon the alignment
and the case of underground works the approximate depth below the surface of all the
existing electric supply lines street distributing boxes and other was and shall once in every
year cause that plan to be duly corrected so as to show the electric supply lines street
distributing boxes and other works further time is being in position and shall also if so
required by an Electrical Inspector caused to be made section showing the approximate
level of all his existing underground works other than service lines.
(2) Every plan shall be drawn to such horizontal and vertical scale as the Appropriate
Commission may enquire.
Provided that no scale shall be required unless maps of the locality on that scale are for the
time being available to the public.
(3) Every plan and section so made or corrected, or a copy thereof, marked with the date when
it was made or corrected, shall be kept by the licensee at his
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 77
ANNEXURE – XVIII
List of OSM materials
Sl No Particulars Unit Qty
1 100x116 mm RS Joist 10mtr. Long No / MT 28 / 5.4
2 125x75mm RS Joist 8Mtr long No / MT 6 / 0.7
3 LT stay set complete Set 17
4 11 KV L. A. No 121
5 11KV Disc Insulator (B&S Type) (70KN) No 594
6 M/S Nuts & Bolts with washer (Different size) Kg 1183
7 AB Cable( 3 x 35 + 1x25mm2 ) KM 0.22
8 3 1/2 x95mm2 PVC cable for 63KVA Tfr Mtr 15
9 LT Dist Box including Kit Kat for 16KVA Tfr No 5
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 78
SECTION – V
TECHNICAL SPECIFICATION
Turn key execution for shifting & conversion of the existing 11 KV and LT OH lines & substations to UG Cabling & OH system in different Railway crossings over the new Khordha- Bolangir railway line ( Ch. 105.600 to Ch. 138.679 ) under NED, Nayagarh.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 79
1.0. INTRODUCTION:
The CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA, hereinafter called
CESU/OWNER will receive Bids in respect of Total Turn key execution for shifting &
conversion of the existing 11 KV and LT OH lines & substations to UG Cabling & OH system in
different Railway crossings over the new Khordha- Bolangir railway line ( Ch. 105.600 to Ch.
138.679 ) under NED, Nayagarh.
2.0. NATURE OF WORK:
The work covered by this Specification as specified herein and in the attached Schedules. The total work
will form a part of the CESU’s distribution System.
3.0. The detailed scope of the work shall include ;
a) Detailed survey of the proposed area and routes.
b) Providing Engineering drawing, data, GTP, operational manual, etc for the Purchaser’s
approval;
c) Complete manufacture, including shop pre dispatch/ testing & supply of all materials /
equipments from the approved vendor or from his manufacturing units.
d) Receipt, storage, preservation and conservation of equipment at the site.
e) Packing and transportation, loading, unloading of non OSM items from manufacturer’s
works and the OSM items from any CESU store to work site
f) Reliability tests and performance and guarantee tests on completion of commissioning.
g) Loading, unloading and transportation as required.
h) Storing before erection
i) Dismantled materials (if any) from site are to be handed over to Engineer In charge and
return of the same to CESU store (Bhubaneswar / Choudwar )
j) Construction of 11KV Line with 55mm2 AAAC using 11 Mtr long 150x150 mm RS Joist
pole- 1.5 KM
k) Construction of 11KV Line with 55mm2 AAAC using 10 Mtr long 116x100mm RS Joist
pole- 1.8 KM
l) Construction of 11KV Line with 55mm2 AAAC using 9 Mtr long 300Kg PSC Pole – 4.94
KM
m) Construction of 11KV DP using 10 mtr long 150x150mm RS Joist – 36 Nos
n) Construction of 25KVA, 11 / 0.4 KV DP mounted S/S over 9 Mtr. Long 300 Kg. PSC Pole
– 1 No.
o) Upgradation of S/S capacity from 25KVA , 11 / 0.4 KV to 63 KVA , 11 / 0.4 KV – 1 No.
p) Construction of 10KVA, 11 / 0.23KV S/S ( with / without DT) over 9 Mtr. Long PSC pole –
5 Nos.
q) Erection of LT pole 8 Mtr long 125x75mm RS Joist for raising of UG cable – 6 Nos.
r) Construction of LT line with 8 Mtr 200KG PSC Pole & ABC(1x35+1 x25mm2) – 1 KM
s) Construction of LT line on existing Pole & ABC (3x35+1 x 25mm2) – 0.2 KM.
t) Construction of 11 KV line with 3x300mm2 11KV XLPE UG Cable (main and spare ) in
HDD method in HDPE pipe including looping and raising of cable = 6790 Mtr
u) Construction of LT line with UG Cable (3 1/2 C, 25mm2) Al armoured Cable (main and
spare ) in HDD method in HDPE pipe including looping and raising of cable = 1710 Mtr
v) Cable route marking by standard methodology
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 80
w) Construction of loop chamber and Cable looping inside loop chamber
x) Construction of inspection chamber
y) Dismantling of 11KV Conductor – 153 Span
z) Dismantling of 8Mtr long 200Kg PSC pole – 150 Nos
aa) Dismantling of 9Mtr long 300Kg PSC Pole – 19 Nos
bb) Dismantling of 1P2W conductor/ABC – 20 Span
cc) Dismantling of 10KVA, 11/0.23KV S/S – 6 Nos out of which 4 nos of transformer shall be
utilized in new location DT S/s and 2 nos of transformer shall be returned CESU store.
dd) Dismantling of 25 KVA, 11/0.4 KV S/S -1 No & the transformer shall be returned to CESU
store.
ee) Dismantling of 2P2W conductor/ABC – 8 Span
ff) Complete earthing of required equipments / installations with supply of Charcoal, salt &
construction of earth pit with cover etc.
gg) Clearance from Govt. authority like Municipal/ NAC/ Forest Dept/ R&B /NHAI / Railway
or any other department if any.
hh) Rectify any damage occur during execution to its original position.
ii) Provide other miscellaneous materials required as per site condition to execute the work in
complete manner
jj) Facilitating for getting the complete inspection report from the Electrical Inspector after
completion of above work. However all statutory dues towards the said inspection shall be
paid by CESU.
4.0. TECHNICAL SPECIFICATIONS FOR SUPPLY OF MATERIALS:
The supply of all the required materials (except OSM materials) for this TOTAL TURN KEY
project is in the scope of the contractor. The technical specifications for the major materials
required are dealt herewith in the following sections. The following is the list of the Technical
specifications for materials / equipments
All the major materials should be of reputed make and should have valid type test
certificate (within 5 year) from CPRI/ NABL accredited laboratory / Govt. approved
laboratory is only be consider for this project.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 81
Location wise Scope of work
S.N
KM Location
Place Particulars of the Work
Major Scope of Work
Particulars Unit Qty
1 105.600
(11KV) Andharakot
Shifting & Erection of 11KV3Ph
3W OH line to avoid Railway
crossing under Electrical Section
Dasapalla
11KV Line with 116x100mm RS Joist (10 Mtr) &
55mm2 AAAC Km 0.4
11KV DP with 150x150mm RS Joist (10Mtr) No 1
Dismantling of 11KV Line materials Span 17
2 105.800
(11KV) Andharakot
Conversion of 11KV3Ph 3W OH
line to UG Cable using
3x300mm2 11Kv XLPE Cable
due to Railway Crossing under
Electrical Section Dasapalla
11KV DP with 150x150mm RS Joist (10Mtr) No 2
Dismantling of 11KV Line materials Span 4
Laying of 3x300mm2 11KV XLPE Cable with spare
by HDD Method Mtr 640
3 106.084
(11KV) Andharakot
Shifting & Erection of 11KV3Ph
3W OH line to avoid Railway
crossing under Electrical Section
Dasapalla
11KV Line with 116x100mm RS Joist (10 Mtr) &
55mm2 AAAC Km 0.7
Dismantling of 11KV Line Span 8
4 107.299
(11KV)
Kunjabanaga
rah
Conversion of 11KV3Ph 3W OH
line to UG Cable using
3x300mm2 11Kv XLPE Cable
due to Railway Crossing under
Electrical Section Dasapalla
11KV Line DP with 150x150mm RS Joist (10Mtr) No 2
Dismantling of 11KV Line materials Span 1
Laying of 3x300mm2 11KV XLPE Cable with spare
by HDD Method Mtr 260
5 109.980
(11KV)
Nij-
Andharakot
Conversion of 11KV3Ph 3W OH
line to UG Cable using
3x300mm2 11Kv XLPE Cable
due to Railway Crossing under
Electrical Section Dasapalla
11KV Line DP with 150x150mm RS Joist (10Mtr) No 2
Dismantling of 11KV Line materials Span 1
Laying of 3x300mm2 11KV XLPE Cable with spare
by HDD Method Mtr 280
6 112.826
(11KV) Saliagochha
Conversion of 11KV3Ph 3W OH
line to UG Cable using
3x300mm2 11Kv XLPE Cable
due to Railway Crossing under
Electrical Section Dasapalla
11KV Line DP with 150x150mm RS Joist (10Mtr) No 2
Dismantling of 11KV Line materials Span 1
Laying of 3x300mm2 11KV XLPE Cable with spare
by HDD Method Mtr 260
7 114.031
(11KV) Rangamatia
Conversion of 11KV3Ph 3W OH
line to UG Cable using
3x300mm2 11Kv XLPE Cable
due to Railway Crossing under
Electrical Section Dasapalla
11KV Line DP with 150x150mm RS Joist (10Mtr) No 2
Dismantling of 11KV Line materials Span 1
Laying of 3x300mm2 11KV XLPE Cable with spare
by HDD Method Mtr 260
8 115.540
(11KV) Rangamatia
Conversion of 11KV3Ph 3W OH
line to UG Cable using
3x300mm2 11Kv XLPE Cable
due to Railway Crossing under
Electrical Section Dasapalla
11KV Line DP with 150x150mm RS Joist (10Mtr) No 3
Dismantling of 11KV Line materials Span 1
11KV Line with 9 Mtr long PSC Pole & 55mm2
AAAC Km 0.4
Laying of 3x300mm2 11KV XLPE Cable with spare
by HDD Method Mtr 220
9 118.539
(11KV) Aswinibrena
Conversion of 11KV3Ph 3W OH
line to UG Cable using
3x300mm2 11Kv XLPE Cable
due to Railway Crossing under
Electrical Section Dasapalla
11KV Line DP with 150x150mm RS Joist (10Mtr) No 2
Dismantling of 11KV Line materials Span 6
11KV Line with 9 Mtr long PSC Pole & 55mm2
AAAC Km 0.24
Laying of 3x300mm2 11KV XLPE Cable with spare
by HDD Method Mtr 380
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 82
10 119.186
(11KV) Aswinibrena
Conversion of 11KV3Ph 3W OH
line to UG Cable using
3x300mm2 11Kv XLPE Cable
due to Railway Crossing under
Electrical Section Dasapalla
11KV Line DP with 150x150mm RS Joist (10Mtr) No 2
Dismantling of 11KV Line materials Span 19
11KV Line with 9 Mtr long 300KG PSC Pole &
55mm2 AAAC Km 1
Laying of 3x300mm2 11KV XLPE Cable with spare
by HDD Method Mtr 500
11 119.813
(11KV) Gopalpur
Conversion of 11KV3Ph 3W OH
line to UG Cable using
3x300mm2 11Kv XLPE Cable
due to Railway Crossing under
Electrical Section Dasapalla
11KV Line DP with 150x150mm RS Joist (10Mtr) No 2
Dismantling of 11KV Line materials Span 19
11KV Line with 9 Mtr long PSC Pole & 55mm2
AAAC Km 1
Laying of 3x300mm2 11KV XLPE Cable with spare
by HDD Method Mtr 670
12
121.027
(S/S & LT
Line)
Jhintikibari
Conversion of LT OH line to UG
Cable using 31/2
Core 25mm2
Alluminium armourded LT Cable
& shifting of existing 10KVA SS
inside Railway boundary under
Electrical Section Dasapalla
LT Line with 8 Mtr long 125x75 mm RS Joist Pole No 2
11KV Line with 150x150mm RS Joist (11Mtr) with
55mm2 AAAC Km 0.8
Dismantling of 11KV Line materials Span 12
Dismantling of ABC materials Span 1
Construction of 10KVA Substation (without DT) &
dismantling of old line No 1
Laying of LT UG Cable using 31/2
Core 25mm2
Alluminium armourded with spare by HDD
Method
Mtr 1210
13 121.820
(11KV)
Buguda
Colony
Conversion of 11KV3Ph 3W OH
line to UG Cable using
3x300mm2 11Kv XLPE Cable
due to Railway Crossing under
Electrical Section Dasapalla
11KV Line DP with 150x150mm RS Joist (10Mtr) No 2
Dismantling of 11KV Line materials Span 10
11KV Line with 150x150mm RS Joist (11Mtr) with
55mm2 AAAC Km 0.7
Laying of 3x300mm2 11KV XLPE Cable with spare
by HDD Method Mtr 1020
14 122.948
(11KV) Buguda
Conversion of 11KV3Ph 3W OH
line to UG Cable using
3x300mm2 11Kv XLPE Cable
due to Railway Crossing under
Electrical Section Dasapalla
11KV Line DP with 150x150mm RS Joist (10Mtr) No 2
Dismantling of 11KV Line materials Span 30
11KV Line with 9 Mtr long 300Kg PSC Pole &
55mm2 AAAC Km 2
Laying of 3x300mm2 11KV XLPE Cable with spare
by HDD Method Mtr 340
15 129.362
(LT Line) Jamusahi
Conversion of LT OH line to UG
Cable using 31/2 Core 25mm2
Alluminium armourded LT Cable
& shifting of existing 10KVA SS
inside Railway boundary under
Electrical Section Dasapalla
LT Line with 8 Mtr long 125x75 mm RS Joist Pole No 2
Const of LT line with 8 Mtr long 200Kg PSC Pole
& ABC (1x35+25mm2) Km 0.25
Laying of LT UG Cable using 31/2
Core 25mm2
Alluminium armourded with spare by HDD
Method
Mtr 200
Dismantling of 10KVA DT and materials No 1
Dismantling of 11KV Line materials Span 4
Dismantling of ABC Line materials Span 1
Construction of 10KVA Substation (without DT) &
dismantling of old line No 1
16 130.062
(11KV) Gunduribari
Conversion of 11KV3Ph 3W OH
line to UG Cable using
3x300mm2 11Kv XLPE Cable
due to Railway Crossing under
Electrical Section Dasapalla
11KV Line DP with 150x150mm RS Joist (10Mtr) No 2
Dismantling of 11KV Line materials Span 1
Laying of 3x300mm2 11KV XLPE Cable with spare
by HDD Method & dismantling of old line Mtr 240
17 130.108
(11KV &
SS & LT
Gunduribari Shifting of LT OH line and
Substation inside Railway
boundary & construction of the
Construction of 10KVA Substation & dismantling
of old line No 1
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 83
11KV Line with 9 Mtr long 300Kg PSC Pole &
55mm2 AAAC Km 0.1
Dismantling of ABC Line materials Span 2
Const of LT line with 8 Mtr long 200Kg PSC Pole
& ABC (1x35+25mm2) Km 0.1
18
130.177
(11KV, SS
& LT Line)
Gunduribari
Shifting of LT OH line and
Substation inside Railway
boundary & construction of the
same under Electrical Section
Dasapalla
Construction of 10KVA Substation (without DT) &
dismantling of old line No 1
11KV Line with 9 Mtr long 300Kg PSC Pole &
55mm2 AAAC Km 0.1
Dismantling of 10KVA DT and materials No 1
Dismantling of 11KV Line materials Span 4
Const of LT line with 8 Mtr long 200Kg PSC Pole
& ABC (1x35+25mm2) Km 0.25
19 132.251
(11KV) Jahnipadar
Conversion of 11KV3Ph 3W OH
line to UG Cable using
3x300mm2 11Kv XLPE Cable
due to Railway Crossing under
Electrical Section Dasapalla
11KV Line DP with 150x150mm RS Joist (10Mtr) No 2
Dismantling of 11KV Line materials Span 1
Laying of 3x300mm2 11KV XLPE Cable with spare
by HDD Method & dismantling of old line Mtr 320
20 132.900(1
1KV Gura
Conversion of 11KV3Ph 3W OH
line to UG Cable using
3x300mm2 11Kv XLPE Cable
due to Railway Crossing under
Electrical Section Dasapalla
11KV Line DP with 150x150mm RS Joist (10Mtr) No 2
Dismantling of 11KV Line materials Span 1
Laying of 3x300mm2 11KV XLPE Cable with spare
by HDD Method & dismantling of old line Mtr 320
21 132.977
(LT Line) Gura
Conversion of LT OH line to UG
Cable using 31/2 Core 25mm2
Alluminium armourded LT Cable
inside Railway boundary under
Electrical Section Dasapalla
LT Line with 8 Mtr long 125x75 mm RS Joist Pole No 2
Dismantling of ABC Line materials Span 1
Laying of LT UG Cable using 31/2
Core 25mm2
Alluminium armourded with spare by HDD
Method
Mtr 300
22 133.028
(11KV) Gura
Conversion of 11KV3Ph 3W OH
line to UG Cable using
3x300mm2 11Kv XLPE Cable
due to Railway Crossing under
Electrical Section Dasapalla
11KV Line DP with 150x150mm RS Joist (10Mtr) No 2
Dismantling of 11KV Line materials Span 1
Laying of 3x300mm2 11KV XLPE Cable with spare
by HDD Method & dismantling of old line Mtr 300
23
133.086
(SS & LT
Line)
Gura
Up gradation of existing 25KVA
SS to 63KVA to avoid 11KV line
crossing the Railway line under
Electrical Section Dasapalla
Upgradation of existing 25KVA SS to 63KVA No 1
Dismantling of 10KVA DT and materials No 1
Dismantling of 25KVA DT and materials No 1
Dismantling of 11KV Line materials Span 6
Dismantling of ABC Line materials Span 4
Const of LT line with 8 Mtr long 200Kg PSC Pole
& ABC (1x35+25mm2) Km 0.1
24 135.957
(11KV) Phalapaju
Conversion of 11KV3Ph 3W OH
line to UG Cable using
3x300mm2 11Kv XLPE Cable
due to Railway Crossing under
Electrical Section Dasapalla
11KV Line DP with 150x150mm RS Joist (10Mtr) No 2
Dismantling of 11KV Line materials Span 1
Laying of 3x300mm2 11KV XLPE Cable with spare
by HDD Method & dismantling of old line Mtr 340
25
136.397
(11KV, SS
& LT Line)
Phalapaju
Shifting of LT OH line and
Substation inside Railway
boundary & construction of the
same under Electrical Section
Dasapalla
Construction of 10KVA Substation (without DT) &
dismantling of old line No 1
Dismantling of 10KVA DT and materials No 1
Dismantling of 11KV Line materials Span 6
Dismantling of ABC Line materials Span 4
11KV Line with 9 Mtr long 300Kg PSC Pole &
55mm2 AAAC Km 0.1
Const of LT line with 8 Mtr long 200Kg PSC Pole
& ABC (1x35+25mm2) Km 0.3
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 84
Sl Particulars of the Materials Uni Details of location
26
136.486 (
SS & LT
Line)
Phalapaju
Shifting of LT OH line and
Substation inside Railway
boundary & construction of the
same under Electrical Section
Dasapalla
Construction of 25KVA Substation (with DT) &
dismantling of old line and 10KVA SS No 1
Dismantling of 10KVA DT and materials No 1
Dismantling of ABC Line materials Span 7
Const of LT line on existing pole with ABC
(3x35+25mm2) Km 0.2
27 138.474
(11KV) Banigochha
Conversion of 11KV3Ph 3W OH
line to UG Cable using
3x300mm2 11Kv XLPE Cable
due to Railway Crossing under
Electrical Section Dasapalla
11KV Line DP with 150x150mm RS Joist (10Mtr) No 2
Dismantling of 11KV Line materials Span 1
Laying of 3x300mm2 11KV XLPE Cable with spare
by HDD Method & dismantling of old line Mtr 440
28 138.679
(11KV) Banigochha
Shifting & Erection of 11KV3Ph
3W OH line to avoid Railway
crossing under Electrical Section
Dasapalla
11KV Line with 100x116mm RS Joist Pole (10 Mtr
long) & 55mm2 AAAC Km 0.7
Dismantling of Old 11KV Line materials Span 5
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 85
No t
An
dh
ara
ko
t (L
oca
tio
n
10
5.6
00
)
An
dh
ara
ko
ta (
Loca
tio
n
10
5.8
00
)
An
dh
ara
ko
t (L
oca
tio
n
10
6.0
84
)
K
un
jab
an
ag
arh
(Lo
cati
on
10
7.2
99
)
Nij
-An
dh
ara
ko
ta(L
oca
tio
n
10
9.9
80
)
Sa
liag
och
ha
(Lo
cati
on
11
2.8
26
)
Ra
ng
am
ati
a(L
oca
tio
n
11
4.0
31
)
Ra
ng
am
ati
a(L
oca
tio
n
11
5.5
40
)
Asw
inib
are
na
(Lo
cati
on
11
8.5
39
)
Asw
inib
are
na
(Lo
cati
on
11
9.1
86
)
1 2 3 4 5 6 7 8 9 10
Qty Qty Qty Qty Qty Qty Qty Qty Qty Qty
1 150x150mm RS Joist 11mtr.
Long No
2 150x150mm RS Joist 10mtr.
Long No 2 4 4 4 4 4 6
4
4
3 100x116 mm RS Joist 10mtr.
Long (OSM) No 6 10
4 8Mtr long 200KG PSC pole No
5 8Mtr long Joist 125x75mm
RS Joist (OSM) No
6 9Mtr long 300Kg PSC pole No 6
4
17
7 100x50x6MM MS Channel Kg 247 200 155 200 200 200 200 447
355
355
8 75x40x6mm MS Channel Kg 136.4 150 20.4 150 150 150 150 266
150
150
9 65x65x6mm MS Angle Kg 100 100 100 100 100 100
100
100
10 50x50x6mm MS Angle Kg 72 72
11 11 KV V cross Arm (10.2 K.g.
each ) No 6 8 5
3
14
12 Top bracket 75x40mm MS
channel ( 1.3kg each)/ No 6 8 5 3 14
13 Back Clamp for V cross Arm
(1.70Kg each) No 6 8 5 3 14
14 11KV AB switch 3pole
200Amp Set
15 11KV HG Fuse 3 Pole
(400AmP) Set
16 11KV HT Stay Set Complete Set 7 4 4 4 4 4 4 11 7 10
17 7/10 SWG G.I. Stay wire Kg 70 40 40 40 40 40 40 110 70 100
18 11KV HT stay insulator No 7 4 4 4 4 4 4 11 7 10
19 11KV H.T. Stay Clamps
(1.95Kg/Pair) Pair 7 4 4 4 4 4 4 11 7 10
20 LT stay set complete (OSM) Set
21 7/12 SWG stay wire Kg
22 LT stay clamp Pair
23 LT stay insulator No
24 No.6 GI wire Kg
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 86
25 11 KV L. A (12 Kv, 10 KA)
(OSM) No 3 6 6 6 6 6 9 6 6
26 11KV G.I. Pins No 18 30 18 12 51
27 11KV pin insulator No 18 30 18 12 51
28 25x6mm G.I. Flat for
Earthings Kg 100 100 100 100 100 100 100 100
29 40mm dia 3mtr long Heavy
gauge G.I. pipe earthing No 0 6 0 6 6 6 6 8 6 6
30 No-8 GI wire (for 1
Guarding) Kg 35 35
31 GI I hook (for Guarding) No 10 10
32 55 mm2 AAAC KM 1.25 2.15 1.23 0.75 3.09
33 GI barbed wire anti climbing
device 2 Kg. Per support Kg 12 20 12 6 34
34 11KV Disc Insulator (B&S
Type) (70KN) (OSM) No 30 12 36 12 12 12 12 42 30 48
35 11KV H/W fitting for (B & S) No 15 6 18 6 6 6 6 21 15 24
36 M/S Nuts & Bolts with
washer (Different size) (OSM) Kg 33 30 30 30 30 30 30 63 42 81
37 1x35+1X25 mm^2 LT XLPE
ABC KM
38 AB Cable( 3 x 35 + 1x25mm2
) (OSM) Km
39 Dead end clamp No
40 Suspension Clamp with I
hook No
41 Concrete slab for base
plate(2ftx2ftx2") No 6 4 17
42 Red oxide paint Ltr 7 4 12 4 4 4 4 5 5 9
43 Alluminium paint Ltr 6 4 12 4 4 4 4 5 5 9
44 Black paint Ltr 2 1 3 1 1 1 1 1 1 1
45 Earthing of Support ( Coil
Type ) No 6 10 6 4 17
46
Concreting of support C.C -
1:3:6 using 20mm BHG metal
size – 5’6”x2'x2' = 22CFT =
0.620 Cum
Padding of pole pit CC 1: 4: 8
using 40 mm BHG metal size
900x600x150mm = 0.081
Total : 0.701 Cum
No 8 4 10 4 4 4 4 8 6 7
47
Couping of support section
15''x15'' ( 3.9Cft) height 2'-6'
( 1' - 6'' above G.L & 1' - 0'
below G.L ) in C.C 1:2:4 using
12mm BHG metal & curing
for 5 days
No 8 4 10 4 4 4 4 6 4 4
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 87
48
Materials for Massonary
work for Earth Pit,Charcoal,
Salt etc including
construction of earthing
chamber (Size: 2'x2') and RCC
slab cover
No 0 6 6 6 6 6 6 6 6
49
Fixing of stay set with 0.5
Cum cement concret
foundation 1:3:6 size (
900mmx600mmx900mm)
using 40mm BHG metal with
all labour and material
except stay set , stay wire ,
stay insulator .
No 7 4 4 4 4 4 4 11 7 10
50 Transformer Mounting
Bracket No
51 11KG HG Fuse 2pole 200Amp Set
52 11KG AB Switch 2pole
200Amp Set
53 16mm2 PVC Cable (2Core) Mtr
54
Barbed fencing (Size: 15ft
x10 ft ) with construction
retaining wall upto 0.5 mtr,
erection of RCC fencing post,
sand filling and metal
spreading, Fixing of Iron grill
gate as per CESU
specification
No
55 10KVA, 11/0.23KV S/S No
56 63KVA, 11/0.4KV S/S No
57 LT Dist Box for 63KVA S/S No
58 25KVA, 11/0.4KV S/S No
59 LT Dist Box for 25KVA S/S No
60 3 1/2 x35mm2 PVC cable for
25KVA Tfr mtr
61 3 1/2 x95mm2 PVC cable for
63KVA Tfr (OSM) Mtr
62 LT Dist Box incl Kit Kat for 16
KVA Tfr (OSM) No
63 Sundries LS
UG CABLE
64
Supply of Three Core 300
mm2 11KV Alluminium XLPE
insulation armoured UG
cable (Extruded type, ISI
marked) (main and spare) for
laying of cable including
looping and raising.
mtr 640 260 280 260 260 220 380 500
65 Outdoor Termination kit
(Heat Shrinkable Type ) for No 4 4 4 4 4 4.00 4 4
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 88
11 KV 300mm2 3 core cable
66
Straight through Out Door
jointing kit (Heat Shrinkable
Type ) for 11 KV 300 mm2 3
Core Cable
No 2 2
67 Route and joint indicating
stones with M.S. Anchor rod No 4 4 4 4 4 4.00 4 4
68
160mm (6mtrs length) dia
HDPE pipe (PE-80-PNS) ISI
mark(fire proof) with all
accessories for raising of
cable at both end of DP with
all accessories
Mtr 24 24 24 24 24 24.00 24 24
69
Supply of 200mm dia HDPE
casing pipe (PE-80-PNS) ISI
mark (fire proof) with all
accessories for laying 11KV
XLPE Cable
mtr 540 160 180 160 160 120.00 280 400
70
Supply of 31/2core 25mm2
Alluminum armoured LT UG
cable (Extruded type, ISI
marked) (main and spare)
including looping and raising
of Cable
mtr 0 0 0 0 0 0 0 0 0 0
71
31/2core 25mm2 LT cable
Outdoor Termination kit
(Heat Shrinkable Type )
No 0 0 0 0 0 0 0 0 0 0
72
Supply of 100mm dia HDPE
casing pipe (PE-80-PNS) ISI
mark(fire proof) with
accessories for laying LT XLPE
Cable
mtr 0 0 0 0 0 0 0 0 0 0
73
Inspection chamber for
straight through joint of size
5 ft x 4 ft x 4 ft including rise
of minimum 1.5ft from the
ground level in KB brick of
wall thickness of 15 inch with
1 inch plastering (1:4) with
RCC (1:3:6) cover of at least
4” thick with proper lifting
arrangement with the
provision of cable in and out
arrangement in the chamber
complete including supply of
all materials, full sand filling,
labour, T&P, transportation
etc as per the direction of
the Engineer in charge.
No 2 2
74
Laying of HT cable (main
+spare) through 200 mm dia
HDPE pipe by HDD method
with excavation in all type of
soil with T&P and high
pressure testing
mtr 540 160 180 160 160 120 280 400
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 89
75
Laying of LT cable (main
+spare) through 100 mm dia
HDPE pipe by HDD method
with excavation in all type of
soil with T&P and high
pressure testing
mtr
76
Laying of balance HT cable
for looping in loop chamber
and raising at DP structure
mtr 0 100 0 100 100 100 100 100 100 100
77
Laying of balance LT cable for
looping in loop chamber and
raising at single pole
structure
mtr 0 0 0 0 0 0 0 0 0 0
78
Cable loop chamber of size 4
mtr x4 mtrx 1.5mtr including
rise of minimum 1.5 ft from
the ground level in KB brick
of wall thickness of 15 inch
with 1 inch plastering (1:4)
with RCC (1:3:6) cover of at
least 4” thick with proper
lifting arrangement with the
provision of cable in and out
arrangement in the chamber
complete including supply of
all materials, full sand filling,
labour, T&P, transportation
etc as per the direction
No 2 2 2 2 2 2 2 2
LABOUR COMPONENT
79
11KV Conductor with
accessories and
transportation to CESU store
Spa
n 17 4 1 1 1 1 1 6 19
80
8Mtr long 200Kg PSC pole
and transportation to CESU
store
No 15 3 7 2 2 2 2 2 6 18
81
9Mtr long 300Kg PSC Pole
and transportation to CESU
store
No
82
1P2W conductor/ ABC with
accessories and
transportation to CESU store
Spa
n
83
Dismantling of 10KVA,
11/0.23KV Transformer with
accessories and return to
CESU store
No
84
Dismantling of 10KVA,
11/0.23KV Transformer with
accessories and fixing of
Transformer at new DT
location
No
85
Dismantling of 25KVA,
11/0.23KV Transformer with
accessories and return to
CESU store
No
86
2P2W conductor/ABC with
accessories and
transportation to CESU store
Spa
n 8
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 90
Sl
No Particulars of the Materials
Uni
t
Go
pa
lpu
r(Lo
cati
on
11
9.8
13
)
Jhin
tik
iba
ri (
Loca
tio
n
12
1.0
27
)
Bu
gu
da
Co
lon
y(L
oca
tio
n
12
1.8
20
)
Bu
gu
da
(Lo
cati
on
12
2.9
48
)
Ja
mu
sah
i (Lo
cati
on
12
9.3
62
)
Gu
nd
uri
ba
ri(L
oca
tio
n
13
0.0
62
)
Gu
nd
uri
ba
ri (
Loca
tio
n
13
0.1
08
)
Gu
nd
uri
ba
ri (
Loca
tio
n
13
0.1
77
)
Jan
ipa
da
r(Lo
cati
on
13
2.2
51
)
Gu
ra(L
oca
tio
n 1
32
.90
0)
11 12 13 14 15 16 17 18 19 20
Qty Qty Qty Qty Qty Qty Qty Qty Qty Qty
1 150x150mm RS Joist 11mtr. Long No 12
2 150x150mm RS Joist 10mtr. Long No
4 4 4 4 4 4
3 100x116 mm RS Joist 10mtr. Long
(OSM) No
4 8Mtr long 200KG PSC pole No 6 2 6
5 8Mtr long Joist 125x75mm RS Joist
(OSM) No 2 2
6 9Mtr long 300Kg PSC pole No
17 15 34 1 3 3
7 100x50x6MM MS Channel Kg
355
176.
64 355
509.
2
22.0
8 200
74.
08
74.0
8 200 200
8 75x40x6mm MS Channel Kg
150
55.7
6 150 150
55.7
6 150
55.
76
55.7
6 150 150
9 65x65x6mm MS Angle Kg
100 100 100 100 100 100
10 50x50x6mm MS Angle Kg 15.7
5
15.7
5
15.
75
15.7
5
11 11 KV V cross Arm (10.2 K.g. each ) No
14 12 10 28 1 1
12 Top bracket 75x40mm MS channel
( 1.3kg each) No 14 12 10 28 1 1
13 Back Clamp for V cross Arm 1.70Kg
each No 14 12 10 28 1 1
14 11KV AB switch 3pole 200Amp Set 0 1 1 1
15 11KV HG Fuse 3 Pole(400AmP) Set
16 11KV HT Stay Set Complete Set 10 5 7 16 2 4 3 3 4 4
17 7/10 SWG G.I. Stay wire Kg 100 50 70 160 20 40 30 30 40 40
18 11KV HT stay insulator No 10 5 7 16 2 4 3 3 4 4
19 11KV H.T. Stay Clamps
(1.95Kg/Pair) Pair 10 5 7 16 2 4 3 3 4 4
20 LT stay set complete (OSM) Set 2 4 3 2
21 7/12 SWG stay wire Kg 20 40 30 20
22 LT stay clamp Pair 2 4 3 2
23 LT stay insulator No 2 4 3 2
24 No.6 GI wire Kg 30 30 10 10
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 91
25 11 KV L. A (12 Kv, 10 KA) (OSM) No 6 2 6 6 2 6 2 2 6 6
26 11KV G.I. Pins No 51 42 36 102 6 6
27 11KV pin insulator No 51 42 36 102 6 6
28 25x6mm G.I. Flat for Earthings Kg 100 10 100 100 10 100 10 10 100 100
29 40mm dia 3mtr long Heavy gauge
G.I. pipe earthing No 6 3 6 6 3 6 3 3 6 6
30 No-8 GI wire (for Guarding) Kg
31 GI I hook (for Guarding) No
32 55 mm2 AAAC Km 3.09 3.09 2.15 6.18 0.3
2 0.32
33 GI barbed wire anticlimbing device
2 Kg. Per support Kg 34 34 24 68 4 4
34 11KV Disc Insulator (B&S Type)
(70KN) (OSM) Nos 48 36 48 84 12 12 12 12 12
35 11KV H/W fitting for (B & S) Nos 24 18 24 42 6 6 6 6 6
36 M/S Nuts & Bolts with washer
(Different size) (OSM) Kg 81 81 66 132 33 30 28 29 30 30
37 1x35+1X25 mm^2 LT XLPE ABC KM 0.26 0.1
1 0.26
38 AB Cable( 3 x 35 + 1x25mm2 )
(OSM) Km
39 Dead end clamp No 2 2 2
40 Suspension Clamp with I hook No 4 1 4
41 Concrete slab for base
plate(2ftx2ftx2") No 17 15 34 7 5 9
42 Red oxide paint Ltrs 9 5 17 14 4 0.5 0.5 4 4
43 Alluminium paint Ltrs 9 5 17 14 4 0.5 0.5 4 4
44 Black paint Ltrs 1 4 1 1 1 1
45 Earthing of Support ( Coil Type ) No. 17 14 12 34 2 3 4
46
Concreting of support C.C - 1:3:6
using 20mm BHG metal size –
5’6”x2'x2' = 22CFT = 0.620 Cum
Padding of pole pit CC 1: 4: 8 using
40 mm BHG metal size
900x600x150mm = 0.081
Total : 0.701 Cum
No 7 6 16 10 3 4 2 2 4 4
47
Couping of support section 15''x15''
( 3.9Cft) height 2'-6' ( 1' - 6'' above
G.L & 1' - 0' below G.L ) in C.C 1:2:4
using 12mm BHG metal & curing for
5 days
Nos 4 3 16 4 3 4 1 1 4 4
48
Materials for Massonary work for
Earth Pit, Charcoal, Salt etc
including construction of earthing
chamber (Size: 2'x2') and RCC slab
cover
No. 6 3 6 6 3 6 3 3 6 6
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 92
49
Fixing of stay set with 0.5Cum
cement concret foundation 1:3:6
size ( 900mmx600mmx900mm)
using 40mm BHG metal with all
labour and material except stay set ,
stay wire , stay insulator .
No 10 7 7 16 6 4 6 5 4 4
50 Transformer Mounting Bracket No 1 1 1 1
51 11KG HG Fuse 2pole 200Amp Set 1 1 1 1
52 11KG AB Switch 2pole 200Amp Set 1
53 16mm2 PVC Cable (2Core) Mtr 9 9 9 9
54
Barbed fencing (Size: 15ft x10 ft )
with construction retaining wall
upto 0.5 mtr, erection of RCC
fencing post, sand filling and metal
spreading, Fixing of Iron grill gate as
per CESU specification
No 1 1 1 1
55 10KVA, 11/0.23KV S/S No 1
56 63KVA, 11/0.4KV S/S No
57 LT Dist Box for 63KVA S/S No
58 25KVA, 11/0.4KV Trf. No
59 LT Dist Box for 25KVA Trf. No
60 3 1/2 x35mm2 PVC cable for 25KVA
Tfr mtr
61 3 1/2 x95mm2 PVC cable for 63KVA
Tfr(OSM) Mtr
62 LT Dist Box incl Kit Kat for 16 KVA
Tfr (OSM) No 1 1 1 1
63 Sundries LS
UG CABLE
64
Supply of Three Core 300 mm2
11KV Alluminium XLPE insulation
armoured UG cable (Extruded type,
ISI marked) (main and spare) for
laying of cable including looping and
raising.
mtr 670 1020 340 240 320 320
65
Outdoor Termination kit (Heat
Shrinkable Type ) for 11 KV
300mm2 3 core cable No 4 4 4 4 4 4
66
Straight through Out Door jointing
kit (Heat Shrinkable Type ) for 11 KV
300 mm2 3 Core Cable No 2 2
67 Route and joint indicating stones
with M.S. Anchor rod No 4 4 4 4 4 4 4 4
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 93
68
160mm (6mtrs length) dia HDPE
pipe (PE-80-PNS) ISI mark(fire
proof) with all accessories for
raising of cable at both end of DP
with all accessories
Mtr 24 24 24 24 24 24
69
Supply of 200mm dia HDPE casing
pipe (PE-80-PNS) ISI mark (fire
proof) with all accessories for laying
11KV XLPE Cable
mtr 570 920 240 140 220 220
70
Supply of 3½ core 25mm2
Alluminum armoured LT UG cable
(Extruded type, ISI marked) (main
and spare) including looping and
raising of Cable
mtr 1210 200
71
31/2core 25mm2 LT cable Outdoor
Termination kit (Heat Shrinkable
Type )
No 4 4
72
Supply of 100mm dia HDPE casing
pipe (PE-80-PNS) ISI mark(fire
proof) with accessories for laying LT
XLPE Cable
mtr 1110 100
73
Inspection chamber for straight
through joint of size 5 ft x 4 ft x 4 ft
including rise of minimum 1.5ft
from the ground level in KB brick of
wall thickness of 15 inch with 1 inch
plastering (1:4) with RCC (1:3:6)
cover of at least 4” thick with
proper lifting arrangement with the
provision of cable in and out
arrangement in the chamber
complete including supply of all
materials, full sand filling, labour,
T&P, transportation etc as per the
direction of the Engineer in charge.
No 2 2
74
Laying of HT cable (main +spare)
through 200 mm dia HDPE pipe by
HDD method with excavation in all
type of soil with T&P and high
pressure testing
mtr 570 920 240 140 220 220
75
Laying of LT cable (main +spare)
through 100 mm dia HDPE pipe by
HDD method with excavation in all
type of soil with T&P and high
pressure testing
mtr 1110 100
76
Laying of balance HT cable for
looping in loop chamber and raising
at DP structure
mtr 100 0 100 100 0 100 0 0 100 100
77
Laying of balance LT cable for
looping in loop chamber and raising
at single pole structure
mtr 0 100 0 0 100 0 0 0 0 0
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 94
78
Cable loop chamber of size 4 mtr x4
mtrx 1.5mtr including rise of
minimum 1.5 ft from the ground
level in KB brick of wall thickness of
15 inch with 1 inch plastering (1:4)
with RCC (1:3:6) cover of at least 4”
thick with proper lifting
arrangement with the provision of
cable in and out arrangement in the
chamber complete including supply
of all materials, full sand filling,
labour, T&P, transportation etc as
per the direction
No 2 2 2 2 2 2 2 2
LABOUR COMPONENT
79 11KV Conductor with accessories
and transportation to CESU store
Spa
n 19 12 10 30 4 1 4 1 1
80 8Mtr long 200Kg PSC pole and
transportation to CESU store No 17 11 9 29 2 2 2 2
81 9Mtr long 300Kg PSC Pole and
transportation to CESU store No 3 3
82
1P2W conductor/ ABC with
accessories and transportation to
CESU store
Spa
n 1 1 2
83
Dismantling of 10KVA, 11/0.23KV
Transformer with accessories and
return to CESU store
No
84
Dismantling of 10KVA, 11/0.23KV
Transformer with accessories and
fixing of Transformer at new DT
location
No 1 1 1
85
Dismantling of 25KVA, 11/0.23KV
Transformer with accessories and
return to CESU store
No
86
2P2W conductor/ABC with
accessories and transportation to
CESU store
Spa
n
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 95
Sl
No Particulars of the Materials Unit
TOTAL
Gu
ra(L
oca
tio
n 1
32
.97
7)
Gu
ra(L
oca
tio
n 1
33
.02
8)
Gu
ra (
Loca
tio
n 1
33
.08
6)
Ph
ala
pa
ju(L
oca
tio
n
13
5.9
57
)
Ph
ala
pa
ju (
Loca
tio
n
13
6.3
97
)
Ph
ala
pa
ju (
Loca
tio
n
13
6.4
86
)
Ba
nig
och
ha
(Lo
cati
on
13
8.4
74
)
Ba
nig
och
ha
(Lo
cati
on
13
8.6
79
)
21 22 23 24 25 26 27 28
Qty Qty Qty Qty Qty Qty Qty Qty Qty
1 150x150mm RS Joist 11mtr. Long No 12
2 150x150mm RS Joist 10mtr. Long No 4 4 4 72
3 100x116 mm RS Joist 10mtr. Long
(OSM) No 12 28
4 8Mtr long 200KG PSC pole No 2 7 23
5 8Mtr long Joist 125x75mm RS Joist
(OSM) No 2 6
6 9Mtr long 300Kg PSC pole No 3 2 105
7 100x50x6MM MS Channel Kg 200 200 74.08 103.04 200 206 5707.36
8 75x40x6mm MS Channel Kg 150 150 55.76 89.76 150 20.4 3211.76
9 65x65x6mm MS Angle Kg 100 100 100 1700
10 50x50x6mm MS Angle Kg 15.75 81 303.75
11 11 KV V cross Arm (10.2 K.g. each ) No 1 11 114
12 Top bracket 75x40mm MS channel (
1.3kg each)/ No 1 11 114
13 Back Clamp for V cross Arm 1.70Kg
each No 1 11 114
14 11KV AB switch 3pole 200Amp Set 1 1 5
15 11KV HG Fuse 3 Pole(400AmP) Set 1 1
16 11KV HT Stay Set Complete Set 4 4 3 2 4 4 138
17 7/10 SWG G.I. Stay wire Kg 40 40 30 20 40 40 1380
18 11KV HT stay insulator No 4 4 3 2 4 4 138
19 11KV H.T. Stay Clamps(1.95Kg/Pair) No 4 4 3 2 4 4 138
20 LT stay set complete (OSM) Set 2 2 2 17
21 7/12 SWG stay wire Kg 20 20 20 170
22 LT stay clamp Pair 2 2 2 17
23 LT stay insulator No 2 2 2 17
24 No.6 GI wire Kg 20 10 20 130
25 11 KV L. A (12 Kv, 10 KA) (OSM) No 6 6 2 3 6 121
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 96
26 11KV G.I. Pins No 6 36 414
27 11KV pin insulator No 6 36 414
28 25x6mm G.I. Flat for Earthings Kg 100 100 10 20 100 1770
29 40mm dia 3mtr long Heavy gauge G.I.
pipe earthing No 0 6 6 3 5 6 122
30 No-8 GI wire (for Guarding) Kg 0 35 105
31 GI I hook (for Guarding) No 0 10 30
32 55 mm2 AAAC Km 0 0.32 0.04 2.15 26.13
33 GI barbed wire anti climbing device 2
Kg. Per support Kg 0 4 24 280
34 11KV Disc Insulator (B&S Type) (70KN)
(OSM) No 0 12 12 12 12 24 594
35 11KV H/W fitting for (B & S) No 0 6 6 6 6 12 297
36 M/S Nuts & Bolts with washer
(Different size) (OSM) Kg 10 30 41 30 31 36 30 36 1183
37 1x35+1X25 mm^2 LT XLPE ABC Km 0 0 0.12 0 0.31 0 0 1.06
38 AB Cable( 3 x 35 + 1x25mm2 ) (OSM) Km 0 0 0 0.22 0 0 0.22
39 Dead end clamp No 0 0 2 0 2 0 0 0 10
40 Suspension Clamp with I hook No 0 0 5 0 5 0 0 0 19
41 Concrete slab for base plate
(2ftx2ftx2") No 0 0 2 0 10 2 0 0 128
42 Red oxide paint Ltrs 0 4 0 4 0.5 2 4 13 143.5
43 Alluminium paint Ltrs 0 4 0 4 0.5 2 4 13 142.5
44 Black paint Ltrs 0 1 0 1 0 0 1 3 28
45 Earthing of Support ( Coil Type ) No. 0 0 1 0 4 0 12 146
46
Concreting of support C.C - 1:3:6 using
20mm BHG metal size – 5’6”x2'x2' =
22CFT = 0.620 Cum
Padding of pole pit CC 1: 4: 8 using 40
mm BHG metal size 900x600x150mm
= 0.081
Total : 0.701 Cum
No 2 4 4 2 2 4 12 147
47
Couping of support section 15''x15'' (
3.9Cft) height 2'-6' ( 1' - 6'' above G.L &
1' - 0' below G.L ) in C.C 1:2:4 using
12mm BHG metal & curing for 5 days
No 2 4 4 1 2 4 12 125
48
Materials for Massonary work for
Earth Pit,Charcoal, Salt etc including
construction of earthing chamber
(Size: 2'x2') and RCC slab cover
No 0 6 6 3 5 6 122
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 97
49
Fixing of stay set with 0.5Cum cement
concrete foundation 1:3:6 size (
900mmx600mmx900mm) using 40mm
BHG metal with all labour and material
except stay set , stay wire , stay
insulator .
No 2 4 2 4 5 2 4 4 155
50 Transformer Mounting Bracket No 1 5
51 11KG HG Fuse 2pole 200Amp Set 1 5
52 11KG AB Switch 2pole 200Amp Set 0 1
53 16mm2 PVC Cable (2Core) Mtr 9 45
54
Barbed fencing (Size: 15ft x10 ft ) with
construction retaining wall upto 0.5
mtr, erection of RCC fencing post, sand
filling and metal spreading, Fixing of
Iron grill gate as per CESU specification
No 1 1 6
55 10KVA, 11/0.23KV Trf. No 1
56 63KVA, 11/0.4KV Trf. No 1 1
57 LT Dist Box for 63KVA S/S No 1 1
58 25KVA, 11/0.4KV Trf. No 1 1
59 LT Dist Box for 25KVA S/S No 1 1
60 3 1/2 x35mm2 PVC cable for 25KVA Tfr mtr 15 15
61 3 1/2 x95mm2 PVC cable for 63KVA
Tfr(OSM) Mtr 15 15
62 LT Dist Box incl Kit Kat for 16 KVA Tfr
(OSM) No 1 5
63 Sundries LS 1
UG CABLE
64
Supply of Three Core 300 mm2 11KV
Alluminium XLPE insulation armoured
UG cable (Extruded type, ISI marked)
(main and spare) for laying of cable
including looping and raising.
mtr 300 340 440 6790
65
Outdoor Termination kit (Heat
Shrinkable Type ) for 11 KV 300mm2 3
core cable No 4 4 4 68
66
Straight through Out Door jointing kit
(Heat Shrinkable Type ) for 11 KV 300
mm2 3 Core Cable No 8
67 Route and joint indicating stones with
M.S. Anchor rod No 4 4 4 4 80
68
160mm (6mtrs length) dia HDPE pipe
(PE-80-PNS) ISI mark(fire proof) with
all accessories for raising of cable at
both end of DP with all accessories
Mtr 24 24 24 408
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 98
69
Supply of 200mm dia HDPE casing pipe
(PE-80-PNS) ISI mark (fire proof) with
all accessories for laying 11KV XLPE
Cable
mtr 200 240 340 5090
70
Supply of 31/2core 25mm2 Alluminum
armoured LT UG cable (Extruded type,
ISI marked) (main and spare) including
looping and raising of Cable
mtr 300 1710
71
31/2core 25mm2 LT cable Outdoor
Termination kit (Heat Shrinkable Type
)
No 4 12
72
Supply of 100mm dia HDPE casing pipe
(PE-80-PNS) ISI mark(fire proof) with
accessories for laying LT XLPE Cable
mtr 200 1410
73
Inspection chamber for straight
through of size 5 ft x 4 ft x 4 ft
including rise of minimum 1.5ft from
the ground level in KB brick of wall
thickness of 15 inch with 1 inch
plastering (1:4) with RCC (1:3:6) cover
of at least 4” thick with proper lifting
arrangement with the provision of
cable in and out arrangement in the
chamber complete including supply of
all materials, full sand filling, labour,
T&P, transportation etc as per the
direction of the Engineer in charge.
No 8
74
Laying of HT cable (main +spare)
through 200 mm dia HDPE pipe by
HDD method with excavation in all
type of soil with T&P and high
pressure testing
mtr 200 240 340 5090
75
Laying of LT cable (main +spare)
through 100 mm dia HDPE pipe by
HDD method with excavation in all
type of soil with T&P and high
pressure testing
mtr 200 1410
76
Laying of balance HT cable for looping
in loop chamber and raising at DP
structure
mtr 0 100 0 100 0 0 100 0 1700
77
Laying of balance LT cable for looping
in loop chamber and raising at single
pole structure
mtr 100 0 0 0 0 0 0 0 300
78
Cable loop chamber of size 4 mtr x4
mtrx 1.5mtr including rise of minimum
1.5 ft from the ground level in KB brick
of wall thickness of 15 inch with 1 inch
plastering (1:4) with RCC (1:3:6) cover
of at least 4” thick with proper lifting
arrangement with the provision of
cable in and out arrangement in the
chamber complete including supply of
all materials, full sand filling, labour,
T&P, transportation etc as per the
direction
No 2 2 2 2 40
LABOUR COMPONENT
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 99
79 11KV Conductor with accessories and
transportation to CESU store Span 1 6 1 6 1 5 153
80 8Mtr long 200Kg PSC pole and
transportation to CESU store No 2 2 4 2 5 2 150
81 9Mtr long 300Kg PSC Pole and
transportation to CESU store No 5 4 4 19
82
1P2W conductor/ ABC with
accessories and transportation to
CESU store
Span 1 4 4 7 20
83
Dismantling of 10KVA, 11/0.23KV
Transformer with accessories and
return to CESU store
No 1 1 2
84
Dismantling of 10KVA, 11/0.23KV
Transformer with accessories and
fixing of Transformer at new DT
location
No 1 4
85
Dismantling of 25KVA, 11/0.23KV
Transformer with accessories and
return to CESU store
No 1 1
86 2P2W conductor/ABC with accessories
and transportation to CESU store Span 8
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 100
TECHNICAL SPECIFICATION FOR CONSTRUCTION OF
11KV DISTRIBUTION LINES
1.0 NATURE OF WORK
The work covered by this Specification is for 11 kV distribution lines as specified herein and in the
attached Schedules. The overhead distribution lines will form part of the CESU’s distribution System.
1.1 GENERAL PARTICULARS OF THE SYSTEM
The following are the general particulars governing the design and working of the complete system of
which the Works will form a part —
The system will be in continuous operation during the varying atmospheric and climatic
conditions occurring at all seasons.
1.2 SCOPE-
(A) Construction of 11 KV New Lines
(B) Construction of 11 KV lines include installation of cross arms, insulators, hardwares,
earthing device, induction of additional supports, rectification of joist poles and change
of higher size of conductors etc
( C ) AB Cabling works.
The eligible Contractor has to obtain project license from the competent authority in
respect of the mentioned works prior to commencement of the works. All the expenses
towards the project license and inspection thereof have to be borne by the contractor.
All items required for construction of AB cabling works, poles, suspension clamp ,’Eye’
hook, insulation piercing connector and dead end clamps reqd. for AB Cables etc are to be
supplied by contractor.
Neither Purchaser nor its employees will have any liability whatsoever to any Bidder or
any other person under the law or contract, the principle of restitution or unjust enrichment
or otherwise for any loss, expense or damage whatsoever which may arise from or be
incurred or suffered in connection with anything contained in this Documents and mater
deemed to form part of this documents, provision of services and any other information
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 101
supplied by or on behalf of purchaser or its employees, or otherwise arising in any way
from the selection process for the supply.
2.0 SURVEY
Walk over survey, Theodolite survey, profile survey (if required) shall have to be carried out to establish
the Route alignment by the contractor for new 11 KV lines. If the line is passing in any Municipal/ NAC
areas permission from local bodies has to be obtained prior to execution of work. Suitable distance from
the side of the road has to be made towards placement of line poles.
2.0.1 CHECK SURVEY
The contractor shall undertake the check survey during execution on the basis of the alignment profile
drawing approved by the employer. If during check survey necessity arises for minor change in route to
eliminate way leave or other unavoidable constraints, the contractor may change the said alignment after
obtaining prior approval from the employer
2.0.2 GENERAL: Preliminary route alignment in respect of the proposed 11KV lines has been fixed by the
employer subject to alteration of places due to way leave or other unavoidable constraints. The Right of
way shall be solved by the contractor and all expenses there of shall be borne by him. However, CESU
shall render all helps in co-ordination with law and order department for solving the same. Involvement
of Forest land should be restricted as far as possible.
2.0.3 Provisional quantities/numbers of different types of tower structures/Joist poles/PSC poles have been
estimated and indicated in the BOQ Schedule given. However final quantities for work shall be as
determined by the successful bidder, on completion of the detail survey, preparation of route profile
drawing and designing of the different types of tower structures/Joist poles/PSC poles as elaborated in
the specification and scope of work.
2.0.4 The contractor shall undertake detailed survey on the basis of the tentative alignment fixed by the
employer. The said preliminary alignment may, however, change in the interest of economy to avoid
forest and hazards in work. While surveying the alternative route the following points shall be taken care
by the contractor.
(a) The line is as near as possible to the available roads in the area.
(b) The route is straight and short as far as possible.
(c) Good farming areas, religious places, forest, civil and defense installations, aerodromes, public
and private premises, ponds, tanks, lakes, gardens, and plantations are avoided as far as
practicable.
(d) The line should be far away from telecommunication lines as reasonably possible. Parallelism
with these lines shall be avoided as far as practicable.
(e) Crossing with permanent objects are minimum but where unavoidable preferably at right angles.
(f) Difficult and unsafe approaches are avoided.
(g) The survey shall be conducted along the approved alignment only.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 102
2.0.5 (a) Optimization of Pole Location
I. Pole Spotting
To optimize the line length, the contractor shall spot the poles in such a way so that the line is as close as
possible to the straight line drawn between the start & end point of the line.
II. Crossings
Road Crossings:- At all road crossings, the double tension HW fittings should be used. There should
absolutely no joints in the conductors in all road, power line and all other major crossing. The ground
clearance from the road surfaces under maximum sag condition shall be not less than 8.5mtr over roads.
In National High way the minimum height of guarding at the maximum sagging point should be less than
8.5 mts.
Railway Crossings- The railway crossing overhead or underground shall be carried out in the manner as
approved & prescribed by the railway authorities from time to time.
The crossing shall normally be at right angle to the railway track. In case crossing is required to be done
through underground cable, cost of the cable including laying and other accessories shall be in the scope
of the contractor. During detailed engineering, the contractor shall submit his proposed arrangement for
each railway crossing to the owner. The approval for crossing railway track shall be obtained by the
owner from the Railway Authority.
Power Line Crossings-
Where the line is to cross over another line of the same voltage or lower voltage, provisions to prevent
the possibility of their coming into contact with each shall be made in accordance with the Indian
Electricity Rules.
III. Details En-route
After survey and finalization of route, the contractor shall submit detailed route map for each line. This
would be including following details:
All poles on both sides of all the crossings shall be tension poles i.e. disc type insulators shall be used on
these poles. At all the crossing described above the contractor shall use protective guarding as per REC
Construction Standard A-1 to fulfill statutory requirements for 11 kV trunks & main spur line. 11kV
branch spur line, being in the village, protective guarding shall be used wherever it will be required.
Clearance from Ground, Building, Trees etc. – Clearance from ground, buildings, trees and telephone
lines shall be provided in conformity with the Indian Electricity Rules, 1956 as amended up to date. The
vendor shall select the height of the poles in order to achieve the prescribed electrical clearances.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 103
IV. Final Schedule
The final schedule including Bill of quantity indicating location of poles specifically marking locations
of failure containment pole/structure, DTs 11 kV line sectionalizes, line tapping points; angle of
deviation at various tension pole locations, all type of crossings and other details shall be submitted for
the approval of the owner. After approval, the contractor shall submit six more sets of the approved
documents along with one set in reproducible form to purchaser for record purpose.
V. Danger Boards
The vendor shall provide & install danger plates on all11 kV DP structures, and towers besides in all
poles where DT is installed. The danger plates shall conform to REC specification No. 57/1993.
VI. Anti-climbing Devices
The vendor shall provide and install anti-climbing device on all 11 kV DP structures, towers and at all
poles as per CEA guide line. This shall be done with G.I. Barbed wire or modified spikes as specified.
The barbed wire shall conform to IS-278 (Grade A1). The barbed wires shall be given chromatin dip as
per procedure laid down in IS: 1340.
VII. Fittings Common to all Line
Pin Insulator Binding: The contractor shall use AL. Binding wire for binding shall be as per REC
Construction Standards No. C-5 or better thereof.
Mid Span Compression Joint & Repair Sleeves: The contractor shall supply & install the Mid Span
Compression Joint and Repair Sleeves as per IS: 2121 (Part II).
Guy/Stay wire Clamp: The contractor shall supply & install Guy/Stay wire Clamp as per REC
Construction Standard G-1 or better here of as specified..
VIII. Stay/Guy Sets
a) The Stay/Guys shall be used at the following pole locations;
At all the tapping points & dead end poles
At all the points where DT is to be installed
At all the points as per REC construction dwg. No. A-10 ( for the diversion angle of 10-60 degree)
Both side poles at all the crossing for road, nallaha, railway crossings etc.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 104
b) The arrangement and number of stay sets to be installed on different pole structures shall be as per
REC Construction Standards no. A-23 to A-27, G-5 & G-8. However, this shall be decided finally during
erection, as per the advice of Engineer.
c) The stay set to be installed complete in all respect and would broadly consist of following items:
7/10 SWG G.I. Stay wire for 11 kV lines and 7/12 SWG for LT line as per REC Specification
No.46/1986Stay Insulator type A for LT line and type C for 11 kV line as per REC Specification No.
21/1981, Turn Buckle. Anchor rod and plate (Hot Dipped galvanized). Thimbles and Guy Grip Complete
stay set shall be as per REC Construction Standards no. G-1. The stay clamp is envisaged as GS structure
along with other clamps brackets etc.
IX. Erection of stay sets
The contractor shall install the stay set complete in all respect. This includes excavation of pit in all kinds
of soil with PCC in the ratio 1:2:4 as specified which shall be placed in the bottom of the pit.
The rest (upper half) of the pit shall be filled with excavated soil duly compacted layer by layer. An
angle between 30 to 45 degrees shall be maintained between stay wire and the pole. The stay wire shall
be used with a stay insulator at a height of 5 mts. above ground level with F.I. turn buckle.
X. Stringing and Installation of Line with Bare Conductors.
General
The scope of erection work shall include the cost of all labour, tools and plants such as tension stringing
equipment and all other incidental expenses in connection with erection and stringing work. The Bidders
shall indicate in the offer the sets of stringing equipment he would deploy exclusively for work under
each package.
The stringing equipments shall be of sufficient capacity to string AAA conductor or ACSR conductor.
The Contractor shall be responsible for transportation to site of all the materials to be provided by the
Contractor as well as proper storage, insurance etc. at his own cost, till such time the erected line is taken
over by the owner.
Contractor shall set up required number of stores along the line and the exact location of such stores shall
be discussed and agreed upon with the owner.
Running Out of the Conductors
The contractor shall be entirely responsible for any damage to the pole or conductors during stringing.
The conductors shall be run out of the drums from the top in order to avoid damage to conductor
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 105
A suitable braking device shall be provided to avoid damaging, loose running out and kinking of the
conductors. Care shall be taken to ensure that the conductor does not touch and rub against the ground or
objects, which could scratch or damage the strands.
The sequence of running out shall be from the top to down i.e. the top conductor shall be run out first,
followed in succession by the side conductors. Unbalanced loads on poles shall be avoided as far as
possible.
Wherever applicable, inner phase off-line conductors shall be strung before the stringing of the outer
phases is taken up.
When lines being erected run parallel to existing energized power lines, the Contractor shall take
adequate safety precautions to protect personnel from the potentially dangerous voltage build up due to
electromagnetic and electrostatic coupling in the pulling wire, conductors and earth wire during stringing
operations.
The Contractor shall also take adequate safety precautions to protect personnel from potentially
dangerous voltage build up due to distant electrical storms or any other reason.
Repairs to Conductors
The conductor shall be continuously observed for loose or broken strands or any other damage during the
running out operations. Repair to conductors, if necessary, shall be carried out with repair sleeves and
not more than one repair sleeve will be used in one span.
Repairing of the conductor surface shall be carried out free of cost only in case of minor damage, scuff
marks, etc. The final conductor surface shall be clean, smooth and free from projections, sharp points,
cuts, abrasions etc. After compression the sharp edges must be smoothened by filing.
The Contractor shall be entirely responsible for any damage to the poles, insulators etc during stringing.
Stringing of Conductor
The stringing of the conductor shall be done by the standard stringing method.
The Bidder shall submit complete details of the stringing method for owner’s approval. Conductors shall
not be allowed to hang in the stringing blocks for more than 96 hours before being pulled to the specified
sag.
Derricks/ scaffoldings or other equivalent methods shall be used to ensure that normal services are not
interrupted and any property is not damaged during stringing operations for roads, telecommunication
lines, power lines and railway lines. However, shut-down shall be obtained when working at crossings of
overhead power lines. The contractor shall make specific request for the same to the owner.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 106
Jointing
When approaching the end of a drum length at least three coils shall be left in place when the stringing
operations are stopped. These coils are to be removed carefully, and if another length is required to be
run out, a joint shall be made as per the recommendations of the accessories manufacturer.
Conductor splices shall not crack or otherwise be susceptible to damage during stringing operation. The
Contractor shall use only such equipment/methods during conductor stringing which ensures complete
compliance in this regard.
All the joints on the conductor shall be of compression type, in accordance with the recommendations of
the manufacturer, for which all necessary tools and equipment like compressors, dies etc., shall be
arranged by the contractor. Each part of the joint shall be cleaned by wire brush till it is free of rust or
dirt, etc. This shall be properly greased with anti-corrosive compound if recommended by the
manufacturer, before the final compression is carried out with the compressors.
All the joints or splices shall be made at least 30 meters away from the pole. No joints or splices shall be
made in spans crossing over main roads, railway line and Small River spans. Not more than one joint per
conductor per span shall be allowed. The compression type fittings shall be of the self centering type or
care shall be taken to mark the conductors to indicate when the fitting is centered properly.
During compression or splicing operation, the conductor shall be handled in such a manner as to prevent
lateral or vertical bearing against the dies. After compressing the joint, the Aluminium sleeve shall have
all corners rounded; burrs and sharp edges removed and smoothened.
To avoid any damage to the joint, the contractor shall use a suitable protector for mid span compression
joints in case they are to be passed over pulley blocks/aerial rollers. The pulley groove size shall be such
that the joint along with protection can be passed over it smoothly.
In case of ACSR conductors the filler compound should be used during compression. In case AAAC is
used each press should over lap 25% of the previous press.
Tensioning and Sagging Operations:
The tensioning and sagging shall be done in accordance with the approved stringing charts or sag tables.
The sag shall be checked in the first and the last section span for sections up to eight spans and in one
additional intermediate span for sections with more than eight spans Tensioning and sagging operations
shall be carried out in calm weather when rapid changes in temperature are not likely to occur.
Clipping In
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 107
Clipping of the conductors into position shall be done in accordance with the manufacturer’s
recommendations.
Jumpers at section and angle towers shall be formed to parabolic shape to ensure maximum clearance
requirements. Pilot pin insulator shall be used, if found necessary, to restrict jumper swing & to ensure
proper clearance to design values.
Fasteners in all fittings and accessories shall be secured in position. The security clip shall be properly
opened and sprung into position.
Fixing of Conductors and Earth wire Accessories
Conductor and earth wire accessories supplied by the Contractor shall be installed by the Contractor as
per the design requirements and manufacturer’s instructions. While installing the conductor and earth
wire accessories, proper care shall be taken to ensure that the surfaces are clean and smooth and that no
damage occurs to any part of the accessories or of the conductors.
Replacement:
If any replacements are to be effected after stringing and tensioning or during maintenance e.g.
replacement of cross arms, the conductor shall be suitably tied to the pole at tension points or transferred
to suitable roller pulleys at suspension points.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 108
Technical Specification of AAAC Conductor
GUARANTEED TECHNICAL PARTICULARS FOR AAA CONDUCTORS
Sl. Particulars 55mm
2 AAAC
No.
1(a) Nominal Aluminium Alloy area of conductor in
mm2
55
1(b) ISS Code Applicable IS 398 (Part-IV) : 1994 with
it’s lattest ammendments if any.
2 No. of strands 7
3
Wire dia in mm.:
Nominal 3.15
Minimum 3.12
Maximum 3.18
4 Approximate overall dia of the conductor in
mm. 9.45
5
Cross-sectional area of:
Individual wire in mm2 7.793
Stranded conductor in mm2 54.55
6
Approximate mass of :
Individual wire in Kg/Km 21.04
Stranded Conductor in Kg/Km 149.2
7
Minimum breaking load in KN
Individual wire 2.29
Conductor (U.T.S.) 16.03
8 Calculated maximum DC resistance at 20
0C in
Ohm/ Km
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 109
Individual wire 4.290
Conductor 0.621
9 Lay ratio for 7 wire conductor Min Max
10 14
10 Direction of Lay Right hand
11 Modulus of Elasticity (Kg/ cm2) 0.6324 x 10
6
12 Co-efficient of linear expansion per 0 C 23.0 x 10
-6
13 Standard length (Mtr.) 2000 ± 5%
14 Size of drum in mm. 1345 x 600 x 710
15 No. of cold pressure butt welding 8 (Eight)
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 110
EARHTING COIL
TECHNICAL SPECIFICATION
I. Qualification Criteria of Manufacturer:-
The prospective bidder may source Earthing Coil from manufacturers who must qualify all the following
requirements :
a) The manufacturer must have successfully carried out Type Test of similar item from any NABL
Accredited Laboratory within the last 5 years, prior to the date of submission of the bid.
II. SCOPE
The specification covers design, manufacture, testing for use in earthing of the HT poles.
III. GENERAL REQUIREMENTS
Earthing coils shall be fabricated from soft GI Wire Hot Dip Galvanized. The Hot Dip galvanized wire
shall have clean surface and shall be free from paint enamel or any other poor conducting material. The
coil shall be made as per REC constructions standard.
The Hot Dip galvanizing shall conform to IS: 2629/1966, 2633/1972 and 4826/1969
with latest amendments.
IV. TESTS
Galvanizing Tests
Minimum Mass of Zinc
On GI Wire used 280 cm/m²
After Coiling-266 gm/m².The certificate from recognized laboratory shall be submitted towards mas of
zinc.
Dip Test
Dip test shall stand 3 dips of 1 minute and one dip of ½ minute before coiling and 4 dips of 1 minute
after coiling as per IS: 4826/1979
Adhesion Test
As per ISS 4826 – 1979.
V. DIMENSIONAL REQUIREMENT
Nominal dia of GI Wire -4 mm (Tolerance±2.5%)
Minimum no. of turns – 115 Nos.
External dia of Coil (Min) – 50 mm
Length of Coil (Min) – 460 mm
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 111
Free length of GI Wire at one end coil (Min.) – 2500 mm
Minimum length of wire to be grounded during installation -1000 mm.
The turns should be closely bound. Weight of one finished Earthing Coils (min.) – 1.850 Kg.
6.0.3(B) EARHTING COIL
GUARANTEED TECHNICAL PARTICULARS
Sl.
No.
GENERAL TECHNICAL PARTICULARS Bidder’s Offer
1 Nominal diameter of wire
2 No. of turns
3 External dia of Coil
4 Length of Coil
5 Mass of Zinc
6 Total weight of Coil
7 Whether drawing enclosed (yes)
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 112
Technical Specification of RS Joist poles. (150x150 mm)
1. Standards :
The RS JOISTS shall comply with the requirements of latest issue of IS – 2062 2006 , Grade – A ,
IS : 808 / 1989 / 2001 , IS : 1608 / 1995 & IS : 12777 / 1989 & their latest amendments if any.
2. Clamatic Conditions : The climatic conditions at site under which the store shall operate satisfactory, are as follows Maximum temperature of air in shade 45 c
Maximum temperature of air in shade 0 c
Maximum temperature of air in shade 50 c
Maximum rain fall per annum 2000mm
Maximum temperature of air in shade 45 c
Maximum ambient temperature 45 c
Maximum humidity 100%
Av. No. of thunder storm days per annum 70% Av. No. of dust storm per annum 20
Av. Rain fall per annum 150mm
3. Rolled Steel Joists a. The Rolled Steel joist (RSJ) support structures shall be fabricated from mild steel, grade A
and in lengths dictated by design parameters . The joists, may include, but shall not be limited to the following sizes :
♦ 150 X 150 mm;
4. Dimensions and Properties
Sl No. RSJ DESIGNATION 150 x 150 mm ISHB
1
Length of Joist in Mtr with +100mm/- 0% Tolerance 11 mtr
2 Weight kg/m with±2.5% Tolerance 34.6
3 Sectional Area (cm2) 44
4
Depth(D) of Section (mm) with +3.0mm/ -2.0mm Tolerance as per IS 1852-1985
150
5
Width (B)of Flange (mm) with ±2.5mm Tolerance for116 x 100 mm ISMB & ±4.0mm Tolerance for 150 x 150 mm ISHB IS 1852-1985
150
6
Thickness of Flange (Tf) (mm) with±1.5mm Tolerance
9
7
Thickness of Web(Tw) (mm) with±1.0mm Tolerance
8.4
8
Corner Radius of fillet or root (R1) (mm)
8
9 Corner Radius of Tow (R2) (mm) 4
10 Moment of Inertia
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 113
Ixx (cm4) 1540
Iyy (cm4) 460
11 Radius of Gyration (cm)
Rxx 6.29
Ryy 3.44
12 Modulus of Section Zxx(cm3)
Zyy(cm3) 205
Zxx(cm3) 60.2
13 Flange Slope( ) in Degree 94
14 Tolerance in Dimension As per IS:1852
5. MECHANICAL PROPERTIES:
Tensile Test : Requirement as per IS:2062/ 1999 Grade-A
Yeild Stress(MPa) Min250 Tensile Strength(MPa) Min410 Lo=(5.65 So)Elongation% Min23 Bend Test Shall not Crack
6. CHEMICAL PROPERTIES:
Chemical Composition Requirement as per 1999 Grade-A
IS:2062/ Permissible variation over Specified
Grade A - Chemical Name Fe-410W A - Carbon(%Max.) 0.23 0.02 Manganese(%Max.) 1.5 0.05 Sulphur(%Max.) 0.050 0.005 Phosphorous(%Max.) 0.050 0.005 Silicon(%Max.) 0.40 0.03 Carbon Equivalent(%Max.) 0.42 - Deoxidation Mode Semi-killed or killed - Supply condition As rolled -
7. However, In case of any discrepancy between the above data & the relevant ISS, the values indicated in the IS shall prevail.
8. The Acceptance Tests shall be Carried out as per Relevant ISS.
9. 150x150mm RS Joists: RS Joists of Specific Weight 34.6kg/mtr with length of each type of pole being 11mtr &
13mtrs long and each pole weighing 380.6 & 449.8 Kg respectively for specified
number of poles with specified weight in MT as given in the NIT table given above
shall have to be supplied as per IS:2062;2006 Grade”A”, IS:808;1989/2001, IS1608:1995
& IS:12779-1989 and their latest amendment if any complying the required Dimension,
Weight, Chemical & Mechanical properties confirming to the relevant IS, as per the
Tolerrance given Below.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 114
10. APPLICABLE TOLLERANCES :
a. Length of each pole = + 100mm / - 0 % As per relevant IS: 12779-1989
(with proportionate change in no of Poles)
b. Specific Weight of RS Joists = ±2.5% As per relevant IS: 1852/1985
c. Weight for whole lot of supply for all categories = ±3.0% As per relevant IS: 12779-1989 for
both type of RS Joists.
d. EMBOSSING ON EACH R.S JOIST :
Following distinct non-erasable embossing is to be made on each R.S Joists to be
supplied to CESU under this Tender.
Name of the Owner - CESU
B.I.S Logo (ISI Mark).
Size of the R.S Joist :
Name of manufacture:
WO No & Dt.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 115
TECHNICAL SPECIFICATIONS OF MILD STEEL CHANNEL & ANGLE
1. SCOPE
This specification covers design, manufacture, testing and dispatch to owner’s stores of M.S.
Channel & Angle for use in structures in distribution system.
2. APPLICABLE STANDARD
Materials shall conform to the latest applicable Indian standards. In case bidders offer steel section
and supports conforming to any other international specifications which shall be equivalent or
better than IS, the same is also acceptable.
Sl.No. Standard No. Title
1 IS: 2062 Grade ‘A’ Quality Specification for M.S. Angles,
M.S.Channel
2 IS: 2062 Chemical and Physical
composition of material
3 IS: 1852 Rolling and Cutting Tolerances
for Hot Rolled Steel products
3. GENERAL REQUIREMENTS
a. Raw material
The Steel Sections shall be re-rolled from the BILLETS/INGOTS of tested quality as per latest
version of IS:2830 or to any equivalent International Standard and shall be arranged by the bidder
from their own sources.
The Chemical composition and Physical properties of the finished material shall be as per the
equivalent standards.
Chemical Composition and Physical Properties of M.S. Angles, M.S. Channels, and M.S.Flat
conforming to
IS: Conforming to IS:2062/84
b. Chemical Composition
Chemical composition For Fe 410 WA Grade
1 C - 0.23% MAX
2 Mn - 1.5% MAX
3 S - 0.050% MAX
4 P - 0.050% MAX
5 SI - 0.40% MAX6 CE
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 116
(Carbon Equivalent)- 0.42% MAX
c. Mechanical Properties
1. Tensile strength Kgf/mm²‾ - 410
2. Yield stress Min. for thickness/diameter
< 20 mm - 26 Kgf/mm² OR 250 N/ mm²
20-40 mm - 24 Kgf/mm² OR 240 N/ mm²
> 40 mm - 23 Kgf/mm² OR 230 N/ mm²
3. Elongation % - 23%
4. Bend Test (Internal Dia) - Min-3ţ
(t–is the thickness of the
material).
e. Tolerance
Variation in ordered quantity for any destination and overall ordered quantity be only to the extent
of ±2%.
Rolling and weight tolerances shall be as per version of IS: 1852 or to any equivalent International
Standard.
e. TEST
Steel Section shall be tested in IS approved Laboratory or Standard Laboratory the Bidder country
having all facilities available for conducting all the test prescribed in relevant IS or IEC or to any
equivalent International
Standard or any recognized and reputable International Laboratory or Institutions. The bidders are
required to specifically indicate that;
They hold valid IS (or equivalent IEC) License.
Steel Section offered are bearing requisite IS certification or equivalent marks.
The bidders are required to submit a copy of the valid IS (or equivalent IEC) License clearly
indicating size and range of product against respective ISS or any equivalent International
Standards along with their offer.
f. MARKING
It is desirable that the bidder should put his identification marks on the finished material. The mark
shall be in “legible English letter” given with marking dies of minimum 18 mm size.
g. INSPECTION AND TEST CERTIFICATES
The material to be supplied will be subject to inspection and approval by the purchaser’s
representative before dispatch and/or on arrival at the destination. Inspection before dispatch shall
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 117
not however, relieve the bidder
of his responsibility to supply the Steel Sections strictly in accordance with the specification.
The purchaser’s representative shall be entitled at all reasonable time during manufacture to
inspect, examine and test at the bidder’s premises the materials and workmanship of the steel
section to be supplied.
As soon as the steel Section are ready for testing, the bidder shall intimate the purchaser well in
advance , so that action may be taken for getting the material inspected. The material shall not be
dispatched unless waiver of inspection is obtained or inspected by the purchaser’s authorized
representative.
Test certificates shall be in accordance with latest version of the relevant Indian Standards or any
equivalent International Standard.
The acceptance of any batch/lot shall in no way relieve the bidder of any of his responsibilities for
meeting all the requirements of the specification and shall not prevent subsequent rejection of any
item if the same is later found defective.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 118
PSC Pole (9 Mtr x 300 Kg & 8 Mtr x 200 Kg )
TECHNICAL SPECIFICATIONS
Applicable Standard :
The Poles shall comply with latest standards as under:
REC Specification No. 15/1979, REC Specification No. 24/1983, IS 1678, IS 2905, IS 7321.
II. Materials :
Cement
Cement to be used in the manufacture of pre-stressed concrete poles shall be ordinary for rapid
hardening Portland cement confirming to IS: 269-1976 (Specification for ordinary and low heat
Portland cement) or IS: 8041 E-1978 (Specification for rapid hardening Portland cement).
Aggregates
Aggregates to be used for the manufacture of pre-stressed concrete poles shall confirm to IS:
383 (Specification for coarse and fine aggregates from natural sources for concrete) .The
nominal maximum sizes of aggregates shall in no case exceed 12 mm.
Water
Water should be free from chlorides, sulphates, other salts and organic matter. Potable water
will be generally suitable.
Admixture
Admixture should not contain Calcium Chloride or other chlorides and salts which are likely to
promote corrosion of pre-stressing steel. The admixture shall conform to IS: 9103.
Pres-Stressing Steel
Pre-stressing steel wires including those used as un tensioned wires should conform to IS:1785
(Part-I) (Specification for plain hard-drawn steel wire for pre-stressed concrete, Part-I cold
drawn stress relieved wire).IS:1785 (Part-II)(Specification for plain hard-drawn steel wire) or
IS:6003 (Specification for indented wire for pre-stressed concrete).The type design given in the
annexure are for plain wires of 4 mm diameter with a guaranteed ultimate strength of 160
kg/mm². All pre-stressing steel shall be free from splits, harmful scratches, surface flaw, rough,
aged and imperfect edges and other defects likely to impair its use in pre-stressed concrete.
Concrete Mix
Concrete mix shall be designed to the requirements laid down for controlled concrete (also
called design mix concrete) in IS: 1343-1980 (Code of practice for pre-stressed concrete) and
IS: 456 – 1978 (Code of practice for plain and reinforced concrete) subject to the following
special conditions:
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 119
Minimum works cube strength at 28 days should be at least 420 Kg/cm².
The concrete strength at transfer should be at least 210 Kg/cm².
The mix should contain at least 380 Kg of cement per cubic meter of concrete.
The mix should contain as low water content as is consistent with adequate workability. It
becomes necessary to add water to increase the workability the cement content also should be
raised in such a way that the original value of water cement ratio is maintained.
III. Design Requirements
The poles shall be designed for the following requirements:
The poles shall be planted directly in the ground with a planting depth as per IS: 1678.
Wherever, planting depth is required to be increased beyond the specified limits or alternative
arrangements are required to be made on account of ground conditions e.g. water logging etc.,
the same shall be in the scope of the bidder at no extra cost to owner. The bidder shall furnish
necessary design calculations/details of alternative arrangements in this regard.
The working load on the poles should correspond to those that are likely to come on the pole
during their service life.
The factor of safety for all poles 9.0Mts. Shall not be less than 2.0 and for 8.0 M poles, the
factor of safety shall not be less than 2.5.
The average permanent load shall be 40% of the working load.
The F.O.S. against first load shall be 1.0.
At average permanent load, permissible tensile stress in concrete shall be 30 kg/cm².
At the design value of first crack load, the modulus of rupture shall not exceed 53.0kg/cm² for
M-40.
The ultimate moment capacity in the longitudinal direction should be at least one fourth of that
in the transverse direction.
The maximum compressive stress in concrete at the time of transfer of pre-stress should not
exceed 0.8 times the cube strength.
The concrete strength at transfer shall not be less than half, the 28 days strength ensured in the
design, i.e. 420x0.5=210kg/cm². For model check calculations on the design of poles, referred to
in the annexure, a reference may be made to the REC “Manual on Manufacturing of solid PCC
poles, Part-I-Design Aspects”.
IV. Dimensions and Reinforcements
The cross-sectional dimensions and the details of pre-stressing wires should conform to the
particulars given in the enclosed drawing. The provisions of holes for fixing cross-arms and
other fixtures should conform to the REC specification No.15/1979.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 120
All pre-stressing wires and reinforcements shall be accurately fixed as shown in drawings and
maintained in position during manufacture. The un-tensioned reinforcement as indicated in the
drawings should be held in position by the use of stirrups which should go round all the wires.
All wires shall be accurately stretched with uniform pre-stressed in each wire. Each wire or
group of wires shall be anchored positively during casing. Care should be taken to see that the
anchorages do not yield before the concrete attains the necessary strength.
V. Cover
The cover of concrete measured from the outside of pre-stressing tendon shall be normally 20
mm.
VI. Welding and Lapping of Steel
The high tensile steel wire shall be continuous over the entire length of the tendon. Welding
shall not be allowed in any case. However, joining or coupling may be permitted provided the
strength of the joint or coupling is not less than the strength of each individual wire.
VII. Compacting
Concrete shall be compacted by spinning, vibrating, shocking or other suitable mechanical
means. Hand compacting shall not be permitted.
VIII. Curing
The concrete shall be covered with a layer of sacking, canvass, Hessian or similar absorbent
material and kept constantly wet up to the time when the strength of concrete is at least equal to
the minimum strength of concrete at transfer of pre-stress. Thereafter, the pole may be removed
from the mould and watered at intervals to prevent surface cracking of the unit the interval
should depend on the atmospheric humidity and temperature. The pre-stressing wires shall be
de-tensioned only after the concrete has attained the specified strength at
transfer (i.e. 200 or 210 kg/cm² as applicable).The cubes cast for the purpose of determining the
strength at transfer should be coursed, a sear as possible, under condition similar to those under
which the poles are cured. The transfer stage shall be determined based on the daily tests carried
out on concrete cubes till the specified strength indicated above is reached. Thereafter the test on
concrete shall be carried out as detailed in IS: 1343(code of practice for pre-stressed concrete).
The manufacture shall supply, when required by the
owner or his representative, result of compressive test conducted in accordance with IS: 456
(Code of practice for plain and reinforced concrete) on concrete cubes made from the concrete
used for the poles. If the manufacture so desired, the manufacture shall supply cubes for test
purpose and such cubes shall be tested in accordance with IS: 456 (Code of practice for plain
and reinforced concrete).
IX. Lifting Eye-Hooks or Holes
Separate eye-hooks or hoes shall be provided for handling the transport, one each at a distance
of 0.15 times the overall length, from either end of the pole. Eye-hooks, if provided, should be
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 121
properly anchored and should be on the face that has the shorter dimension of the cross-section.
Holes, if provided for lifting purpose, should be perpendicular to the broad face of the pole.
X. Holes for Cross Arms etc
Sufficient number of holes shall be provided in the poles for attachment of cross arms and other
equipments.
XI. Stacking & Transportation
Stacking should be done in such a manner that the broad side of the pole is vertical. Each tier in
the stack should be supported on timber sleeper located as 0.15 times the overall length,
measured from the end. The timber supported in the stack should be aligned in vertical line.
XII. Earthing
(a) Earthing shall be provided by having length of 6 SWG GI wire embedded in Concrete
during manufacture and the ends of the wires left projecting from the pole to a length of
100mm at 250 mm from top and 1000 mm below ground level.
(b) Earth wire shall not be allowed to come in contract with the pre-stressing wires.
B. PSC Pole (9 Mtr x 300 Kg & 8 Mtr x 200 Kg)
GUARANTEED TECHNICAL PARTICULARS AND DRAWINGS
Description Unit
9 Mtr X
300 Kg
8 Mtr X
200 Kg
1 Type of pole
2 Factor of Safety 2.5 2.5
3 Overall Length of Pole
Meters meters
9 8
4 Working Load Kg Kg 300 200
5 Overall Dimensions
A Bottom Depth mm
B Top Depth
C Breadth
6 Reinforcement Detail:
7 Diameter of prestressing
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 122
wire
8 No. of Tensioned wires No 20 12
9 No. of Un tensioned
wire No
0 2
10 Length of each un
tensioned wire
11 Concrete Detail
A Cement Type
B Grade M-40 M-40
C Type
D Quantity
Cubic
meter/pole
E Standard confirming to:
12 Steel Quality Kg/Pole
A Ultimate Tensile
Strength (UTS) Km/Cm²
B Weight
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 123
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 124
.1 All the poles shall be provided with a RCC block base having dimensions as mentioned
above as per the site requirement to be decided by Engineer in Charge. The decision of Engineer
in Charge will be Final.
.2 The poles shall then be lifted to the pit with the help of wooden supports. The pole shall
then be kept in the vertical position with the help of 25 mm (min.) manila ropes, which will act
as the temporary anchor. The verticality of the pole shall be checked by spirit level in both
longitudinal & transverse directions. The temporary anchor shall be removed only when poles
set properly in the pit for foundation concreting & backfilling with proper compacting the soil.
The backfilling should be done inlayers (maxm. 0.5 mts at a time with sprinkling of water and
by using wooden hammer. No stone more than 75 mm should be used during back filling.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 125
CROSS ARMS
7.0.1 Qualification Criteria of Manufacturer:-
a) Hot Dip Galvanised Cross arms and Pole Top Brackets for both 11kV construction at
intermediate and light angle pole shall be fabricated from grade 43A mild steel of channel
section and for heavy angle poles, end poles and section poles fabricated from grade 43A mild
steel of angle section. The grades of structural steel shall conform to IS – 226: 1975.
b) The 11 KV ‘ V ’ Cross arm shall be made out of 100x 50x5 mm MS Channel of ( 9.56
kg/mtr weight) ( Galvanisation @ 610 gm / m2 )
Except where otherwise indicated all dimensions are subject to the following tolerances:
dimensions up to and including 50mm:+1mm: and dimensions greater than 50mm: +2%
All steel members and other parts of fabricated material as delivered shall be free of warps, local
deformation, unauthorized splices, or unauthorized bends. Bending of flat strap shall be carried
out cold. Straightening shall be carried out by pressure and not by hammering.
Straightness is of particular importance if the alignment of bolt holes along a member is referred
to its edges.
Holes and other provisions for field assembly shall be properly marked and cross referenced.
Where required, either by notations on the drawing or by the necessity of proper identification
and fittings for field assembly, the connection shall be match marked. A tolerance of not more
than 1mm shall be permitted in the distance between the center lines of bolt holes.
The holes may be either drilled or punched and, unless otherwise stated, shall be not more than
2mm greater in diameter than the bolts. When assembling the components force may be used to
bring the bolt holes together (provided neither members nor holes are thereby distorted) but all
force must be removed before the bolt is inserted. Otherwise strain shall be deemed to be
present and the structure may be rejected even though it may be, in all other respects, in
conformity with the specification.
The back of the inner angle irons of lap joints shall be chamfered and the ends of the members
cut where necessary and such other measures taken as will ensure that all members can be
bolted together without strain or distortion. In particular, steps shall be taken to relieve stress in
cold worked steel so as to prevent the onset of embitterment during galvanizing.
Similar parts shall be interchangeable.
Shapes and plates shall be fabricated and assembled in the shop to the greatest extent
practicable. Shearing flame cutting and chipping shall be done carefully, neatly and accurately.
Holes shall be cut, drilled or punched at right angles to the surface and shall not be made or
enlarged by burning. Holes shall be clean-cut without torn or ragged edges, and burrs resulting
from drilling or reaming operations shall be removed with the proper tool.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 126
Shapes and plates shall be fabricated to the tolerance that will permit field erection within
tolerance, except as otherwise specified. All fabrication shall be carried out in a neat and
workmanlike manner so as to facilitate cleaning, painting, galvanizing and inspection and to
avoid areas in which water and other matter can lodge.
Contact surfaces at all connections shall be free of loose scale, dirt, burrs, oil and other foreign
materials that might prevent solid seating of the parts.
GTP OF 11 KV V CROSS ARM
GURANTEED TECHNICAL PARTICULARS
Sl.
No.
Description Unit
Bidder’s offer
11 Kv
1 Type of cross arm
2 Grade of steel
3 Steel standard
4 Fabrication Standard
5 Dimensions Mm
6 Steel section utilized
7 Steel tensile strength N/cm²
8 Working load Kg
9 Details of galvanizing method utilized and
standard/specification conforming to?
10 Weight of V cross arm kg 10.2
11 Whether drawing has been submitted with the bid
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 127
TECHNICAL SPECIFICATIONS FOR 11kV AB Switch
1.0 SCOPE:-
This specification provides for manufacture, testing at works and delivery For supply of
11KV AB switches. The 11KV AB switches shall conform to IS: 9920 (Part-I to IV)
2.0 AB SWITCHES:-
The 11KV Air Break Switches are required with two poles in each phase. The AB Switches
shall be supplied complete with phase coupling shaft, operating rod and operating handle. It
shall be manually gang operated and vertically break and horizontal mounting type.
2.0.1 The AB Switch shall be designed for a normal current rating of 400 Amps and for continuous
service at the system voltage specified as under:
11 KV AB Switch: 11KV + 10% continuous 50 C/s solidly grounded earthed neutral system.
The length of break in the air shall not be less than 400 mm for 11KV AB Switches.
2.0.2 The 11KV AB Switches are required with post insulators. The AB switches should be suitable
for mounting on the structure. The mounting structure will be arranged by the purchaser
separately. However, the AB Switches shall be supplied with base channel for mounting on
the structure which will be provided by the purchaser. The phase to phase spacing shall be
750mm in case of 11KV AB Switches.
3.0 POST INSULATORS:-
The complete set of three phase AB Switches shall have post insulators.
11KV AB Switches : 11KV Post Insulators
The post insulators should conform to the latest applicable Indian standards IS: 2544
Specification for Porcelain Post insulator Polycon or of compact solid core or long rod
insulators are also acceptable. Creepage distance should be adequate for highly polluted
outdoor atmosphere in open atmosphere. The porcelain used for manufacture of AB Switches
should be homogeneous free from flaws or imperfections that might affect the mechanical
dielectric quality. They shall be thoroughly vitrified, tough and impervious to moisture. The
glazing of the porcelain shall be of uniform brown in colour, free from blisters, burns and other
similar defects. Insulators of the same rating and type shall be interchangeable.
The porcelain and metal parts shall be assembled in such a manner that any thermal
expansion differential between the metal and porcelain parts through the range of
temperature variation shall not loose the parts or create undue internal stresses which may
affect the electrical or mechanical strength. Cap and base of the insulators shall be
interchangeable with each other. The cap and base shall be properly cemented with
insulators to give perfect grip. Excess cementing must be avoided.
The tenderers shall in variably enclose with the offer, the type test certificate from NABL
accredited testing laboratory and other relevant technical guaranteed particulars of insulators
offered by them. Please note that AB Swiches without type test certificates will not be
accepted.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 128
1.0 Each 11KV Post Insulators should have technical particulars as detailed below:
11 KV
i Nominal system voltage kV (rms) 11
ii Highest system voltage kV (rms.) 12
iii Dry Power Frequency one kV minute withstand voltage (rms) in 35
iv Wet Power frequency one minute withstand voltage (rms) in KV 35
v Power Frequency puncture kV (rms) voltage
1.3 times the actual dry flashover voltage
vi Impulse withstand voltage kV (Peak) 75
vii Visible discharge voltage kV (rms) 9
viii Creepage distance in mm (minimum) 320
5.0 The rated insulation level of the AB Switches shall not be lower than the values specified below:-
Sl. No
Standard
declared voltage
Rated Voltage
of the AB Switches
Standard impulse with stand voltage (positive & negative polarity KV
(Peak)
One Minute power frequency withstand voltage kV (rms)
Across the
Isolating distance
To earth &
between poles
Across
the Isolating distance
To earth & between
poles
i 11KV 12KV 85KV 75KV 32KV 28KV
6.0 TEMPERATURE RISE:-
The maximum temperature attained by any part of the equipment when in service at site
under continuous full load conditions and exposed to the direct rays of Sun shall not exceed
45 degree above ambient.
7.0 MAIN CONTACTS:-
AB Switches shall have heavy duty self-aligning type contacts made of hard drawn electrolytic
copper/brass. The various parts should be accordingly finished to ensure inter changeability
of similar components. The moving contacts of the switch shall be made from hard drawn
electrolytic copper brass. This contact shall have dimensions as per drawing attached so as
to withstand safely the highest short-circuit currents and over voltage that may be
encountered during service. The surface of the contact shall be rounded smooth and silver-
plated. In nut shell the male and female contact assemblies shall ensure.
(i) Electro-dynamic withstands ability during short circuits without any risk of
repulsion of contacts. (ii) Thermal withstands ability during short circuits.
(iii) Constant contact pressure even when the lower parts of the insulator stacks are subjected to tensile stresses due to linear expansion of connected bus bar of flexible conductors either because of temperature variations or strong winds.
(iv) Wiping action during closing and opening. (v) Fault alignment assuring closing of the switch without minute adjustments.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 129
8.0 CONNECTORS:-
The connectors shall be made of hard drawn electrolytic copper or brass suitable for
Raccoon/Dog ACSR conductor for both 11KV AB Switches. The connector should be 4 -bolt
type.
9.0 OPERATING MECHANISM:-
All AB Switches shall have separate independent manual operation. They should be provided
with ON/OFF indicators and padlocking arrangements for locking in both the end positions to
avoid unintentional operation. The isolating distances should also be visible for the AB
Switches.
The AB Switch will be supplied with following accessories:
Sr. No
Item Size of 11KV AB Switch
i
Operating Rod (GI dia) Length 5.50 meter dia 25 mm
ii
Phase coupling square rod (GI) Length 1800 mm Size 25x25 mm
iii Hot dip galvanized Operating handle (GI) 1 No.
The AB Switches shall be capable to resist any chance of opening out when in closed
position. The operating Mechanism should be of robust constructions, easy to operate by
single person and to be located conveniently for local operation in the switchyard. The GI pipe
shall conform to ISS: 1239-68 and the vertical down rod should be provided with adequate
joint in the mid section to avoid bending or buckling. Additional leverage should be provided
to maintain mechanical force with minimum efforts.
All iron parts should be hot dip galvanized. All brass parts should be silver plated and all nuts
and bolts should be hot dip galvanized.
10.0 ARCING HORNS:-
It shall be simple and replaceable type. They should be capable of interrupting line- charging
current. They shall be of first make and after break type.
11.0 BUSH:-
The design and construction of bush shall embody all the features required to withstand
climatic conditions specified so as to ensure dependable and effective operations
specified even after long periods of inaction of these Air Break Switches. They shall be made
from highly polished Bronze metal with adequate provision for periodic lubrication through
nipples and vent.
12.0 DESIGN, MATERIALS AND WORKMANSHIP:-
The successful tenderers shall assume full responsibility for co-ordination and adequate
design.
All materials used in the construction of the equipment shall be of the appropriate class, well
finished and of approved design and material. All similar parts should be accurately finished
and interchangeable.
Special attention shall be paid to tropical treatment to all the equipment, as it will be subjected
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 130
during service to extremely severe exposure to atmospheric moisture and to long period of
high ambient temperature. All current carrying parts shall be of non- ferrous metal or alloys
and shall be designed to limit sharp points/edges and similar sharp faces.
The firm should submit the following type test certificate along with the certified copy of the
drawing (from NABL Testing Lab). The type test should be from NABL accredited testing
laboratory & should not be older than 5 years from the date of opening of tender.
1. Test to prove capability of rated peak short circuit current and the rated short time current. The rated short time current should correspond to minimum of 10K Amp and the peak short circuit current should correspond to minimum of 25K Amps.
2. Lightning impulse voltage test with positive & negative polarity. 3. Power Frequency voltage dry test and wet test 4. Temperature rise test 5. Mill volt drop tests
13.0 Dimension of 11KV AB Switches in (Max.) Tolerance 5%.
Sr. Particulars 11KV AB Switch
i
Drawing No. EB/P-6/MPSEB/7 (revised)
dated 01.05.88 ii MS Channel 450x75x40
iii Creepage distance of
Post Insulator
320mm (Min)
iv Highest of Port shell 254 mm v Fixed contact assembly
i) Base 165x36x8
ii) Contact 70x30x6
iii) GI cover 110x44
Spring 6 Nos. vi Moving contract assemble i Base Assembly 135x25x8 ii Moving 180x25x9 iii Bush Bronze Metal iv Thickness of Grooves 7
14.0 CONNECTORS:-
i Connector
(diamentions of each pad) 60x50x8
(Moving & fix both) 60x50x8
(Moving & fix both)
The bidder should provide AB Switches with terminal connectors, set of insulators,
mechanical inter works and arcing horns sets. The base channel for the mounting of AB
Switches shall also be included in the scope of AB Switches. The operating mechanisms
together with down pipe operating handle etc. are also included in the scope of supply.
15.0 ROUTINE TEST CERTIFICATE : -
The Routine test certificate should invariably be submitted in duplicate of each lot offered for
inspection as per ISS: 9920 (part-I to IV). The offers received without Routine test certificate
shall not be entertained.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 131
16.0 ACCEPTANCE TEST : -
At the time of inspection following test shall be carried out: -
a. Physical verification and measurement of dimension.
b. Power frequency high voltage test.
c. Temperature rise test.
d. Mechanical endurance test / operation test.
e. Milli volt drop test.
f. Galvanising test as per ISS: 2633.
17.0 NAME PLATE: -
The name plate in the following design shall be fixed on each AB Switch.
i) Name of supplier :
ii) Name of purchaser : iii) Order No. and date : iv) Rating : v) serial number of unit :
The size of name plate shall be 2” x 1” for 11 kV AB Switch.
Schedule of Guaranteed Technical Particulars for 11 KV AB Switches
No
Particulars
Requirement
To be specified by
the Bidder
1 Type / make To be indicated 2 Maximum permission continuous service
voltage (KV)
12 KV
3 Length of the Break/Phase (Min.) 400 mm 4 Phase to Phase Spacing 750 mm 5 Power Frequency withstand test voltage for
completely assembled switches
A) Against ground i Dry KV 28 KV
ii Wet KV 28 KV B) Across open contact
i Dry KV 32 KV ii Wet KV 32 KV
C) Between Phases i Dry KV 28 KV
ii Wet KV 28 KV 6 Impulse withstand test voltage of completely
assembled switch without arcing horns with
1.2/50 micro second impulse wave KV (Peak)
85 KV
7 100% impulse flashover voltage of completely
assembled switch with arcing horns with
1.2/50 micro second impulse wave KV (Peak)
85 KV
8 Particulars of the main contacts i.e. fixed
contacts and moving contacts
a Type Spring loaded fixed &
knife type moving
contacts
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 132
b Material Hard drawn electrolytic
copper alloy
c Surface Treatment & Thickness of Silver
Coating Silver plated of thickness
of 5 micron
d Contact Pressure 25 KG 9 Continuous Current Rating, Amps 400 amps
10 Short Time Current Rating KA (rms) min. for
1 sec
16 KA
11 Rated Peak Short Circuit Current (KA Peak) 25 KA 12 No. of operations which the switch can
withstand without deterioration of contacts
2000
13 Type of Mounting Horizontal up right
mounting
14 Type & Material used in connector Brass/ Bronze strips 15 Location and Type of Bushing Bush bearing at rotating
insulator
16 Particulars of Post Insulators
i Make( ISI make) To be indicated
ii Type 11 KV Post insulator
type
iii Strength 10 KN
iv Weight 5 Kg (approx.) / unit
v No. of units per stack One
vi Height of stack mm 254 mm
viii Creepage distance mm 320 mm
ix One Minute Power Frequency Dry withstand
voltage KV (rms)
65 KV
x Power Frequency Flashover voltage KV (rms) 70 KV
xi Impulse flashover voltage KV (Peak) 85 KV
xii Impulse withstand voltage KV (Peak) 80 KV (peak)
xiii Puncture voltage (KV) 105 KV
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 133
HT & LT STAY SETS
TECHNICAL SPECIFICATION for HT & LT Stay
I. Qualification Criteria of Manufacturer:-
The prospective bidder may source Stay Sets from manufacturers only must qualify all the
following requirements :
a) Manufacturer must have successfully carried out Type Test of similar item from any NABL
Accredited Laboratory within the last 5 years, prior to the date of submission of the bid.
b) The manufacturer should have supplied at least 1000 sets (both HT & LT taken together) to
electricity supply utilities / PSUs. The bidder should enclose Performance Certificates from the
above users issued in the name of the manufacturer as proof of successful operation in field.
II. SCOPE
This specification covers design, manufacture, testing and dispatch of LT Stay Sets of 16 mm
and HT stay sets 20 mm dia.
III. GENERAL REQUIREMENTS
16 MM Dia Stay sets (Galvanized) – LT Stay Set
This stay sets (Line Guy set) will consist of the following components:-
Anchor Rod with one washer and Nut
Overall length of rod should be 1800 mm to be made out of 16 mm dia. GI Rod, one end
threaded up to 40 mm length with a pitch of 5 threads per cm and provided with one square GI
washer of size 40X40x1.6mm and one GI hexagonal nut conforming to IS:1367:1967 &
IS:1363:1967. Both washer and nut to suit threaded rod of 16 mm dia. The other end of the rod
to be made into a round eye having an inner dia. of 40mm with
best quality welding.
Anchor Plate Size 200 x 200 x6 mm
To be made out of GI plate of 6 mm thickness. The anchor plate should have at its centre 18
mm dia. hole.
Turn Buckle & Eye Bolt with 2 Nuts
To be made of 16 mm dia. GI Rod having an overall length of 450mm, one end of the rod to be
threaded up to 300 mm length with a pitch of 5 threads per cm and provided with two GI
Hexagonal nuts of suitable size conforming toIS:1363:1967 & IS:1367:1967. The other end of
rod shall be rounded into a circular eye of 40mm inner dia. with proper and good quality
welding.
Bow with Welded Angle
To be made out of 16mm dia GI rod. The finished bow shall have an over all length of 995 mm
and eight of 450 mm, the apex or top of the bow shall be bent at an angle of 10 R. The other
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 134
end shall be welded with proper and good quality welding to a GI angle 180 mm long having a
dimension of 50x50x6mm. The angle shall have 3 holes of 18 mm dia. each.
Thimble
To be made on 1.5 mm thick GI sheet into a size of 75x22x40mm and shape as per standard
shall be supplied.
Average Weight of Finished 16mm Stay Sets shall be at least 7.702 KG (Minimum)
(Excluding Nuts Thimbles and Washer) 8.445 Kg. (Maximum)
20 mm Dia. Stays Sets for 11 KV Lines (Galvanized) HT Stay Set
The Stay Set (Line Guy Set) will consist of the following components:
Anchor Rod with one Washer and Nut
Overall length of Rod should be 1800mm to be made out of 20 mm dia. GI rod one end
threaded up to 40 mm length with a pitch of threads per cm. And provided with one square G.I
Washer of Size 50x50x1.6mm and one GI Hexagonal nut conforming to IS: 1363:1967 &
IS:1367:1967. Both washer and nut to suit the threaded rod of 20mm. The other end of the rod
to be made into a round eye having an inner dia. of 40mm with best quality of welding.
Dimensional and other details are indicated and submitted by bidders for owner’s approval
before start of manufacturing.
Anchor Plate Size 300 x 300 x 8 mm
To be made out of G.S. Plate of 8 mm thickness. The anchor plate to have at its centre 22mm
dia. hole.
Turn Buckle, Eye Bolt with 2 Nuts.
To be made of 20 mm dia. G.I Rod having an overall length of 450 mm. One end of the rod to
be threaded up to 300 mm length with a pitch of 4 threads per cm. The 20 mm dia. bolt so
made shall be provided with two G.I Hexagonal nuts of suitable size conforming to IS:
1363:1967 & IS: 1367:1967.The other end of the rod shall be rounded into a circular eye of
40mm inner dia. with proper and good quality of welding. Welding details are to be indicated by
the bidder separately for approval.
Bow with Welded Channel:
To be made out of 16mm dia. G.I Rod. The finished bow shall have and overall length of 995
mm ad height of 450 mm. The apex or top of the bow shall be bent at an angle of 10R. he other
end shall be welded with proper and good quality welding to a G.I Channel 200 mm long having
a dimension of 100x50x4.7 mm. The Channel shall have 2 holes of 18 mm dia. and 22 dia. hole
at its centre as per drawing No.3 enclosed herewith.
Thimble 2 Nos.
To be made of 1.5 mm thick G.I sheet into a size of 75x22x40mm and shape as per standard.
Galvanizing
The complete assembly shall be hot dip galvanized.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 135
Welding
The minimum strength of welding provided on various components of 16mm and 20 mm dia.
stay sets shall be 3100 kg & 4900 kg respectively. Minimum 6mm filet weld or its equivalent
weld area should be deposited in all positions of the job i.e. at any point of the weld length. The
welding shall be conforming to relevant IS:823/1964 or its latest amendment.
Threading
The threads on the Anchor Rods, Eye Bolts and Nuts shall be as per specification IS;
4218:1967 (ISO Metric Screw Threads). The Nuts shall be conforming to the requirements of
IS: 1367:1967 and have dimension as per IS 1363:1967. The mechanical property requirement
of fasteners shall confirm to the properly clause 4.6 each for anchor rods and Eye bolt and
property clause 4 for nuts as per IS: 1367:1967.
Average weight of finished 20 mm Stays Set: 14.523 Kg.(Min) (Excluding Nuts Thimble &
Washer) :15.569 Kg.(Max.)
IV. TESTS
The contractor shall be required to conduct testing of materials at Govt./ Recognized testing
laboratory during pre-dispatch inspection for Tensile Load of 3100 Kg / 4900Kg. applied for one
minute on the welding and maintained for one minute for 16 mm and 20mm dia stay sets
respectively.
V. IDENTIFICATION MARK
All stay sets should carry the identification mark of the Purchaser (CESU)applicable.
This should be engraved on the body of stay rods to ensure proper identification of the
materials. The nuts should be of a size compatible with threaded portion of rods and there
should be not play or slippage of nuts.
Welding wherever required should be perfect and should not give way after erection.
VI. TOLERANCES
The tolerances for various components of the stay sets are indicated below subject to the
condition that the average weight of finished stay sets of 16mm dia. excluding nuts, thimbles
and washers shall not be less than the weight specified above:-
B) HT / LT STAY SET
GURANTEED TECHNICAL PARTICULARS
(To be submitted along with Offer)
Sl No
Item Description
Specified Parameters Bidder’
s Offer
Section
Tolerances Fabrication Tolerances
Material
1 Anchor Plate
6mm thick +2.5%- 5% 8mm thick+2.5%- 5%
200x200mm+1% 300x300mm+1%
GI Plate 6 mm thick GI Plate 8 mm thick
LT Stay Set HT Stay Set
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 136
2 Anchor Rod
16mmdia +5%- 3% 20mm dia +3%- 2%
Length 1800mm+0.5% Rounded Eye 40 mm inside dia + 3% Threading 40mm +11%-5% Length 1800mm +0.5% Round Eye 40mm inside dia + 3%. Threading 40mm +11%-5%
GI Round 16mm dia GI Round 16mm dia GI Round 20mm dai GI Round 20mm dia
LT Stay Set HT Stay Set
3 Turn Buckle Bow
16mm dia +5%- 3%
Length 995mm +1% 16mm dia Length180mm +1% 50x50x6mm Channel length 200mm + 1%
GI Round 16mm dia. GI Angle G I Channel 100x50x4.7mm
LT Stay Set HT Stay Set
4 Eye Bolt Rod
16mm dia +5%- 3% 20mm dia + 3% - 2%
Length 450mm + 1% Threading 300mm +1% Round Eye 40mm inside dia+3% Length450mm +1% Threading 300mm +1% Round Eye 40 mm inside dia +3%
GI Round 16 mm dia GI Round 20mm dia.
LT Stay Set HT Stay Set
5 Galvanisation thickness
LT Stay Set HT Stay Set
A Anchor Plate LT Stay Set HT Stay Set
B Anchor Rod LT Stay Set HT Stay Set
C Turn Buckle LT Stay Set HT Stay Set
D Eye Bolt Rod LT Stay Set HT Stay Set
6 Weight of complete set
LT Stay Set HT Stay Set
7 Whether drawing submitted
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 137
(C) STAY WIRE (7/10 SWG) & (7/12 SWG)
TECHNICAL SPECIFICATIONS
I. Qualification Criteria of Manufacturer:-
The prospective bidder may source Stay Wire from manufacturers only who must qualify all the
following requirements :
a) The manufacturer must have successfully carried out Type Test of similar item from any
NABL Accredited Laboratory within the last 5 years, prior to the date of submission of the bid.
b) The manufacturer should have supplied at least 1000 Kg (all sizes taken together) to
electricity supply utilities / PSUs. The bidder should enclose Performance Certificates from the
above users issued in the name of the manufacturer as proof of successful operation in field.
II. Application Standards
Except when they conflict with the specific requirements of this specification, the G.I Stay
Stranded Wires shall comply with the specific requirements of IS: 2141-1979. IS: 4826-1979 &
IS: 6594-1974 or the latest versions thereof.
III. Application and Sizes
The G.I. stranded wires covered in this Specification are intended for use on the overhead
power line poles, distribution transformer structures etc.
The G.I stranded wires shall be of 7/8SWG7/4 mm for 33 kv lines, 7/10SWG (7/3.15 mm for
11KV lines and 7/12 SWG 7/2.5 mm for LT lines standard sizes.
IV. Materials
The wires shall be drawn from steel made by the open hearth basic oxygen or electric furnace
process and of such quality that when drawn to the size of wire specified and coated with zinc,
the finished strand and the individual wires shall be of uniform quality and have the properties
and characteristics as specified in this specification. The wires shall not contain sulphur and
phosphorus exceeding 0.060% each.
Tensile Grade
The wires shall be of tensile grade 4, having minimum tensile strength of 700 N/mm²
conforming to 1S:2141.
General Requirements
The outer wire of strands shall have a right-hand lay.
The lay length of wire strands shall be 12 to 18 times the strand diameter.
Minimum Breaking Load
The minimum breaking load of the wires before and after stranding shall be as follows:
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 138
No. of Wires
& Const.
Wire Dia
(mm)
Min. breaking load
of the Single wire
before stranding
(KN)
Min. breaking load
of the standard wire
(KN)
7 (6/1) 2.5 3.44 21.40
7 (6/1) 3.15 5.46 34.00
V. Construction
The galvanized stay wire shall be of 7-wire construction. The wires shall be so stranded
together that when an evenly distributed pull is applied at the ends of completed strand, each
wire shall take an equal share of the pull. Joints are permitted in the individual wires during
stranding but such joints shall not be less than 15 metres apart in the finished strands.
The wire shall be circular and free from scale, irregularities, imperfection, flaws, splits and other
defects.
VI. Tolerances
A tolerance of (+) 2.5% on the diameter of wires before stranding shall be permitted.
VII. Sampling Criteria
The sampling criteria shall be in accordance with IS :2141.
VIII. Tests on Wires before Manufacture
The wires shall be subjected to the following tests in accordance with IS :2141.
Ductility Test Tolerance on Wire Diameter
Tests on Completed Strand
The completed strand shall be tested for the following tests in accordance with IS:2141. Tensile
and Elongation Test: The percentage elongation of the stranded wire shall not be less than 6%.
Chemical analysis Galvanizing Test
The Zinc Coating shall conform to "Heavy Coating" as laid down in 1S:4826
IX. Marking
Each coil shall carry a metallic tag, securely attached to the inner part of the coil bearing the following information: a) Manufacturers name or trade mark b) Lot number and coil number c) Size d) Construction e) Tensile Designation f) Lay g) Coating h) Length i) Mass
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 139
j) ISI certification mark, if any X. Packing
The wires shall be supplied in 75-100 Kg. coils. The packing should be done in accordance
with the provisions of IS:6594
XI. Other Items:
For remaining items of stay sets mentioned in the enclosed drawing, relevant applicable Indian
standards shall be applicable.
STAY WIRE (7/10 SWG) & (7/12 SWG)
GURANTEED TECHNICAL PARTICULARS
(To be submitted along with offer)
Sl. No.
GENERAL TECHNICAL PARTICULARS 7/10 SWG
7/12 SWG
1 Nominal diameter of wire 2 Tolerance in diameter 3 Sectional Area (In Sq. mm.) 4 Tensile strength A Min. N/mm² B Max. N/mm² 5 Minimum breaking load (KN) 6 Type of coating Heavy/Medium/Light 7 Variety Hard/Soft 8 Weight of Zinc coating (Gms/Sq. Mtr.) Min. 9 No. of dips the coating is able to withstand as 18 ± 20ºC
10 Adhesion Test (Wrap Test at 1 turn per second coiling while stress not exceeding % nominal tensile strength)
A Min. complete turn of wrap B Dia of mandrel on which wrapped 11 Bend Test A Angle B Dia round a format to be bent 12 Freedom from defect 13 Chemical composition the MS Wire used shall not exceed A Sulphur 0.060% B Phosphorous 0.065%
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 140
GENERAL TECHNICAL REQUIREMENTS OF PIN INSULATORS
10.01.1 33 Kv Pin Insulators.:-IS-731/77 (Procelin Insulator for O/H power lines with nominal
voltage greater than 1000 volts.
10.01.2 33 Kv GI Pin :- Confirming to IS-2486 Part-I/1971.
10.01.3 11 Kv Pin Insulators :- IS-731/77 (Procelin Insulator for O/H power lines with nominal
voltage greater than 1000 volts.
10.01.4 11 Kv GI Pin :- Confirming to IS-2486 Part-I/1971.
10.02.1 PORCELAIN GLAZE:
Surfaces to come in contact with cement shall be made rough by stand glazing. All other
exposed surfaces shall be glazed with ceramic materials having the same temperature
coefficient of expansion as that of the insulator shell. The thickness of the glaze shall be
uniform throughout and the colour of the glaze shall be brown. The glaze shall have a
visible luster and smooth on surface and be capable of satisfactory performance under
extreme tropical climatic weather conditions and prevent ageing of the porcelain. The
glaze shall remain under compression on the porcelain body throughout the working
temperature range.
10.02.2 FILLER MATERIAL:
Cement to be used as a filler material shall be quick setting, for curing Portland cement.
It shall not cause fracture by expansion or loosening by contraction. Cement shall not
react chemically with metal parts in contract with it and its thickness shall be as small
and as uniform as possible.
10.02.3 MATERIAL DESIGN AND WORKMANSHIP:
i) All raw materials to be used in the manufacture of these insulators shall be subject to strict raw
materials quality control and to stage testing quality control during manufacturing stage to
ensure the quality of the final end product. Manufacturing shall conform to the best engineering
practices adopted in the field of extra high voltage transmission. Bidders shall therefore offer
insulators as are guaranteed by them for satisfactory performance on Transmission lines.
ii) The design, manufacturing process and material control at various stages be such as to give
maximum working load, highest mobility, best resistance to corrosion good finish, elimination
of sharp edges and corners to limit corona and radio interference voltage
10.02.4 INSULATOR SHELL:
The design of the insulator shell shall be such that stresses due to expansion and
contraction in any part of the insulator shall not lead to deterioration. Shells with cracks
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 141
shall be eliminated by temperature cycle test followed by temperature cycle test
followed by mallet test. Shells shall be dried under controlled conditions of humidity and
temperature.
10.02.5 CEMENTING:
The insulator design shall be such that the insulating medium shall not directly engage
with hard metal. The surfaces of porcelain and coated with resilient paint to offset the
effect of difference in thermal expansions of these materials.
10.02.5 (a) Specific Requirement for Insulators
The insulators shall confirm in the following specific conditions of respective IS given in the table
below
Insulator Designation Minimum
mechanical
failing load
Minimum
Creepage
distance
11 KV
33 KV
33KV/11KV
Pin Type-B of IS731
Type-B of IS731
10 KN 320 mm
Pin 10 KN 580 mm
11 KV PIN INSULATORS
GURANTEED TECHNICAL PARTICULARS
Sl.
No.
Description Bidder’s Offer
1 Manufacturer’s name
2 Address of manufacturer
3 Location of type testing
4 Applicable standard
5 Type of insulator (Porcelain or toughened glass)
6 Dry impulse withstand voltage
7 Wet power frequency, 1 minute, withstand
voltage
8 Dry, Critical Impulse Flashover Voltage
9 Dry, power frequency, Critical Flashover
Voltage
10 Wet, power frequency, Critical Flashover
Voltage
11 Power frequency Puncture Voltage
12 Safe Working Load
13 Minimum Failing Load
14 Creepage Distance
15 Protected Creepage Distance
16 Type and Grade of Materials : Insulator
17 Type and Grade of Materials : Thimble
18 Type and Grade of Materials : Cement
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 142
19 Type of semi conducting Glaze
20 Radius of conductor Groove
21 Colour of Insulator
22 Weight of Insulator
23 Number of Insulators per Crate
24 Gross Weight of Loaded Crate
25 Whether drawing showing dimensional details
have been furnished along with Bid
26 Whether Type Test Certificate have been
furnished
27 Other particulars (if any)
GURANTEED TECHNICAL PARTICULARS
Sl.
No. Description Bidder’s Offer
33 KV GI
PIN
11 KV GI
PIN
1 Manufacturer’s name Manufacturer’s name & Address
2 Standard applicable specification
3 Minimum failing load
4 Dimensions (mm)
A Total length
B Shank length
C Stalk length
5 Type of threads
6 Threads per Inch
7 Type of galvanization of pin & nuts
8 Mass of zinc (minimum)
9 Applicable specification
10 No. of Nuts with each pin & its size
11 No. of spring washer with each pin & its size
12 Packing details
A Type of packing
B Weight of each pin approx, (with nut & washers)
C No. of Pins in each packing (Kg)
13 Tolerance in weight / dimensions, if any
14 I.S.I. Certificate License number
15 Any other relevant information the bidder would like
to indicate
16 Manufacturer’s Trade mark with each GS Pins
17 Whether drawing has been submitted by the bidder
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 143
11 KV HT 3x300 mm2 XLPE UG Cable
(ISI marked)
TECHNICAL SPECIFICATIONS FOR 11KV, XLPE INSULATED UG CABLE (ISI MARKED)
� SCOPE :
� The scope of this specification covers the design, manufacture, stage inspection at
works, inspection and testing the finished cables 6.35 /11KV aluminum conductor. Three
Core, 300 mm², XLPE insulated screened, underground ISI marked power cables
(Extruded type) (H4 grade) at manufacturer’s works.
� RATED VOLTAGE
� The rated voltage of the cable shall be 11000 Volts AC with the highest system voltage of
12000 Volts between phases of the effectively earthed three phase-distribution system.
� APPLICABLE STANDARDS:
� Unless otherwise stipulated in the specifications, the latest version of the following
Standards shall be applicable.
a. IS 8130/ 84 – Conductors for Insulated electrical cables and flexible cords
b. IS 10810 (series) – Methods of tests for cables
c. IS 10418 – Drums for electrical cables.
d. IS 7098 (Part 2) – Cross – linked Polyethylene Insulation for Cables.
e. IS 3975 – Specification for mild steel wires, strips and tapes for armoring of
cables.
f. IS 5831 – Specification for PVC insulation sheath for electric cables.
Dimensions of protective coverings of cables
Part 1 – Elastomeric and thermoplastic insulated cables.
� The Cables manufactured to any other Internal Standards like BSS, IEC or equivalent
standards not less stringent than Indian Standards are also acceptable. In such cases, the
Bidders shall enclose a copy of the equivalent international standard, in English language,
along with the bid.
� CONSTRUCTION:
� Conductor :- The conductor shall be composed of compacted circular aluminum
wires complying with IS 8130.
� Insulation : - The insulation shall be cross linked polyethylene conforming to the
following requirements.
Sl.NO. Properties Requirements
1. Tensile Strength 12.5N/mm2, Min.
2. Elongation to break 200 percent, Min
3. Aging in air oven :
Treatment : Temperature
135+_3
0 C
7 Days
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 144
Duration
Tensile Strength variation : + 25 percent, Max
Elongation variation: + 25 percent, Max
4. Hot set :
a) Treatment : Temperature:
Time under load
Mechanical stress
200 + 30 C
15 min
20N/cm2
b) Elongation under load 175 percent, Max
c) Permanent elongation (set) after cooling 15 percent, Max
5. Shrinkage:
a) Treatment : Temperature
Duration
130+ 30 C
1 hour
b) Shrinkage 4 percent, Max
6. Water absorption (Gavin metric) :
a) Treatment : Temperature
Duration
85+ 20 C
14 days
b) Water absorbed 1 mg / cm2, Max
7. Volume Resistivity
a) at 270 C
b) at 700 C
1 x 1014 ohm-cm, Min
1 x 1013 ohm-cm, Min
� The screening shall consist of non-metallic semi conducting compound and copper tape,
shielded cores laid up with fillers, inner sheath of extruded PVC, Galvanized steel strip
Amour and PVC ST-2 overall sheath.
� The cables should be suitable for use in solidly earthed system.
� The 6.35/11KV underground cables shall be manufactured to the highest quality, best
workmanship with scientific material management and quality control. The bidder shall
furnish the quality plan, giving in detail the quality control procedure / management system.
� The successful Bidder shall give sufficient advance notice to the purchaser of not less than
fifteen days to arrange for stage inspection and inspection of quality assurance program
during manufacture, at the works.
� SYSTEM DETAILS
General Technical particulars
General Technical particulars
Sl No Particulars Values
1 Nominal system voltage (rms) (U) 11KV
2 Highest system voltage (rms) (Um) 12KV
3 Phase to Earth voltage (rms) (U0) 6.35 KV
4 Number of Phase 3
5 Frequency 50Hz
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 145
6 Variation in Frequency + / - 3%
7 Type of Earthing Solidly Earthed
8 Basic impulse insulation level (1.2/50 µS wave) 75 KV
9 Total relay & circuit breaker Operating time 15-20 cycles
10 One Minutes power frequency withstand voltage 28 KV rms
� INSTALLATION CONDITIONS :
� The cables are laid directly buried in ground, in the bores formed by horizontal boring
method. The Nominal depth of laying is up to 2000 mm (from top, of ground to centre of
cable).However, in trenchless horizontal bore method, the bore can go upto a depth of a
maximum of 2 meter. Nature of soil is heterogeneous, sandy, Soil resistivity varies between
18 to 100 ohmmeter and the Thermal resistivity is around 1200 to 1500 C/ Cm/w.
� CLIMATIC CONDITIONS :
� The climatic conditions where these 11KV cables will be installed are as under :
Climatic conditions
Sl No Particulars Details
1 Location: Nayagarh, Odisha
2 Altitude As is coastal area, altitude will Not exceed
100 M above MSL.
3 Max Daily average air temp : 45 0 C
4 Minimum ambient air temp : 10 0 C
5 Ground temperature at
depth of laying assumed :
350 (Max) 50 C (Min)
6 Isoceraunic level 45
7 Avg. annual rainfall : 2500 mm
8 Avg. number of rainy days
per annum:
90
9 Climate: Tropical moderately hot and humid.
likelihood of subsoil water at certain location
at the depth of burial of cables..
10 Soil : Normally wet
� DESIGN CRITERIA :
� The cables that are covered in these specifications are intended for use in the Coastal belt
of state of Odisha for Power distribution purposes, under the climatic conditions and
installation conditions described in the technical specification.
� Any technical features, not specifically mentioned here, but is necessary, for the good
performance of the product, shall be incorporated in the design. Such features shall be
clearly brought out under Technical deviations schedules only, in the offer made by the
bidder, giving technical reasons, and justifying the need to incorporate these features.’
� For continuous operation of the cables, at specified rating, the maximum conductor temperature shall be limited to the permissible value as per the relevant standard, generally not exceeding 90°C under normal operation and 250°C under short-circuit conditions.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 146
� The cables in service will be subject to daily load cycles, of two peaks during a day; morning peak and evening peak, with around 50% loading during the nights.
� The materials used for outer sheaths shall be resistant to oils, acids and alkalis. � The cables shall have the mechanical strength required, during handling and laying. � The cables shall be designed to withstand the thermo-mechanical forces and electrical
stresses during normal operation and transient conditions. � The cables shall be designed to have a minimum useful life span of Thirty years.
� MANUFACTURE PROCESS:
� Cross-linking of the insulation materials (pre compounded polyethylene) shall be conforming to IS :7098 (Part-II)
� The conductor screen shall be extruded semi conducting compound. The insulation screen shall consist of the nonmetallic part, extrude semi conducting compound with non-magnetic metallic part. The XLPE insulation and the shield for conductor and insulation shall be extruded in one operation.
� MATERIALS
� Conductor: - The conductor shall be of standard construction. The material for conductor
shall consist of the plain aluminum of H2 or H4 grade as per clause – 3 of IS 8130 / 1984.
� The Number of wires in the conductor, shall be not less than the appropriate minimum
number given in table – 2 of IS 8130 / 1984.
� SCREENING :
� The conductor screening shall be provided over the conductor by applying non-metallic
semi-conducting compound. The metallic screen shall withstand the operating temperature
of the cable and shall be compatible with the insulating material.
� The insulation screen shall be applied over the insulation. The insulation screening shall
consist of two parts; namely metallic and non-metallic. The non-metallic part shall be
applied directly over the insulation of each core and shall consist of a semi conducting tape
and extruded semi conducting compound with a semi conducting coating. The metallic part
of the insulation screen shall consist of either tape, or braid, or concentric serving of wires
or a sheath; shall be non-magnetic and shall be applied over the non-metallic part.
� CORE IDENTIFICATION:
� The core identification for 3 core cables shall be provided, by suitable means, like, by application of colored stripes, or by numerals or by printing on the cores as per clause 13 of IS : 7098 – Part 2.
� For identification of different coloring of XLPE insulation, or by using colored strips, red, yellow and blue colors respectively shall be used to identify the phase conductors.
� LAYING UP OF CORES:
� For multicore cables, the cores shall be laid together with a suitable right hand lay. The interstices at the center shall be filled with a non-hygroscopic material.
� INNER SHEATH (COMMON COVERING)
� The laid up cores shall be provided with inner sheath applied either by extrusion or bv wrapping. It shall be ensured that the shape is as circular as possible. The inner sheath shall be so applied that it fits closely on the laid up cores and it shall be possible to remove it without damage to the insulation.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 147
� The thickness of the inner sheath (common covering) shall be given as follows:
Calculated diameter over laid up cores in accordance With 15.3 of IS 10462 (Part 1) – (mm)
Thickness of inner sheath (mm)
Over Up to and including - 25 0.3
25 35 0.4
35 45 0.5
45 55 0.6
55 - 0.7
When one or more layers of binder tapes are applied over the laid up cores, the thickness
of such tapes shall not be construed as a part of inner sheath.
� For multi core cables, the interstices at the center shall be filled with a non-hygroscopic
material. The interstices around the laid up cores shall be covered with PVC compound
type ST-2. This will form the Inner sheath for multi core-single core cables.
� ARMOURING:
� Armoring shall be applied over the inner sheath as closely as practicable. The Amour shall
be galvanized steel strip complying with the requirements of IS 3975. A binder tape may be
applied on the Amour. The direction of the lay of the amour shall be left hand. For double
armored cables, this requirement applies to the inner layer. The outer layer shall be applied
in the reverse direction to the inner layer, and there should be a separator of the non
hygroscopic material; such as plastic tape, bituminized cotton tape, rubber tape, proofed
tape between inner and outer layers of Amour.
� The dimensions of galvanized steel strips shall be as below:
Calculated diameter over Amour [IS 10462 Part 1] (mm)
Nominal thickness of Steel Strip(mm)
Over Upto and including - 13 -
13 25 0.8
25 40 0.8
40 55 1.4
55 70 1.4
70 - 1.4
� The joints in the strips shall be made by brazing or welding and the surface irregularities
removed. A joint in the strips shall not be less than 300 mm away from the nearest joint in
any other strip in the completed cable.
� Bidders shall furnish the calculation / data sheet for the short circuit carrying capability of
the Armour.
� OUTER SHEATH : � The outer sheath over the Armoring shall consist of poly vinyl chloride (PVC) compound,
conforming to the requirements of type ST-2 of IS 5831. Suitable additives shall be added
to give anti termite protection.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 148
� The minimum thickness of the PVC outer sheath shall not fall below the following value by
more than 0.2 mm + 0.2 ts
Calculated diameter under the outer sheath [IS 10462 Part 1] - mm
Nominal thickness of the Outer
sheath (ts) - mm
Over Upto and including - 15 1.8
15 25 2
25 35 2.2
35 40 2,4
40 45 2.6
45 50 2.8
50 55 3
55 60 3.2
60 65 3.4
65 70 3.6
70 75 3.8
75 - 4
� IDENTIFICATION :
� The outer sheath shall have the following information embossed or indented on it; the
manufacturer’s name or trade mark, the voltage grade, the year of manufacture and the
letters “CESU”. The identification shall repeat every 300/350-mm along the length of the
cable.
� Note: The outer sheath of the cable should be embossed with “CESU”.
� INSPECTION AND QUALITY CONTROL :
� The Bidder shall furnish a complete and detailed quality plan for the manufacturing process
of the cable. All raw materials shall conform to relevant applicable standards and tested for
compliance to quality and requirement. During the manufacturing process, at all stages,
inspections shall be made to check the physical and dimensional parameters, for
verification to compliance to the standards. The bidder shall arrange, for inspection by the
purchaser, during manufacture, if so desired by the purchaser, to verify the quality control
process of the Bidder.
� TYPE TESTS :
� The offered cables with same designs shall have been type tested and Test
certificates shall not be later than 5 years on the date of bid opening. Otherwise the
supplier / Turnkey contractor shall arrange for type testing at his own cost. The supplier
/Turn Key contractor shall conduct all type tests as per IS : 7098 part-II 1985, with up to
date amendments or equivalent International standard, and supplies made only after
approval of test reports from the purchaser. The type test report should be from
Recognized NABL Accredited Laboratory shall be accepted for this tender. Any Test Report
/ Certificate from any non NABL Accredited Laboratory / organization shall not be accepted.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 149
� The following type tests report should be consist of following data
(a) Test on conductor.
(b) Test on Amour.
(c) Test for thickness of XLPE insulation and inner and outer sheaths
(d) Physical test on XLPE insulation.
(e) Physical test for outer sheath
(f) Bleeding and blooming test for outer sheath
(g) Partial discharge test.
(h) Bending test
(i) Di-electric power factor test
i. As a function of voltage
As a function of temperature
(j) Insulation resistance (volume resistivity) test
(k) Heating cycle test
(l) Impulse withstand test
(m) High voltage test
(n) Flammability test
� The following test shall be performed successfully on the same test sample of completed
cable, not less than 10 M in length between the test accessories:
I. Partial discharge test
II. Bending test followed by partial discharge test
III. Dielectric power factor as a function of voltage.
IV. Dielectric power factor as a function of temperature
V. Heating cycle test, followed by dielectric power factor as a function of voltage and
partial discharge tests.
VI. Impulse withstand test
VII. High voltage test.
� ACCEPTANCE TEST:
� The sampling plan for acceptance test shall be as per IS 7098 part-II, Appendix ‘A’
� The following shall constitute the acceptance test.
a) Tensile test for aluminum
b) Wrapping test for aluminum
c) Conductor resistance test
d) Test for thickness of insulation
e) Test for thickness of inner and other sheath
f) Hot-set test for insulation
g) Tensile strength and elongation at break test for insulation and outer sheath.
h) Partial discharge test (on full drum length).
i) High voltage test.
j) Insulation resistance (volume resistivity test).
� ROUTINE TEST :
� The following shall constitute routine tests :
a) The following shall constitute routine tests:
b) Conductor resistance test
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 150
c) Partial discharge test on full drum length
d) High voltage test.
� PACKING :
� The cables, as per specified delivery lengths, shall be securely wound /packed in non-
returnable, well seasoned sturdy wooden drums, with strong reinforcement so as so to
withstand rough handling during transport by rail, Roads etc., The packing should
withstand storage conditional in open yards. The cable drums shall conform to IS 10418
1982 or equivalent standard.
� The drawings of the cable drums with full detail shall be furnished, and got approved before
dispatch.
� SEALING OF CABLE ENDS ON DRUMS :
� The cable ends shall be sealed properly so that Ingress of moisture is completely
prevented. The individual core endings shall be sealed effectively with water resistant
compound applied over the core ad provided with a heat shrinkable or push-on or Tapex or
cold shrinkable type cap of sufficient length with adequate cushion space so that the
conductor does not puncture the cap in case of movement of the core during unwinding or
laying. Before sealing, the semi conducting layer on the cores may be removed for about 2
mm at each end, to facilitate checking the insulation resistance from one end, without
removing the sealing cap at the other end.
� The three cores should have an overall heat shrinkable or push-on or Tapex or cold
shrinkable type cap with adequate end clearance, and sufficient cushioning to prevent
puncturing of the overall sealing cap due to stretching of the cores. The sealing cap shall
have sufficient mechanical strength and shall prevent ingress of moisture into the cable.
The ends of single core cable shall also be sealed on the same lines to prevent entry of
moisture.
� CABLE LENGTHS :
� The cables shall be supplied in continuous lengths of 250M in case of 3 core cable with
tolerance of + or – 5% of drum length.
It is preferable to manufacture the cable to required lengths as required by the field
conditions to have minimum joints. The turn key contractor will furnish the required drum
lengths in advance
� QUANTITY TOLERANCE
A +3% tolerance shall be allowed on the ordered quantity.
� MARKING:
� The packed cable drum shall carry the following information, clearly painted or stenciled a) The letters CESU , Odisha
b) Reference to Standard and ISI mark
c) Manufacturer’s Name or trade mark.
d) Type of cable & voltage grade
e) Number of cores
f) Nominal cross-sectional area of conductor.
g) Cable code
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 151
h) Length of cable on the drum
i) Direction of rotation
j) Gross weight
k) Country of Manufacture
l) Year of Manufacture
m) Purchase order and date
� QUANTITY
Tenderer may quote the quantity that they can offer immediately within a month of the issue
of purchase order and the minimum time required to supply the full quantity.
• ISI CERTIFICATION: Manufacture having ISI certification marking will only be
considered.
• DRAWING & LITERATURE: The following shall be furnished along with the tender
� Cross sectional drawings of the cables, giving dimensional details for each size
of cable.
� An illustrated literature on the cable, giving technical information, on
current ratings, cable constants, short circuit ratings, de-rating factors, for
different types of installation, packing date, weights and other relevant information.
� GUARANTEED TECHNICAL PARTICULARS:
Guaranteed technical particulars of the cables to be furnished with the Bid are enclosed.
CESU has right to accept or may not be accept any cable manufacture during tender
process.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 152
GURANTEED TECHNICAL PARTICULARS TO BE
FURNISHED BY THE BIDDER
1 CABLES a) Manufacturer
b) Trade Name
2 Type of Cable
3 Applicable specification & Standards
4 Voltage Class
5 Whether suitable for extrusion technique is employed in the manufacture of conductor
screen
6 Whether triple extrusion technique is employed in the manufacture of conductor screen
7 Permissible voltage and frequency variation for satisfactory operation
8 Continuous Current Rating for standard conditions indicated in specifications:
c) Air (450 C Ambient)
d) In Ground (350 C)
e) In Duct
f) In Trench
9 De-rating factors for various laying conditions
10 Conductor
a) Material
b) Shape of conductor
c) Nominal area of cross section
d) Number of strands per core
e) Diameter of Wire (before compacting and stranding)
f) Diameter and size of conductor
11 Conductor Screening
a) Type
b) Material
c) Nominal thickness
d) Continuos working temperature
e) Maximum allowable temperature at the termination of short circuit
12 Insulation
a) Material
b) Thickness of Insulation
c) Thickness of Insulation between cores
d) Thickness of Insulation between cores and inner sheath
e) Tolerance of thickness in insulation
f) Diameter of core over insulation
13 Specific Insulation Resistance at 900C
14 Process of curing
15 Whether XLPE Insulation filled or unfilled
16 Insulation Screening:
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 153
a) Material Thickness
b) Thickness of semi conducting part
c) Thickness of metallic part
d) Size of copper tape
e) Whether overlapping provided
f) Current carrying capacity for continuous rating
g) Current carrying capacity for short circuit rating for 1 minutes
h) Diameter of cable over screening
i) Whether insulation screen is removable without the application of heat
17 Inner Sheath
a) Material
b) Extruded
c) Minimum thickness
d) Diameter of cable over inner sheath
18 Armouring:
a) Material
b) Type of Armouring
c) Diameter of wire
d) Whether galvanized
e) Diameter of cable over Armouring
f) Current carrying capacity of Armor
19 Outer Sheath:
a) Material
b) Minimum thickness of sheath
c) Tolerance over thickness of sheath
d) Overall diameter of cable
20 Scheme for identification of cable
21 Allowable/attainable maximum conductor temperature when carrying rated current
continuously
22 Cable constants:
a) DC Resistance per core 200 C
b) AC Resistance per core at operating temperature
c) Reactance
d) Capacitance
e) Insulation Resistance at 270C
f) Loss tangent
g) Dielectric constant – Maximum cable charging current at normal operating voltage
23 Factory Tests (Enumerate in detail for each type of cable)
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 154
24 Is the offered cable guaranteed to safely withstand continuous conductor temperature at
900C and also safely withstand temperature upto 1300C for a duration of one hundred hours
per year.
25 Are the offered Three core cable guaranteed to perform satisfactorily under installation
conditions specified? If ‘Yes’ furnish relevant calculations in support including the following
data:
a) Induced voltage in the Amour when a 500 mtr long cable is carrying current
b) Induced voltage and the circulating current in the copper tape
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 155
Technical Particulars for 3.5 x25 LT XLPE Cable Sl No Particulars 3.5 x 25
1 Name of the Manufacture
2 Type of cable A2XFY
3 Voltage Garade V 1100
4 No of cores X size in sqmm 3.5 x 25
5 Conductor
a) Material H2/H4 Grade Aluminium as per Class
2 of IS:8130/84, Latest
b) Max d.c. resistance of conductor at 20 deg C (ohm/Km) Main
1.2
Neutral 1.91
c) Shape of conductor Standard compact sector
6 Insulation
a) Material XLPE as per IS 7098 (Pt-1)/88, Latest
b) Nominal thickness (mm) Main 0.9
Neutral 0.7
7 Inner Sheath
a) Material Wrapping of PVC Tapes
b) Nominal thickness (mm) 0.3
8 Armouring
a) Materials Galvanised Steel
b) Type of armouring Flat Strip
c) Nominal size of armour (mm) 4.0 x 0.8
9 Outer Sheath
a) Material PVC Type ST2 as per IS:5831/84
b) Thickness (mm) 1.40(Min)
10 Electrical Parameters
a) Max. a.c. resistance of conductor at 90deg C (ohm/km)
1.54
b) Calculated cable reactance (ohm/km) 0.0808
c) Impedance of cable (ohm/km) 1.54
d) Approx. cable capacitance (mfd/km) 0.43
11 Max. conductor temperature under under normal operating conditions
90 deg C
12 Maximum conductor temperature at the termination of short circuit
250 deg C
13 Short circuit rating of conductor for the duration of 1 sec (kA)
2.36
14 Continuous Current carrying capacities:-
a) In ground at 30deg C (A) 95
b) In air at 40deg C (A) 93
15 Applicable standard IS:8130/84, IS:7098(Pt-1)/88, IS
5831/84, IS 3975/88 etc with latest upto date amendments
16 Approx. overall diameter of the cable in mm 22.0 ± 2.0
17 Minimum bending radius 12 times overall diameter
18 Max. Tensile strength
i) for cable pulled with stocking (Newtons) 9 x D2, D is the cable OD in mm
ii) for cable pulled with pulling eyes (N) 2730
19 Colour of outer sheath Black
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 156
GURANTEED TECHNICAL PARTICULARS TO BE FURNISHED BY THE BIDDER
1. CABLES g) Manufacturer h) Trade Name
2. Type of Cable 3. Applicable specification & Standards 4. Voltage Class 5. Whether suitable for extrusion technique is employed in the manufacture of conductor
screen 6. Whether triple extrusion technique is employed in the manufacture of conductor screen 7. Permissible voltage and frequency variation for satisfactory operation 8. Continuous Current Rating for standard conditions indicated in specifications:
i) Air (450 C Ambient) j) In Ground (350 C) k) In Duct l) In Trench
9. De-rating factors for various laying conditions 10. Conductor
g) Material h) Shape of conductor i) Nominal area of cross section j) Number of strands per core k) Diameter of Wire (before compacting and stranding) l) Diameter and size of conductor
11. Conductor Screening f) Type g) Material h) Nominal thickness i) Continuos working temperature j) Maximum allowable temperature at the termination of short circuit
12. Insulation g) Material h) Thickness of Insulation i) Thickness of Insulation between cores j) Thickness of Insulation between cores and inner sheath k) Tolerance of thickness in insulation l) Diameter of core over insulation
13. Specific Insulation Resistance at 900C 14. Process of curing 15. Whether XLPE Insulation filled or unfilled 16. Insulation Screening:
j) Material k) Thickness l) Thickness of semi conducting part m) Thickness of metallic part n) Size of copper tape o) Whether overlapping provided p) Current carrying capacity for continuous rating q) Current carrying capacity for short circuit rating for 1 minutes r) Diameter of cable over screening s) Whether insulation screen is removable without the application of heat
17. Inner Sheath
e) Material
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 157
f) Extruded or wrapped g) Minimum thickness h) Diameter of cable over inner sheath
18. Armouring: g) Material h) Type of Armouring i) Diameter of wire j) Whether galvanized k) Diameter of cable over Armouring l) Current carrying capacity of Armor
19. Outer Sheath: e) Material f) Minimum thickness of sheath g) Tolerance over thickness of sheath h) Overall diameter of cable
20. Scheme for identification of cable 21. Allowable/attainable maximum conductor temperature when carrying rated current
continuously 22. Cable constants:
h) DC Resistance per core 200 C i) AC Resistance per core at operating temperature j) Reactance k) Capacitance l) Insulation Resistance at 270C m) Loss tangent n) Dielectric constant – Maximum cable charging current at normal operating voltage
23. Factory Tests (Enumerate in detail for each type of cable) 24. Is the offered cable guaranteed to safely withstand continuous conductor temperature at
900C and also safely withstand temperature upto 1300C for a duration of one hundred hours per year.
25. Are the offered Three core cable guaranteed to perform satisfactorily under installation conditions specified? If ‘Yes’ furnish relevant calculations in support including the following data: c) Induced voltage in the Amour when a 500 mtr long cable is carrying current d) Induced voltage and the circulating current in the copper tape
TENDERER.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 158
HT cable joints and terminals
TECHNICAL SPECIFICATIONS FOR HEAT SHRINKABLE CABLE JOINT KITS FOR
CABLE TERMINATIONS AND JOINTS
1.0 GENERAL:
1.1 The term heat shrink refers to extruded or molded polymeric materials which are cross linked to
develop elastic memory and supplied in expanded or deformed size or shape. The manufacturer of
kits besides stating the properties of each component of the kit as indicated below and as per the
detailed specifications should also state the source of origin of each component viz; whether locally
manufactured or imported in raw material form and processed. The manufacturing activity carried out
on each component should be stated. Also, in case the kit is assembled with components imported
from two or more foreign suppliers, the manufacturers should give documentary proof supported by
the foreign manufacturers confirming that the kit assembled utilizing components of different
suppliers are guaranteed by them.
2.0 QUALIFYING EXPERIENCE:
2.1. The kits should have satisfactory performance record in India in excess of 5 years supported
with proof of customers having had satisfactory use of these kits in excess of 5 years.
3.0 HEAT SHRINKABLE MATERIAL:
3.1. The heat shrinkable material component used in the joint shall have been produced in a
systematic procedure as follows:
a) The required materials shall be mixed and extruded into the required shape and then cross-
linked by irradiation or any other appropriate chemical process. The components are then
warmed and stretched by a predetermined amount and allowed to cool in the extruded
shape. The cross-linking shall create a memory and when heated again, the same shall
come back to its original shape at which it was cross-linked. Heat shrinkable tubes can be
reduced to 30% of its expanded dimension by heating.
b) The volume resistivity of the sleeves shall be 108 ohm-cm and the dielectric constant of
around 15 to 30. The limiting temperature shall not be less than 100°C for longer duration
and 250°C for one minute.
4.0 TYPE TEST REPORTS:
The Joints and terminations should have been subjected to all the type tests and type test
reports not later than 5 years on the day of Bid opening shall be furnished for verification.
5.0 ELECTRICAL CLEARANCES:
The electrical clearances required for a Indoor/Outdoor termination and a straight through
joint is shall be as per standards
6.0 COMPRESSION TYPE TUBULAR TERMINAL ENDS:
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 159
The materials used in the terminals shall be Aluminum of grade 19501 conforming to IS 5082
- Specifications for wrought aluminum and aluminum alloys bars, rods, tubes and sections for
electrical purposes. The finish inside the barrel shall either be suitably roughened throughout
the crimping length of terminal end or provided with suitable grease based compound with
abrasive action. Edges and corners shall be free from burrs and sharp edges. The terminals
shall meet the requirements of IS 8309 - Specification for Compression type tubular terminal
ends for aluminum conductors of insulated cables.
7.0 JOINT KITS:
The requirements contained in a typical joint Kit are as follows:
a) Heat shrinkable or push-on or Tapex or cold shrinkable type clear
insulating tubes
b) Stress control tubing where necessary
c) Ferrule insulating tubing for joints.
d) Conductive cable break outs for terminations, non tracking, erosion and
e) Weather resistant tubing both outer / inner
f) Non tracking erosions and weather resistant outdoor sheds in case of
terminations
g) High permittivity mastic wedge Insulating mastic.
h) Aluminum crimping lugs of ISI specification.
i) Tinned copper braids
j) Wrap around mechanical protection for joints.
k) Cleaning solvents, abrasive strips.
l) Plumbing metal.
m) Binding wire etc. adequate in quantity and dimensions to meet the service
and test conditions.
n) The kit shall contain a leaflet consisting of detailed installation instructions and shall be
properly packed with shelf life of over 3 years.
CESU has right to accept or may not be accept any cable jointing kit manufacture during
tender process.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 160
ANNEXURE - I
SPECIFICATIONS FOR MATERIAL PROPERTIES AND OTHER TECHNICAL REQUIREMENTS FOR HEAT SHRINKABLE CABLE TERMINATIONS AND JOINTS SUITABLE FOR 11 KV SCREENED CABLES/XLPE CABLES
2.0 GENERAL:
The term heat shrink refers to extruded or molded polymeric materials which are cross linked
to develop elastic memory and supplied in expanded or deformed size or shape. The
subsequent heating results in shrinking down to original size and shape. The manufacturer of
kits besides stating the properties of each component of the kit as indicated below and as per
the detailed specifications given in Enclosures-I(A), I(B) & I(C) should also state the source of
origin of each component viz; whether locally manufactured or imported in raw material form
and processed. The manufacturing activity carried out on each component should be stated.
Also, in case the kit is assembled with components imported from two or more foreign
suppliers, the manufacturers should give documentary proof supported by the foreign
manufacturers confirming that the kit assembled utilizing components of different suppliers are
guaranteed by them.
3.0 QUALIFYING EXPERIENCE:
The kits should have satisfactory performance record in India in excess of 5 years supported
with proof of customers having had satisfactory use of these kits in excess of 5 years.
4.0 PERFORMANCE TESTING AT CPRI, BANGALORE:
Typical atmospheric conditions during the tests
Sl No Particulars Details
1 Amb. Temperature Maximum 450 C
Minimum 100 C
2 Atmospheric pressure 963 to 987 m. bar
3 Relative Humidity 50 – 90 %
Test sequence
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 161
ENCLOSURE – I (A) MATERIAL SPECIFICATION FOR HEAT SHRINKABLE TUBING
Test Test
Method
Requirement
Non-Tracking Tubing
Stress Control
Ferrule insulating
Clear insulating tubing
Inner Outer
Sl No Test Sequence Test Voltage Test results shall be as
follows
1
Impact a wedge shaped weight of 4 kg having a 90⁰ angle with a 2 mm radius shall be dropped freely 6 times from a height of 2.0M. On to the sample. The drops shall be distributed over the length of the joint and at right angles to the axis of the joint,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, .(Electricity Council Engg.C.81)
No visual damage
2 AC voltage withstand
(IEC Pub 60) 1 min 35 kV
Shall withstand satisfactorily
3 Impulse voltage withstand test (IEC Pub 60 & 230)
10 positive and 10 negative 1.2/50 micro seconds between each
conductor & the grounded sheath
or screen
Indoor -75 kV
-do-
Outdoor95 kV
4 Load Cycling
63 cycles, 5 hrs heating, 3hrs
cooling conductor
temperature screened : 75⁰ C
15 kV -do-
5 Thermal short circuit
1 Sec. symmetrical fault with sheath
temp. as per cable Spec.
-do-
6 Load Cycling Repeat 15 kV -do-
7 A/C voltage withstand 4 hrs 24 kV -do-
8 Impulse voltage withstand Repeat Indoor -75 kV
-do- Outdoor95 kV
9 D/C voltage withstand 30 Min. 48 kV -do-
10 Humidity indoor termination
Conductivity 800 S/Cm., 100 hrs
spray rate 0.41/Cu. M/h
7.5 kV -do-
11 Dynamic short circuit
(VDE 0278) 63 kA -do-
12 Salt frog outdoor
terminations 224 Kg/m³ 7.5 kV -do-
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 162
Tubing tubing tubing for Joint
Tensile Strength
ISO 37 8 N/mm²
Min. 14 N/mm²
Min. 10 N/mm²
Min. 12 N/mm²
Min. 14 MPa
Min.
Ultimate
Elongation
ISO 37
300 % Min.
250 % Min.
300 % Min.
200 % Min.
500 % Min.
Accelerated Ageing 168 Hrs. at 120⁰C
ISO 188
-Tensile Strength
ISO 37 Min.
7.5 N/mm² Min.
13 N/mm² Min.
10 N/mm² Min.
12 N/mm² Min.
14 MPa Min.
-Ultimate Elongation
ISO 37
200 % Min.
130 % Min.
300 % Min.
200 % Min.
300 % Min.
Thermal Endurance
IEC 216
110⁰ C
Min.
90⁰ C Min.
105⁰ C
Min.
110⁰ C
Min.
120⁰ C
Min. Electric Strength
IEC 243
Wall Elec. Thkn. Strn.
(Normal) KV/CM
- Wall Elec. Thkn. Strn.
(Normal)KV/CM
Wall Elec. Thkn. Strn.
(Normal)KV/CM
100 kV/CM Min.
3.0 100 mm. Min.
3.0 100 mm. Min.
*1.3 100 mm. Min.
Volume Resitivity
IEC 93 1 × 10⁸ OHM-
CM Min.
5 × 10 ¹⁰
OHM-CM Min.
1 × 10 ¹³ OHM-CM Min.
1 × 10 ¹⁶ OHM-
CM Min.
1 × 10 ¹² OHM-CM Min.
Dielectric
IEC 250
5.0
Max.
15.0 Min.
5.0
Max.
3.5
Max.
5.0
Max.
Tracking and
erosion resistance
ASTM D2303
No tracking erosion to top
surface or flame failure after:
1 HR at 2.5 kV 1 HR at 2.75 kV 1 HR at 3.0 kV
20 Mins at 3.25kV
- KA 3C KA 1
Water absorption
ISO/R 62 Procedure A
1 % Max. AFT. 14 days at (23 ± 2)⁰C
1 % Max. AFT. 14 days at (23 ± 2)⁰C
1 % Max. AFT. 14 days at (23 ± 2)⁰C
0.5 % Max. AFT. 14 days at (23 ± 2)⁰ C
0.2 % Max. AFT. 14 days at (23 ± 2)⁰ C
Resistance to liquids
ISO 1817
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 163
-Transformer oil to VDE 0370 immersion & days at (23 ± 2)⁰C
-Tensile Strength
ISO 37
5 N/mm²
Min.
13 N/mm²
Min.
7.5 N/mm²
Min.
-
14 MPa
Min. -Ultimate Elongation
ISO 37
250 % Min.
250 % Min.
250 % Min.
-
300 % Min.
MATERIAL SPECIFICATION FOR HEAT SHRINKABLE MOULDED PARTS
Sl No Test Test Method Requirement
Sheds Conductive Break-outs
1 Tensile Strength ISO 37 8 N/mm² 9 N/mm²
2 Ultimate Elongation ISO 37 300 % Minimum. 230%
3 Accelerated Ageing 168 Hrs. at 120ºC
ISO 188
4 Tensile Strength ISO 37 7.5 N/mm² Minimum. 9 N/mm² Minimum.
5 Ultimate Elongation ISO 37 200 %
Minimum. 150 %
Minimum.
6 Thermal Endurance IEC 216 110ºC
Minimum. 105ºC
Minimum.
7 Electric Strength IEC 243
Wall Elec. Thkn. Strn. (Normal) KV/CM
-
<3.0 100 mm. Minimum.
8 Volume Resistivity IEC 93 1 × 10 ¹³ OHM-CM Minimum. 200 OHM-CM Max.
9 Dielectric constant IEC 250 5.0 Maximum. -
10 Tracking and erosion resistance
ASTM D2303
No tracking erosion to top surface or flame failure after:
1 HR at 2.5 kV 1 HR at 2.75 kV 1 HR at 3.0 kV
20 Mins. at 3.25 kV
-
11 Water absorption ISO/R 62 Procedure A 1 % Max. AFTER. 14 days at
(23 ± 2)º C 1 % Max. AFTER. 14
days at (23 ± 2)ºC
12 Resistance to liquids ISO 1817
13 Transformer oil to VDE 0370 immersion & days at (23 ± 2)º
C
14
Tensile Strength ISO 37 5 N/mm² Minimum. 7.5 N/mm² Minimum.
Ultimate Elongation ISO 37 250 %
Minimum. 150 %
Minimum.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 164
ENCLOSURE- I(C)
MATERIAL SPECIFICATION FOR HEAT SHRINKABLE ADHESIVE/SEALANTS
Test Test Method
Requirement
Black Insulator Mastic Sealant break-out and sheds
Softening Point ASTM E28 (115 ± 10)⁰ C
Electric Strength IEC 243 130 kV/CM Min. 80 kV/CM Min.
Volume resistivity IEC 93 1 × 10 ¹⁴ OHM-CM
Min.
Water absorption ISO/R 62
Procedure A 1 % Max. AFT. 1 day
at (23 ± 2)⁰ C 1 % Max. AFT. 1 day at
(23 ± 2)⁰ C
Corrosive effect 16 Hrs. at 121⁰ C
ASTM D2671
Method-B
No corrosion
Adhesive peel strength substrate
2/1
as detailed in master
Spec.
-
Below- 30⁰ C
NTR/ NTR 25N/25 mm Min.
NTR/ CON 20N/25 mm Min.
NTR/ AL 20N/25 mm Min.
NTR/ Pb 20N/25 mm Min.
T.E.R.T
ASTM D2303
-
No tracking erosion to top surface or flame
failure after : 1 HR at 2.0 kV 1 HR at 2.5 kV 1 HR at 2.75 kV
Cable Laying Methodology
CABLE LAYING
1.0. Not withstanding anything stated in these specifications, CESU reserves the right to assess
the bidder’s capability to fulfill the scope of the bid, should the circumstances warrant such
assessment.
2.0. DESIGN – WORKMANSHIP AND INTERPRETATION OF CLAUSES :
2.1 The design and quality of goods supplied and the workmanship shall be in accordance
with the best engineering practice to ensure satisfactory performance of the system
throughout the service life.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 165
2.2 The goods and accessories offered shall be complete in all respects. Any material and /
or component thought not specifically stated in this specification but is necessary for
trouble free and successful operation shall be deemed to be included. All such
components, accessories, etc., shall be supplied at no extra cost.
2.3 The goods supplied shall be such that components, accessories of the same type shall be
interchangeable. Likewise similar or corresponding parts, components / accessories shall
also be interchangeable.
2.4 Wherever and whenever a material or article is specified or described by the name of a
particular brand, manufacturer, vendor, the specific item mentioned shall be understood
as establishing type, function, quality and not as limiting competition. However bidders
may offer other similar components / accessories provided they meet with the required
standards, design, duties and performance.
2.5 Goods and accessories so offered shall conform to type test and shall also be subjected
to acceptance and routine tests in accordance with the requirements stipulated in this
specification. The CESU reserves the right for repeating any or all of the type tests to be
conducted on the goods supplied.
3.0. STANDARDS
3.1. Except as modified by this specification all materials to be supplied shall conform to the
requirements of the latest editions of the following standards:
a) IS 1255 Code of practice for Installation and maintenance of power cables up to
33kV and including 11 KV rating
b) IS 7098 (Part 2 ) Cross – linked Polyethylene PVC sheathed cables.
c) IEC 332 Tests on erected cables
d) IEC 1329 Allied steel, tubes, tubular and other rough iron fittings.
e) IEC 2629 Recommended practice for hot dip galvanizing of iron & steel.
f) ASTM-D : 2671 Standard method of testing heat shrinkable or push on Tapex or cold
type tubing for electrical use.
g) ASTM-D 3111 Flexibility determination of hot melt adhesives by mandrel bend test
method.
h) IEC 60 High Voltage test
i) IS 3043 Code of practice for Earthing
j) IS 8309 Compression type tubular terminals for aluminum conductors of insulated
cable.
4.0. DEVIATION IN SPECIFICATION:
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 166
4.1. All deviations in specification shall be brought out by the bidder and detailed clause by clause
in appropriate annexure form.
4.2. Deviations brought out elsewhere or in any other format will not be considered and are
liable for rejection. The CESU in such an event shall also deem that the bidder has
conformed to the clauses in this specification scrupulously.
4.3. Deviation in specification shall if possible be quoted with reference to standards. The bidder
shall then furnish an authentic English version of such standards.
5.0. LOCAL CONDITIONS :
5.1. It will be imperative on each bidder to fully inform himself of the local conditions and
factors which may have any effect on the execution of the supply and services covered
under these documents and specification.
5.2. It shall be understood and agreed that such factors will have been properly investigated
and considered in any bid that is submitted. The purchaser will entertain no claim for
financial adjustment to the contract awarded under these specifications and documents.
No change in the time schedule of the contract, or any financial adjustment arising
thereof that are based on incorrect information, or its effect on the cost of the contract to
the bidder shall be permitted by the Purchaser.
5.3. Bidders are advised to visit the various areas where the U.G. cables are access, road
/drain / footpath crossings to enable them to make proper costing and then quote
accordingly.
6.0. DETAILS OF WORK :
a) Laying of 3 core, 11 kV, 300 sq mm UG Cables by trenchless technology adopting
horizontal Boring (HDD) by machines with adequate drawing capacity in
200mm HDPE pipe .
b) Laying of 3.5 core, 1.1 Kv 25 sq mm UG Cables by trenchless technology adopting
horizontal Boring (HDD) by machines with adequate drawing capacity in 100
mm2 HDPE pipe.
6.1. The contract will be on the turnkey basis and all the required materials as per
specifications are to be procured by the contractor himself. The specifications for the
major equipment to be procured are as follows :
a) XLPE Cables of above size as per specifications enclosed.
b) Cable jointing termination and straight through kits as per specifications enclosed.
6.2. All the other materials like coarse and fine aggregate sand, joint markers, sealing, route
markers, cable support clamps, terminals and inline connectors, sealing compounds
etc., whether specifically mentioned or not in these specifications are deemed to have
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 167
been included in the scope of supply and installation. Similarly, the contractor has to
arrange for all the tools and plants required for the works at his own cost.
7.0. SERVICE CONDITIONS :
7.1. The cables are being laid in the Nayagarh district, Odisha, where temperature, humidity
effect is heavily experienced.
7.2. The climatic conditions are prone to wide variations in ambient temperature, humidity
etc., and the accessories offered shall be suitable for installation under the above
tropical conditions, where moderately hot and humid conditions conducive to dust, rust
and fungi growth, prevail at site.
7.3. The underground cables are to be laid across the railway track, where other utility
services like telephone, EHT lines and PHD lines are encountered.
8.0. CLIMATIC CONDITIONS
Climatic conditions Sl No Particulars Details
1 Location Nayagarh, Odisha
2 Altitude Not exceed 100 M above MSL-
Almost at the Sea level
3 Max. Ambient air temperature : 45º C
4 Max. Daily average air temp : 38 º C
5 Minimum ambient air temp : 10 º C (Max) 5 º C (Min)
6 Ground temperature at depth of laying assumed : 35 º C (Max)
7 Isoceraunic level : 45
8 Avg. annual rainfall : 1450 mm
9 Avg. number of rainy days per annum 60
10 Climate :
The climate in the city of
Nayagarh is Tropical
moderately hot and humid.
sub- soil water at certain
location at depth of burial of
cables may be anticipated .
11 Soil : Normally wet
9.0. COMPLIANCE WITH REGULATIONS :
9.1. All services carried out by the bidder / sub contractor shall be as per the requirements
of the I.E.Act-2003 & Indian electricity Rules – 1956, OERC and all other applicable
statutory laws governing the services in the state of Odisha
9.2. Particular attention is drawn to the necessity of consulting the local authorities and the
administrative heads concerned with the operation and maintenance of roads, railways,
telegraph and telephone services, water supply and sewerage and other public utilities.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 168
9.3. The CESU will assist in obtaining permission from civil authorities for boring in the
Roads, cutting roads. However the necessary charges shall be paid by the bidder
sufficiently in advance. CESU will also co-ordinate with the traffic police authorities for
regulation of traffic during cutting of roads.
10.0. INSPECTION BY ELECTRICAL INSPECTOR
10.1. All Electrical installations and equipments are to be inspected and approved by the
Chief Electrical Inspector to the Government of Odisha, before commissioning.
10.2. The Contractor will arrange for the payment of the necessary fees for inspection.
10.3. Any defects pointed out by the Electrical Inspector, shall be corrected or attended by
the bidder /subcontractor at his own cost and he shall pay, for subsequent inspection
charges to the Electrical Inspector, for obtaining approval.
11.0. INSTALLATION OF U.G. CABLES
11.1. Method Of Ug Cable Laying : Laying 11 kV HT / 1.1 KV LT UG cables at a depth
not less than 0.9 Mtr and not more than 3 Mtrs, by trenchless technology, adopting
horizontal boring through HDPE pipe using appropriate standard machines. Boring &
Drawing of cable including preparation at site
11.2. ROUTE PLANS: Tentative cable route plans will be furnished to the contractors,
indicating the roads road crossings, findings by excavating trial holes by the contractor /
sub contractor. The work should be taken upon only after CESU Engineers approve the
final route. The CESU reserves the right to change, alter deviate the route on technical
reasons.
11.3. TRIAL PITS : The bidder shall excavate trial pits, for alignment purpose at appropriate
distance apart as warranted by the local conditions, keep a record of the findings and
close the trial holes properly to avoid hindrance / accidents to pedestrian traffic. The
final route / alignment of the cables shall be decided based on the finding of the trial
holes. 11.4. It is the responsibility of the bidder to maintain as far as possible the required statutory
clearances from other utility services.
11.5. Any damage caused, inadvertently to any utility services shall be the sole responsibility
of the contractor.
12.0. STATUTORY NOTICES AND WAY LEAVES
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 169
12.1. The Contractor shall arrange the necessary way leaves from the concerned public utility
authorities and CESU shall give the required assistance to the contractor in completing
the project.
13.0. LAYING OUT THE CABLE :
13.1. 11 kV H.T 3 core HT UG cables: The cable shall be pulled / drawn smoothly in the bored holes by the horizontal boring
machine itself. The excavated cable trench shall be drained of all water and bed
surface shall be smooth, uniform and fairly hard before laying out the cable. The cable
shall be pulled in the trench only on cable rollers spaced out at uniform intervals to
prevent damage to cable. The laying out process shall be smooth and steady, without
subjecting the cable abnormal tension. The cable laid out shall be smoothly and
evenly transferred to the ground after providing sand cushion and shall never be
dropped. All the snake bends in the cable shall be straightened out.
13.2. Loop Cable : One complete loop of the cable has to be kept at each termination point.
14.0. FLAKING
14.1. Wherever it is not possible to lay of the entire cable drum length, the cable should be
cut and properly sealed and if it is necessary to remove the cable from the drum, it
should be properly flaked. Such cable lengths should be properly stored at site. 15.0. CABLES AND OVER BRIDGES :
15.1. Wherever the cable route crosses bridges the cable shall be laid in the ducts, if provided, by
removing and replacing the R.C.C. covers and filled with sand cushion. 15.2. In the absence of the cable ducts over bridges, the cable shall be laid in suitable size
steel/G.I. pipes or as directed by the engineer-In-charge and the pipe covered by cement
concrete if necessary to protect from direct sunrays.
16.0. CABLE CROSSING OPEN DRAINS WITH LONG SPAN :
16.1. Wherever the cable to cross open drains with a long span, the cable shall be laid in suitable
size G.I. pipe, properly jointed with suitable collars. The GI pipe shall be firmly supported
on pillars, columns, or suitable support of R.C.C. foundation with stone masonry in cement
mortar 1:4 16.2. Wherever the U.G. cable has to cross the sewerage or water supply line the U.G. cable has
to be taken below them maintaining adequate clearance. Further wherever the U.G. cable
runs parallel to the telephone cable a separation distance of at east 300-mm shall be
maintained.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 170
16.3. The cables shall be laid in stoneware pipe wherever the cable and trench crosses private
roads, gates, etc. In order to avoid inconvenience the stoneware pipe should be laid first
after excavation and excavated trench shall be back filled, compacted and surface properly
redone to restore that original condition.
17.0. CABLE AND JOINT MARKERS
17.1. Permanent means of indicating the positions of joints on site should be provided. During
the course of permanent reinstatement cable and joint markers, should be laid directly
above the route of the cable and the position of the joint respectively. 17.2. Wherever it is not possible to place the marker directly over the cable route or joint the
marker should be suitably placed near the cable route or joint on which the distance of the
cable route or joint at right angles to and parallel to the marker should be clearly indicated. 17.3. The position of fixing the markers will be at the discretion of the Engineer-In-charge.
18.0. JOINTING OF CABLES
18.1. GENERAL: It shall be noted that the U.G. cables are of XLPE insulation and needs special
care in jointing. The cable jointer and his assistant shall have experience in making joints /
terminations. Jointing work should commence as soon as two or three lengths of cables
have been laid. All care should be taken to protect the factory-plumbed cap/seal by laying
the end solid in bitumen until such time as the jointing is commenced.
18.2. Jointing of cables in carriage ways, drives, under costly paving, under concrete or asphalt
surfaces and in proximity to telephone cables and water mains, should be avoided
whenever possible.
18.3. JOINT PITS: The joint pits should be sufficient dimensions as to allow jointers to work with
as much freedom of movement and comfort as cables proposed to be jointed. The sides
of the pit should be draped with tarpaulin sheet to prevent loose earth from falling on the
joint during the course of making. The pit should be well shored with timber, if necessary.
An overlap of about 1.0 mtr of the cables to be jointed may be kept, for allowance to adjust
the position of the joint. When two or more cables are laid together the joints shall be
arranged to be staggered by 2 to 2.5 mtr. 18.4. SUMP PITS: When jointing cables in water logged ground or under monsoon conditions, a
sump pit should be excavated at one end of the joint pit in such a position so that the
accumulating water can be pumped or bailed out by buckets without causing interference
to the jointing operation. 18.5. TENTS: A tent should be used in all circumstances wherever jointing work is carried out in
the open irrespective of the weather conditions. The tent should be so covered as to have
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 171
only one entrance and the back facing the direction of the wind. The tent cover should be
properly weighted or tied down on the sides.
18.6. MEASUREMENT OF INSULATION RESISTANCE: Before jointing is commenced the
insulation resistance of both sections of the cable to be jointed should be checked by
insulation resistance testing instrument. An insulation resistance – testing instrument of
2.5/5 kV shall be used. The Insulation Resistance values, between phases and phase to
earth shall be recorded. The actual jointing operation shall start only after the approval of
the engineer in charge of works.
18.7. PRECAUTIONS BEFORE MAKING A JOINT OR CUTTING A CABLE. The cable end seals should not be opened until all necessary precautions have been
taken to prevent circumstances arising out of rainy/inclement weather conditions, which
might become uncontrollable. The cable seals should be examined to ascertain if they are
intact and also that the cable ends are not damaged, if the seals are found broken or the
lead sheath punctured, the cable ends should not be jointed until after due examination
and testing by the engineer-in-charge of the works.
18.8. PRECAUTIONS TO BE TAKEN ON LIVE CABLES IN SERVICE
Sometimes it becomes necessary that a H.V. cable, which is in service, be cut for making
a straight joint with a new cable. In such cases work on joint should start only after the in
service cable is properly identified, isolated, discharged, tested and effectively earthed.
Search coils interrupters or cable-identifying instruments should be used for this purpose.
18.9. IDENTIFICATION NUMBERS / COLOURS AND PHASING : The cables should be laid
and jointed number to number or colour to colour shown on the core identifying marks and
prevent cross jointing. In all cases, the cables should be tested and phased out, and more
particularly so when the cable terminates at Ring Main Unit / Sub-station. 18.10. MAKING A JOINT: The Heat shrinkable joints used shall be conforming to the
specification vide Sec-iv. Alternatively push-on or Tapex or cold shrinkable type can be
used with the approval of CESU. The contractor should furnish all the technical
particulars of these joints and obtain approval only in case they are found superior to the
heat shrinkable joints. Epoxy based joints are not permitted. Comprehensive jointing
instructions obtained from the manufacturer of joint kits shall be meticulously followed.
The connection of the earth wires should be done using flexible bonds connected to cable
sheath using clips or soldering. Aluminum conductor strands shall be joined be joined by
mechanical compression method, using suitable die and sleeve with a good quality tool.
The joints shall conform to specification as per IS 13573-1992.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 172
18.11. TRANSITION JOINTS: Wherever straight through joints will have to be made with existing
cables under the following conditions, the contractor shall arrange such type of joints and
execute them with skilled jointers.
(1) Between cables having two different types of insulation viz., paper and XLPE (2) Between cables having two different types of conductor material, viz. copper and
aluminum. (3) Or a combination of the above
The transition joints shall conform to IS 13705 – Transition joints for cables for
working voltages from 11 KV upto and including 33 KV – performance
requirements and type tests.
18.12. CABLE TERMINATIONS: Cable terminations required are both indoor and outdoor type
and invariably be of heat shrinkable type conforming to the specifications vide Sec-iv. .
Alternatively push-on or Tapex or cold shrinkable type can be used with the approval of
CESU with appropriate sheds for rainwater in case of outdoor terminations. All the
technical particulars to establish the superiority in the performance of these joints shall be
furnished while seeking approval. The terminations shall conform to specifications as per
IS 13573 – 1992. The instructions furnished by the manufacturer of termination boxes/kits
should strictly be followed.
18.13. Whenever a cable raised from the trench to end in termination, to be finally connected to
an overhead line or transformer, the following instructions should be complied with –
(i) One coil to made and left in the ground for future needs
(ii) The rise of cable, immediately from the ground level should be enclosed in
suitable diameter GI pipe to height of 2 mtr.
(iii) The balance portion of the cable should be neatly curved, in ‘S’ shape.
(iv) The cable and pipe should be properly fastened by using appropriate clamps
/support. The hardware of clamps shall be painted with red oxide and enamel
paint or galvanized.
(v) The lugs on the termination shall be compressed with a suitable compression
tool.
19.0. EARTHING AND BONDING
19.1. The metal sheath and Armour should be efficiently bonded and earthed at all terminals to
earth electrodes provided. The cross sectional area of the bond shall be such that the
resistance of each bond connection shall not exceed the combined resistance of an equal
length of the metal sheath and Armour of the cable.
20.0. TESTING AFTER LAYING AND JOINTING
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 173
20.1. All cables after laying and jointing works are completed should be tested systematically
and insulation and pressure tests should be made on all underground cables. 20.2. All test results should be recorded in tabular form in logbooks kept for the purpose 20.3. The cable cores should be tested for :-
(i) Continuity (ii) Absence of cross phasing (iii) Insulation resistance to earth; insulation resistance between conductors.
21.0. H.V. TESTS
21.1. After the laying and jointing work is completed, a high voltage test should be applied to
the cable to ensure that the cable has not been damaged during or after the laying
operations and there is not defect in the joining
21.2. The high voltage tests should be as per IS 1255 or as per international standards. The
H.V. testing instruments shall be brought by the turn key contractor.
22.0. TESTING AND RECORD OF CABLE CONSTANTS :
22.1. When the cable is ready, just before commissioning, the cable constants viz, the
resistance, capacitance and inductance of each conductor should be determined and
recorded, along with frequency at which the values of capacitance and inductance are
determined.
23.0. GUARANTEE
23.1. All the cable joints / termination done by the contractor shall be guaranteed for 24 months
from the date of energisation of the complete cable. In the event of failure during the
guarantee period, the restoration work shall be done free of cost by the contractor within
24 hours of giving notice or else the expenditure incurred by CESU to re-do the joint /
termination will be recovered from the performance guarantee amount held with the
CESU.
24.0. CABLE RECORDS 24.1. Accurate neat plans / sketches, drawn to suitable scale (1 cm = 10M) should be prepared
and furnished by the contractor after the completion of each work.
24.2. All relevant information should be collected at site, during the progress of work and
preserved for preparation of drawings.
24.3. The following essential data should be incorporated on all drawings
a) Size, type of cable or cables.
b) Location of the cable in relation to prominent land mark property, Kerb-line etc., with
depths.
c) The cross section showing where cables are laid in piper or ducts, giving their sizes,
type and depths.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 174
d) Position and type of all joints
e) Location of other cables which run alongside or across the cable route.
f) Position and depths of all pipers, ducts, etc., which are met as obstruction to the
cable route.
g) Accurate lengths from joint to joint
h) Manufacturers name and drum number of the cable, between sections / joint to joint.
Two transparencies and six blue print copies of the cable records prepared as above shall be given to the CESU’s engineer as a part of the contract as soon as the cable is charged.
GUARANTEED TECHNICAL PARTICULARS FOR 25 KVA & 63 KVA, 11/0.433 KV, 3 PHASE STAR RATED DISTRIBUTION TRANSFORMERS
Sl. No
Description As Specified
25 KVA 63 KVA
1 2 3 4
1 Make
2 Name of the Manufacturer
3 Place of Manufacture
3 (a) Type of B.E.E Specified Star Level to be fixed near Name Plate. Three Star
Three Star
4 Voltage Ratio 11000/433V 11000/433V
5 Rating in KVA 25 63
6 Core Material used and Grade: CRGO and M3 or
Better CRGO and M3 or
Better
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 175
a) Flux density 1.5 Tesla (Max.) 1.5 Tesla(Max.)
b) Over fluxing without saturation (Curve to be furnished by the Manufacturer in support of his claim)
7 Maximum temperature rise of:
a) windings by resistance method 40
0C over an ambient of
500C
400C over an ambient
of 500C
b) Oil by thermometer 35
0C over an ambient of
500C
350C over an ambient
of 500C
8 Magnetizing (no-load) current at:
a) 90% Voltage
b) 100% Voltage
c) 112.5% Voltage
9 Core loss in watts:
a) Normal voltage
b) Maximum voltage
10 Resistance of windings at 200C (with 5% tolerance)
a) HV Winding (ohms)
b) LV Winding (ohms)
11 Full load losses (watts) at 750C
12 Total losses at 100% load at 750C 695 Watts (Max.) 1250 (Max.)
13 Total losses at 50% load at 750C 210 Watts (Max.) 380 (Max.)
14 Current density used for : (Ampere/ Sq mm)
a) HV Winding 1.4(Max.) 1.4 (Max.)
b) LV Winding 1.4(Max.) 1.4 (Max.)
15 Clearances : (mm)
a) Core and LV
b) LV and HV
c) HV Phase to Phase
d) End insulation clearance to earth
e) Any point of winding to tank
16 Efficiency at 750C:
a) Unity P. F. and
b) 0.8 P.F
1) 125% load
2) 100% load
3) 75% load
4) 50% load
5) 25% load
17 Regulation at:
a) Unity P.F.
b) 0.8 P.F. at 750C
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 176
18 % Impedance at 750C
4.5+10%(No negative tolerance)
4.5+10%(No negative tolerance)
19 Separate Source Voltage withstand Test:
(I) HV 28kV/50 HZ for 1 minute Yes Yes
(ii) LV 3kV/50 HZ for 1 minute Yes Yes
20 Induced Over Voltage withstand Test (Double Voltage and Double frequency for 1 minute)
22KV for HV winding by applying 0.866 KV on LV at 100Hz for the duration
of 1 minute.
22KV for HV winding by applying 0.866 KV on LV at 100Hz for the duration of 1
minute.
21 Impulse test HV-95KV peak, LV- NA HV-95KV peak, LV-
NA
22 Mass of : (kg)
a) Core lamination (minimum)
b) Windings (minimum)
c) Tank and fittings
d) Oil (Kg)
e) Oil quantity (minimum) (litre)
f) Total weight
23 Oil Data:
1. Quantity for first filling (minimum) (litre)
2. Grade of oil used
3. Maker's name
4. BDV at the time of filling (kV)
24 Transformer:
1) Overall length x breadth x height (mmx mmx mm)
2) Tank length x breadth x height
3) Thickness of plates for
a) Side plate (min) 3.15mm 3.15mm
b) Top and bottom plate (min) 5mm 5mm
4) Conservator Dimensions.
25 Radiation
1) Heat dissipation by tank walls excluding top and bottom
2) Heat dissipation by cooling tube.
3) Diameter and thickness of cooling tube.
4) Whether calculation sheet for selecting cooling area to ensure that the transformer is capable of giving continuous rated output without exceeding temperature rise is enclosed.
26 Inter layer insulation provided in design for:
1) Top and bottom layer Epoxy Dotted Kraft
Paper Epoxy Dotted Kraft
Paper
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 177
2) In between all layer Epoxy Dotted Kraft
Paper Epoxy Dotted Kraft
Paper
3) Details of end insulation. Press Board Press Board
4) Whether wedges are provided at 50% turns of the HV coil
27 Insulation materials provided
a) For conductors
(1) HV DPC DPC
(2) LV DPC DPC
b) For Core Carlite Carlite
28 Material and Size of the wire used.
1) HV Dia (mm) (SWG)
2) LV
a) Strip size
b) No. of Conductors in parallel
c) Total area of cross section (sq mm)
29 Whether the name plate gives all particulars as required in Tender
30 Particulars of bushings HV/LV
1) Maker's name
2) Type IS-3347/ IS-2099/ IS- 7421
3) Rating as per IS
4) Dry power frequency voltage withstand test HV-28KV, LV-3KV HV-28KV, LV-3KV
5) Wet power frequency voltage withstand test HV-28KV, LV-3KV HV-28KV, LV-3KV
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.
ADDITIONAL DETAILS FOR 25 KVA & 63KVA,11/0.433KV, 3-PHASE 3 STAR RATED DISTRIBUTION TRANSFORMERS
Sl. No
Description Unit As Specified
1 Core Grade CRGO, M3 or Better
2 Core diameter mm
3 Gross core area sq cm
4 Net core area sq cm
5 Flux density Tesla 1.5 (Max.)
6 Mass of core kg
7 Loss per kg of core at the specified flux density watt
8 Core window height mm
9 Centre to centre distance of the core mm
10 No. of the LV turns
11 No. of the HV turns
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 178
12 Size of the LV conductor bare / covered mm
13 Size of the HV conductor bare / covered mm
14 No. of parallels
15 Current density of LV winding A/sq mm
16 Current density of HV winding A/sq mm
17 Wt. of the LV winding for Transformer Kg
18 Wt. of the HV winding for Transformer Kg
19 No. of LV Coils/ phase
20 No. of HV Coils/ phase
21 Height of LV Windings mm
22 Height of HV Windings mm
23 ID/OD of HV Windings mm
24 ID/OD of LV Windings mm
25 Size of the duct in LV winding mm
26 Size of the duct in HV winding mm
27 Size of the duct between HV and LV mm
28 HV winding to LV winding clearance mm
29 HV winding to tank clearance mm
30 Calculated impedance %
31 HV to earth creepage distance mm
32 LV to earth creepage distance mm
Sub-station Fencing with barbed wire
Fencing ( 15ft x 10ft x 5ft ) with construction 10 “ width retaining wall upto 0.5 mtr & with MS gate(
1mtr(w)x1.5mtr.(ht)),having pad lock system. The RCC fencing post that will be grouted by providing 1:2:4 mix
concrete. The grouting depth should not be less than 500 mm. Three layers of barbed wire to be fitted with
suitable hooks in each side of the boundary. Locking arrangement should be provided in the gate. Two nos of
coil earth has to be provided for fencing separately at outside of the S/S area. The gate should be earthed by
proving separate coil earth. Plastering in proportion 1:6 has to be done over the expose brick masonry. The
fencing and gate shall be as per the drawing enclosed.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 179
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 180
Section-VI
ROUTE DIAGRAM &
DRAWINGS
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 181
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 182
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 183
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 184
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 185
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 186
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 187
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 188
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 189
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 190
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 191
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 192
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 193
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 194
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 195
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 196
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 197
Section - VII
Price Schedule
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 198
PRICE SCHEDULE FORMAT
SCHEDULE OF QUANTITY & PRICE
ERECTION & COMMISSIONING OF ………………………………..
(Firms shall quote the unit rate and total rates including all taxes and Duties)
Sl.
No.
Description of
works.
Unit Quantity Unit
Supply
Rate.
(Rs.)
Amount
(Rs.)
Unit
Erection
Rate
(Rs.)
Amount
(Rs)
Total
(Rs)
1 2 3=(1x2) 4 5=(4x1) 6=(3+5)
1.
TOTAL (RS.)
Rupees in words………………………………………………………………………..
Please refer Section-III, Bid proposal sheets enclosed with this tender specification. Bidders are required
to enter their item wise rates in the package for which he wants to submit their total bid.
Bidders will be permitted to only enter the item wise rates. No other modification shall be permitted.
Bidders are required to sign each and every page and enclose the same in the Price Bid for separately in
Sealed Condition. One soft copy in CD in excel format shall also be submitted in the Price Bid.
(Signature of the Bidders)
Note:
i. Unit rate is inclusive of all taxes and duties.
ii. Any discrepancy in unit rate and amount, unit rate stands.
iii. Any column left blank shall be treated as nil/ inclusive of.
iv. In the event of multiple supply and erection prices quoted for the same item the lowest quoted
supply and erection rate for the item shall be considered for evaluation.
v. Any other miscellaneous materials required as per site condition to execute the work in complete
manner which is not included in the above price schedule, has to be taken into consideration
during quoting the price for each scope. The quoted sub scope price is considered to be inclusive
of these extra required items
vi. If the quoted/evaluated rate of the bidder is less than 14.99% (without round off ) of the tender
estimated cost, then such a bid shall be rejected and tender shall be finalized basing on merits of
rest bids i.e. for Rs. 100 estimated cost lowest accepted quoted/evaluated price is Rs. 85.01.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 199
vii. Regarding less quoting of price bid w.r.t tender estimated cost as per amendment of OPWD code:
Additional Performance Security shall be obtained from the bidder when the bid amount is less than
the estimated cost put to tender. In such an event, the bidders who have quoted less bid price / rate
than the estimated cost put to tender shall have to furnish the exact amount of differential cost i.e.
estimated cost put to tender minus the quoted amount as Addition Performance Security in shape of
Demand draft / Term Deposit Receipt pledged in favour of CESU with validity same as the
validity of CPBG for this tender in sealed envelope along with the price bid at the time of
submission of bids.
The bids of the technically qualified bidders will be opened for evaluation of the price bid. In case of
the bidders quoting less bid price / rate than the estimated cost put to the tender and have not
furnished the exact amount of the differential cost (i.e. estimated cost put to tender minus the quoted
amount) as Additional Performance Security in shape of Demand Draft / Term Deposit Receipt, their
price bid will not be taken in to consideration for evaluation even if they have qualified in the
technical bid evaluation.
This security amount shall be released only after expire of validity of CPBG as mentioned in Clause
29.04 of GCC. The aforesaid amount shall not carry any interest payable to the bidder.
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 200
CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA
PRICE SCHEDULE
Price Schedule for turn key execution for shifting & conversion of the existing 11 KV and LT OH lines & substations to UG Cabling & OH system in different Railway crossings over the new Khordha- Bolangir railway line ( Ch. 105.600 to Ch. 138.679 ) under NED, Nayagarh.
Sl.No
Particulars Unit Qty.
Supply Erection Total
Amount (Rs.)
Unit Rate (Rs.)
Total Rate (Rs.)
Unit Rate (Rs.)
Total Rate (Rs.)
A
1. Construction of 11KV Line with 55mm2 AAAC using 11 Mtr long 150x150 mm RS Joist pole- 1.5 KM 2. Construction of 11KV Line with 55mm2 AAAC using 10 Mtr long 116x100mm RS Joist pole- 1.8 KM 3. Construction of 11KV Line with 55mm2 AAAC using 9 Mtr long 300Kg PSC Pole – 4.94 KM 4. Construction of 11KV DP using 10 mtr long 150x150mm RS Joist – 36 Nos. 5. Construction of 25 KV , 11 / 0.4 KV DP mounted S/S over 9 Mtr. Long 300 Kg. PSC Pole – 1 No. 6. Up gradation of S/S capacity from 25KVA , 11 / 0.4 KV to 63 KVA , 11 / 0.4 KV – 1 No. 7. Construction of 10 KVA, 11 / 0.23KV S/S (with DT) over 9 Mtr. Long PSC pole – 1 No. 8. Construction of 10 KVA , 11 / 0.23KV S/S (without DT) over 9 Mtr. Long PSC pole – 4 Nos 9. Construction of LT pole with 8 Mtr long 125x75mm RS Joist for raising of cable – 6 Nos. 10. Construction of LT line with 8 Mtr 200KG PSC Pole & ABC(1x35+1 x25mm2) – 1 KM 11. Construction of LT line on existing Pole & ABC (3x35+1 x 25mm2) in KM – 0.2 KM Above works including fabrication, erection of pole, padding, mass concreting, couping, coil earthing, with fitting of all accessories, stay fixing, guarding and concreting and stringing of 55mm2 AAAC including supply of all materials, painting of all Iron materials with one coat of red oxide & two coats of alluminium paints in complete shape as per IE Rule / REC specification and standard .
1 11 mtr long, 150x150mm RS Joist
pole (34.6 Kg/ mtr) No 12
2 10 mtr long, 150x150mm RS Joist
pole (34.6 Kg/ mtr) No 72
3 10 mtr long, 100x116 mm RS Joist
pole ( 23.6 Kg/ mtr ) No 28
OSM
Supply
rate not
to quote
4 8Mtr long 200KG PSC pole No 23
5 8Mtr long, 125x75mm RS Joist
pole (13.8 Kg/ mtr) No 6
OSM
Supply
rate not
to quote
6 9Mtr long 300Kg PSC pole No 105
7 100x50x5 mm MS Channel (9.56
Kg/ mtr) Kg 5707.36
8 75x40x5 mm MS Channel (7.14
Kg/ mtr) Kg 3211.76
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 201
9 65x65x6 mm MS Angle (5.8 Kg/
mtr) Kg 1700
10 50x50x6mm MS Angle (4.5 Kg/
mtr) Kg 303.75
11 11 KV V cross Arm (10.2 Kg each
) No 114
12 Top bracket 75x40mm MS
channel ( 1.3 kg each) No 114
13 Back Clamp for V cross Arm
(1.7 Kg each) No 114
14 11KV AB switch 3pole (200 Amp) Set 5
15 11KV HG Fuse 3 Pole (400 Amp) Set 1
16 11KV HT Stay Set Complete Set 138
17 7/10 SWG G.I. Stay wire Kg 1380
18 11KV HT stay insulator No 138
19 11KV H.T. Stay Clamps
(1.95Kg/Pair) Pair 138
20 LT Stay set complete Set 17
OSM
Supply
rate not
to quote
21 7/12 SWG stay wire Kg 170
22 LT stay clamp Pair 17
23 LT stay insulator No 17
24 No.6 GI wire Kg 130
25 11 KV L. A (12 KV, 10 KA) No 121
OSM
Supply
rate not
to quote
26 11KV G.I. Pin No 414
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 202
27 11KV Pin insulator No 414
28 25x6mm G.I. Flat for Earthing Kg 1770
29 40 mm dia 3mtr long Heavy gauge
G.I. earthing Pipe No 122
30 No. 8 GI wire (for Guarding) Kg 105
31 GI I hook (for Guarding) No 30
32 55 mm2 AAAC KM 26.13
33 GI barbed wire anti climbing
device (2 Kg. Per support) Kg 280
34 11KV Disc Insulator (B&S Type,
70KN) No 594
OSM
Supply
rate not
to quote
35 11KV H/W fitting for (B & S) No 297
36 M/S Nuts & Bolts with washer
(Different size) Kg 1183
OSM
Supply
rate not
to quote
37 1x35+1X25 Sq. mm LT XLPE AB
Cable KM 1.06
38 3 x 35 + 1x25 Sq. mm LT XLPE
AB Cable Km 0.22
OSM
Supply
rate not
to quote
39 Dead end clamp No 10
40 Suspension Clamp with I hook No 19
41 Concrete slab for base plate
(2ftx2ftx2") No 121
42 Red oxide paint Ltr 143.5
43 Aluminium paint Ltr 142.5
44 Black paint Ltr 28
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 203
45 Coil Type Earthing of Support No 146
46
Concreting of support C.C - 1:3:6 using 20mm BHG metal size - 5'6"x2'x2' = 22CFT = 0.620Cum Padding of pole pit C.C. – 1:4:8 using 40mm BHG metal size- 900x600x150mm = 0.081 Total 0.701Cum
No 147
47
Couping of support section 15''x15'' ( 3.9Cft) height 2'-6” ( 1' - 6'' above G.L & 1' below ground level ) in C.C 1:2:4 using 12mm BHG metal & curing for 5 days
No 125
48
Materials for Massonary work for
Earth Pit, Charcoal, Salt etc
including construction of earthing
chamber (Size: 2'x2') and RCC
slab cover
No 122
49
Fixing of stay set with 0.5Cum
Cement concrete foundation 1:3:6
size (900mmx600mmx900mm)
using 40mm BHG Metal with all
labour and materials except stay
set, stay wire and stay insulator.
No 155
50 Transformer Mounting Bracket No 5
51 11KG HG Fuse (2pole 200Amp) Set 5
52 11KG AB Switch ( 2pole 200Amp) Set 1
53 16mm2 PVC LT Cable (2 Core) Mtr 45
54
Barbed fencing for DT S/s (Size:
15ft x10 ft ) with construction 10”
width retaining wall up to 0.5 mtr,
erection of RCC fencing post, sand
filling and metal spreading, Fixing
of Iron grill gate as per CESU
specification.
No 6
55 10KVA, 11/0.23KV Transformer
(Al) No 1
56 63KVA, 11/0.4KV Transformer (Al) No 1
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 204
57 LT Dist Box with MCCB
arrangement for 63KVA S/S No 1
58 25KVA, 11/0.4KV Transformer (Al) No 1
59 LT Dist Box with MCCB
arrangement for 25KVA S/S No 1
60 3 1/2 x35mm2 PVC cable for
25KVA Tfr Mtr 15
61 3 1/2 x95mm2 PVC cable for
63KVA Tfr Mtr 15
OSM
Supply
rate not
to quote
62 LT Dist Box with Kit Kat
arrangement for 16KVA S/s No 5
OSM
Supply
rate not
to quote
63
Sundries for survey tree cutting,
small size nut bolt, Allm. Binding
wire / tape, Danger Board,
guarding materials for road
crossing etc.
LS 1
PART-B
1. Construction of 11 KV line with 3x300mm2 11KV XLPE UG Cable (main and spare ) in HDD method
along with all other materials to complete the scope = 6790 Mtr
2. Construction of LT line with UG Cable (3 1/2 C, 25mm2) Al armoured Cable (main and spare ) in HDD
method along with all other materials to complete the scope = 1710 Mtr
64
Supply of Three Core 300 mm2
11KV Alluminium armoured XLPE
cable (Extruded type, ISI marked)
(main and spare) for laying of
cable including looping and
raising.
Mtr 6790
Erection
rate not
to quote
65
Outdoor Termination kit (Heat
Shrinkable Type ) for 11 KV
300mm2 3 core cable
No 68
66
Straight through Out Door jointing
kit (Heat Shrinkable Type ) for 11
KV 300 mm2 3 Core Cable
No 8
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 205
67 Route and joint indicating stones
with M.S. Anchor rod No 80
68
160mm dia HDPE pipe (PE-80-
PN8) of wall thickness as per
relevant IS specification with its
latest amendment (ISI marked, fire
proof) with all accessories for
raising of cable at both end of DP
Mtr 408
69
Supply of 200mm dia HDPE
casing pipe (PE-80-PN8) of wall
thickness as per relevant IS
specification with its latest
amendment (ISI marked) (fire
proof) with all accessories for
laying 11KV XLPE Cable under
ground
Mtr 5090
Erection
rate not
to quote
70
Supply of 3 ½ core 25mm2
Alluminum armoured LT XLPE
cable (Extruded type, ISI marked)
(main and spare) including looping
and raising of Cable
Mtr 1710
Erection
rate not
to quote
71
31/2core 25mm2 LT cable Outdoor
Termination kit (Heat Shrinkable
Type )
No 12
72
Supply of 100mm dia HDPE
casing pipe (PE-80-PN8) of wall
thickness as per relevant IS
specification with its latest
amendment (ISI marked, fire
proof) with accessories for laying
LT XLPE Cable under ground
Mtr 1410
Erection
rate not
to quote
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 206
73
Inspection chamber for straight
through joint location of size 5 ft x
4 ft x 4 ft including rise of minimum
1.5ft from the ground level in KB
brick of wall thickness of 15 inch
with 1 inch plastering (1:4) with
RCC (1:3:6) cover of at least 4”
thick with proper lifting
arrangement with the provision of
cable in and out arrangement in
the chamber complete including
supply of all materials, full sand
filling, labour, T&P, transportation
etc as per the direction of the
Engineer in charge.
No 8
74
Laying of HT cable (main +spare)
through 200 mm dia HDPE pipe by
HDD method with excavation in all
type of soil with T&P and high
pressure testing
Mtr 5090
Supply
rate not to
quote
75
Laying of LT cable (main +spare)
through 100 mm dia HDPE pipe by
HDD method with excavation in all
type of soil with T&P and high
pressure testing
Mtr
1410
Supply
rate not to
quote
76
Laying of balance HT cable for
looping in loop chamber and
raising at DP structure
Mtr 1700
Supply
rate not to
quote
77
Laying of balance LT cable for
looping in loop chamber and
raising at single pole structure
Mtr 300
Supply
rate not to
quote
78
Cable loop chamber of size 4 mtr
x4 mtrx 1.5mtr including rise of
minimum 1.5 ft from the ground
level in KB brick of wall thickness
of 15 inch with 1 inch plastering
(1:4) with RCC (1:3:6) cover of at
least 4” thick with proper lifting
arrangement with the provision of
cable in and out arrangement in
the chamber complete including
supply of all materials, full sand
filling, labour, T&P, transportation
etc as per the direction
No 40
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 207
PART-C
Labour charge for dismantling
of over head line
79
Dismantling of 11KV Conductor
with accessories and
transportation to CESU store
Span 153
Supply
rate not to
quote
80
Dismantling of 8Mtr long 200Kg
PSC pole and transportation to
CESU store
No 150
Supply
rate not to
quote
81
Dismantling of 9Mtr long 300Kg
PSC Pole and transportation to
CESU store
No 19
Supply
rate not to
quote
82
Dismantling of 1P2W conductor/
ABC with accessories and
transportation to CESU store
Span 20
Supply
rate not to
quote
83
Dismantling of 10KVA, 11/0.23KV
Transformer with accessories and
return to CESU store
No 2
Supply
rate not to
quote
84
Dismantling of 10KVA, 11/0.23KV
Transformer with accessories and
fixing of Transformer at new DT
location
No 4
Supply
rate not to
quote
85
Dismantling of 25KVA, 11/0.4KV
Transformer with accessories and
return to CESU store
No 1
Supply
rate not to
quote
86
Dismantling of 2P2W
conductor/ABC with accessories
and transportation to CESU store
Span 8
Supply
rate not to
quote
Total Price (A+B+C)
Total Price : Rs ……………………………………………………………………
[In figures: Rupees………………………………………………………………………. only]
(Units Rates quoted are inclusive of freight & insurance, all taxes & duties and other levies, if any )
Additional information: ( to be filled up by the bidder and to be submitted along with the Part-II, i.e. Price
bid )
Signature of the Tenderer
with Company Seal
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations
to UG Cable in different Railway crossings under NED, Nayagarh.
Central Electricity Supply Utility of Odisha Page 208
Place:
Date:
Bidders will be permitted to only enter the item wise rates. No other modification shall be permitted. Bidders are
required to sign and enclose the same in the Price Bid in one envelope for total package separately in Sealed
Condition. One soft copy in CD shall also be submitted in the Price Bid.
Note:
i. Unit rate is inclusive of all taxes and duties.
ii. Any discrepancy in unit rate and amount, unit rate stands.
iii. Any column left blank shall be treated as nil/ inclusive of.
iv. In the event of multiple supply and erection prices quoted for the same item the lowest quoted
supply and erection rate for the item shall be considered for evaluation.
v. Any other miscellaneous materials required as per site condition to execute the work in complete
manner which is not included in the above price schedule, has to be taken into consideration
during quoting the price for each scope. The quoted sub scope price is considered to be inclusive
of these extra required items.
vi. If the quoted/evaluated rate of the bidder is less than 14.99% (without round off ) of the tender
estimated cost, then such a bid shall be rejected and tender shall be finalized basing on merits of
rest bids i.e. for Rs. 100 estimated cost lowest accepted quoted/evaluated price is Rs. 85.01.
vii. Regarding less quoting of price bid w.r.t tender estimated cost as per amendment of OPWD
code:
Additional Performance Security shall be obtained from the bidder when the bid amount is less
than the estimated cost put to tender. In such an event, the bidders who have quoted less bid
price / rate than the estimated cost put to tender shall have to furnish the exact amount of
differential cost i.e. estimated cost put to tender minus the quoted amount as Addition
Performance Security in shape of Demand draft / Term Deposit Receipt pledged in favour of
CESU with validity same as the validity of CPBG for this tender in sealed envelope along
with the price bid at the time of submission of bids.
The bids of the technically qualified bidders will be opened for evaluation of the price bid. In
case of the bidders quoting less bid price / rate than the estimated cost put to the tender and
have not furnished the exact amount of the differential cost (i.e. estimated cost put to tender
minus the quoted amount) as Additional Performance Security in shape of Demand Draft /
Term Deposit Receipt, their price bid will not be taken in to consideration for evaluation even if
they have qualified in the technical bid evaluation.
This security amount shall be released only after expire of validity of CPBG as mentioned in
Clause 29.04 of GCC. The aforesaid amount shall not carry any interest payable to the bidder.
(This form should be duly filled up by the tenderer & submitted in duplicate in separate envelopes super-
scribing "PART -II PRICE BID" signed and sealed in each page.)