administrator wesco utility · & eight nos. location under sed, sonepur due to construction of...
TRANSCRIPT
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 1 ~ Signature of Bidder with Seal
ADMINISTRATOR
WESCO UTILITY *************************************************
TENDER SPECIFICATION FOR
SHIFTING OF 33 KV, 11 KV & LT LINE & SUB-
STATION AND CONVERSION OF OVER HEAD
LINE TO UNDERGROUND SYSTEM AT THREE
NOS. LOCATIONS UNDER SEED, SAMBALPUR &
EIGHT NOS. LOCATION UNDER SED, SONEPUR
DUE TO CONSTRUCTION OF NEW RAILWAY
LINE FROM SAMBALPUR - BAMUR & KHORDHA
– BALANGIR RESPECTIVELY
TENDER NOTICE No.: WESCO/WORKS/19-20/03 Date: 01.01.2020
Semi Turnkey Contract (Supply & Erection)
1) DATE OF OPENING OF TENDER : 20.01.2020
2) TIME : 16:00 hrs.
3) PLACE : WESCO Utility Head Quarter Office
(WEST Block), Burla
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 2 ~ Signature of Bidder with Seal
WESCO UTILITY
Headquarter: At/PO: Burla, Dist: Sambalpur - 768017, Odisha Phone: (0663)2431297, Facsimile: (0663) 2432115
E-Mail: [email protected], Web site: www.wescoorissa.com
DEPARTMENT OF WORKS & PLANNING
Head Quarter Office (EAST BUILDING), Burla-768017
E-Mail: [email protected] ***************************************************************************************
TENDER NOTICE NO: WESCO/WORKS/19-20/03 Date: 01.01.2020
Work Description: SHIFTING OF 33 KV, 11 KV & LT LINE & SUB-STATION AND
CONVERSION OF OVER HEAD LINE TO UNDERGROUND
SYSTEM AT THREE NOS. LOCATIONS UNDER SEED,
SAMBALPUR & EIGHT NOS. LOCATION UNDER SED, SONEPUR
DUE TO CONSTRUCTION OF NEW RAILWAY LINE FROM
SAMBALPUR - BAMUR & KHORDHA – BALANGIR
RESPECTIVELY ON SEMI-TURNKEY BASIS UNDER DEPOSIT
SCHEME
CONTENTS
SECTION NO. DESCRIPTION PAGE NO.
SECTION: I INVITATION FOR BIDS (IFB) 6-10
SECTION: II GENERAL TERMS AND CONDITIONS OF CONTRACT (GTCC) 11-30
SECTION: III TECHNICAL SPECIFICATION 31-182
SECTION: IV LIST OF ANNEXURES (SCHEDULES & FORMATS) 183-211
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 3 ~ Signature of Bidder with Seal
WESCO UTILITY
Headquarter: At/PO: Burla, Dist: Sambalpur - 768017, Odisha Phone: (0663)2431297, Facsimile: (0663) 2432115
E-Mail: [email protected], Web site: www.wescoorissa.com
DEPARTMENT OF WORKS & PLANNING
Head Quarter Office (EAST Building), Burla-768017
E-Mail: worksandplanning @wescoorissa.com ***************************************************************************************
TENDER NOTICE NO: WESCO/WORKS/19-20/03 Date: 01.01.2020
For and on behalf of the Administrator, WESCO Utility, the undersigned invites sealed
tenders on two part bidding system from the eligible bidders, who comply to the terms and
conditions for “Shifting of 33 KV, 11 KV & LT line & Sub-station and conversion of
over head line to underground system at three nos. locations under SEED, Sambalpur
& eight nos. location under SED, Sonepur due to construction of new railway line from
Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey basis under
DEPOSIT scheme” superscribing the Tender Specification No., Name of the work, Name
of the Packages & date of opening (as mentioned in the specifications).
The tender papers can be had from the undersigned at the above address on payment of the
cost of Tender Paper indicated below in shape of Account Payee bank Draft drawn on any
Public Sector Bank in favour of The Administrator, WESCO Utility payable at
Burla/Sambalpur. The cost of tender paper is non-refundable.
Name of Work: Shifting of 33 KV, 11 KV & LT line & Sub-station and conversion of
over head line to underground system at three nos. locations under
SEED, Sambalpur & eight nos. location under SED, Sonepur due to
construction of new railway line from Sambalpur - Bamur &
Khordha – Balangir respectively on Semi-Turnkey basis under
DEPOSIT scheme.
Location: Three nos. locations under SEED, Sambalpur & Eight nos. location
under SED, Sonepur
SCHEDULE OF WORKS TENDERED:
Package
No. Name of Package
Estimated
Amount
(In RS.)
EMD
Amount
(In RS.)
Minimum
Financial Turn
Over Criteria
(In Rs.)
Cost of
Tender
Paper
(In Rs.)
Package: 1
Shifting of 11 KV
Maneswar Feeder from
KAINTEIPALI to
BHAWANIPALI under
3520926.00 35209.00 1760463.00
11, 800
(Including
GST)
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 4 ~ Signature of Bidder with Seal
ESO, Maneswar of
S.E.E.D., Sambalpur
Package: 2
Shifting of 33 KV IOCL
Feeder from
SINDURPANK to
KHAIRPALI under ESO,
Maneswar of S.E.E.D.,
Sambalpur
7403320.00 74033.00 3701660.00
Package: 3 Shifting of 11 KV
Sindurpank Feeder near
Sindurpank Village under
ESO, Maneswar of
S.E.E.D., Sambalpur
684292.00 6843.00 342146.00
Package: 4 At Railway change
254/931.7 at location
SINGHARI under ESO,
Sonepur of S.E.D.,
Sonepur
6443717.00 64437.00 3221859.00
Package: 5 At Railway change 264/083
at location
NARSINGHAGAD under
ESO, Sonepur of S.E.D.,
Sonepur
2074370.00 20744.00 1037185.00
Package: 6 At Railway Chainage
255/439.2 at location
DHUBAMUNDA under
ESO, Sonepur of S.E.D.,
Sonepur
1402163.00 14022.00 701082.00
Package: 7 At Railway Chainage
260/076 at location
KULIPALI under ESO,
Sonepur of S.E.D.,
Sonepur
1570215.00 15702.00 785108.00
Package: 8
At Railway Chainage
262/316 at location
THAKPALI under ESO,
Tarva of S.E.D., Sonepur
2250186.00 22502.00 1125093.00
Package: 9
At Railway Chainage
265/466 at location
JHARTARVA under ESO,
Tarva of S.E.D., Sonepur
1746031.00 17460.00 873016.00
Package: 10
At Railway Chainage
276/039 at location
JHARTARVA under ESO,
Tarva of S.E.D., Sonepur
4266808.00 42668.00 2133404.00
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 5 ~ Signature of Bidder with Seal
Package: 11
At Railway Chainage
276/213 at location
JHARTARVA under ESO,
Tarva of S.E.D., Sonepur
3292073.00 32921.00 1646037.00
TIME SCHEDULES:
1. Last Date & Time for submission of Bid Document 20.01.2020 AT 13:00 hrs.
2. Date & Time for opening of Technical Bid 20.01.2020 AT 16:00 hrs.
The intending bidders can also download the tender document from our website
www.wescoodisha.com. However the bidder has to furnish a Account Payee Bank Draft
drawn on any Public sector Bank in favour of The Administrator, WESCO Utility payable
at Burla/Sambalpur for the cost of the Tender Paper indicated above, along with his bid,
failing of which the bid will be rejected outright. In the event of any specified date for the
sale, submission or opening of bids being declared as holiday for WESCO Utility, the bids
will be sold / received / opened up at the appointed time on the next working day.
WESCO Utility also reserves the right to accept or reject any or all tenders without
assigning any reason thereof, if the situation so warrants.
For detail Tender Specification & Terms and Conditions, please visit our website
www.wescoodisha.com.
(sd/-)
GM (Works)
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 6 ~ Signature of Bidder with Seal
SECTION – I
INVITATION FOR BIDS (IFB)
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 7 ~ Signature of Bidder with Seal
WESCO UTILITY
Headquarter: At/PO: Burla, Dist: Sambalpur - 768017, Odisha Phone: (0663)2431297, Facsimile: (0663) 2432115
E-Mail: [email protected], Web site: www.wescoorissa.com
DEPARTMENT OF WORKS & PLANNING
Head Quarter Office (EAST Building), Burla-768017
E-Mail: [email protected] ***************************************************************************************
TENDER NOTICE NO: WESCO/WORKS/19-20/03 Date: 01.01.2020
INVITATION FOR BIDS (IFB)
for
“Shifting of 33 KV, 11 KV & LT line & Sub-station and conversion of over
head line to underground system at three nos. locations under SEED,
Sambalpur & eight nos. location under SED, Sonepur due to construction of
new railway line from Sambalpur - Bamur & Khordha – Balangir
respectively on Semi-Turnkey basis under DEPOSIT scheme”
(COMPETITIVE BIDDING)
TENDER NOTICE NO: WESCO/WORKS/19-20/03 Date: 01.01.2020
SECTION – I
1.0 For and on behalf of the WESCO Utility, the undersigned invites bids under two part
bidding system in sealed cover in duplicate duly superscribed with tender Notice
No.: _______, and Date of Opening: _______ from the reputed licensed firms/
individuals having valid HT Electrical License for carrying out “Shifting of 33 KV, 11
KV & LT line & Sub-station and conversion of over head line to underground
system at three nos. locations under SEED, Sambalpur & eight nos. location under
SED, Sonepur due to construction of new railway line from Sambalpur - Bamur &
Khordha – Balangir respectively on Semi-Turnkey basis under DEPOSIT
scheme”.
2.0 Submission of the Bids:
2.1 The Bidders are required to submit a detailed and comprehensive bid, consisting of
Technical and Commercial Proposal and conditions / schedule of non-compliance,
if any.
2.2 The submission of the Bids shall be in the manner specified in the instruction to
Bidders. The due date of submission shall be 20.01.2020 up-to 13:00 hrs.
3.0 WESCO Utility will not be responsible for any costs or expenses incurred by bidders
in connection with the preparation and delivery of bids.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 8 ~ Signature of Bidder with Seal
3.1 WESCO Utility reserves the right to cancel, postpone, withdraw the invitation for Bids
without assigning any reason thereof and shall bear no liability whatsoever consequent
upon such a decision if the situation so warrants.
4.0 E.M.D & TIME SCHEDULES:
Description Date
Last Date for Submission
of Tenders
20.01.2020 up to 13.00 hrs.
Opening of Technical Bid 20.01.2020 up to 16.00 hrs.
Cost of Tender
Paper
(Non Refundable)
Rs. 11, 800.00 (Rupees Eleven Thousand Eight Hundred only)
including GST in shape of Cash/ Account Payee demand
draft issued in favour of The Administrator, WESCO
Utility payable at Burla/Sambalpur
Amount of
E.M.D. Payable
Package wise (Section) EMD in shape of account payee
demand draft / Bank Guarantee in favour of The
Administrator, WESCO Utility payable at Burla /
Sambalpur. In case of Bank Guarantee, the Bank Guarantee
must be encashable at Burla / Sambalpur.
5.0 SCHEDULE OF REQUIREMENTS:
Bidder may quote for the entire quantum of works package wise specified in the
tender schedule.
6.0 QUALIFICATION OF BIDDERS:
6.1 Financial Criteria for qualification:
The minimum average annual turnover of the HT Electrical Contractor should not be
less than 50% of the estimated value of all the package(s) quoted by the bidder(s) in
the Electrification works in any financial year during best three years out of immediate
past 5 financial years. In case the Bidder is in existence for less than three financial
years, the average annual turnover shall be sum of turnover in the completed no. of
financial years divided by no. of years for which the bidder is in existence for the
purpose of meeting the above criteria. Turnover of the entity only (excluding its sister
concerns) shall be considered for arriving at Annual Turnover.
NB:
6.1.1 Bidders participating multiple packages must meet the sum of minimum turn
over requirements of each package as indicated above. Accordingly bidders must
furnish self attested audited Annual Accounts of past 3 best financial year/5 years
to establish their Turnover requirement.
6.2 Technical Criteria for qualification:
“The bidder must have executed 1 KM 11 KV line or above capacity during the last
five financial years preceding to the year of tender notification and should have
successful operation of minimum period of one year. Bidder must enclose copies of
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 9 ~ Signature of Bidder with Seal
the relevant work orders along with client certified copies of Performance Certificates.
7.0 WESCO Utility reserves the right to waive minor deviation, if they do not
materially affect the capacity of the bidder to perform the contract.
8.0 WORK COMPLETION PERIOD:
Work completion period for the complete project: 180 Days
9.0 Bid documents can be downloaded from the website namely: wescoodisha.com. The bid
documents filled in all respects should be accompanied with the following documents in
a sealed cover envelops clearly “Super scribing, Tender Call Notice No., Name of
the package/packages, Dtd. of opening”.
10.0 The cost of Tender Paper as indicated above should be deposited in shape of Bank Draft
drawn on any scheduled Bank in favour of Administrator WESCO Utility payable at
Burla/Sambalpur.
11.0 The E.M.D. for each package as mentioned in „SCHEDULE OF WORKS
TENDERED‟ should be deposited in shape of Bank Draft drawn on any scheduled
Bank in favour of Administrator WESCO Utility payable at Burla / Sambalpur. The
E.M.D. of unsuccessful tenderers will be refunded soon after finalization of the tender.
12.0 Bid documents will be received at WESCO Utility, Works & Planning Department,
Head Quarter Office, Burla, Dist: Sambalpur on or before 20.01.2020 at 13.00 hrs. The
“Technical and Commercial Bid” will be opened on 20.01.2020 at 16.00 hrs. in the
presence of the bidders/ or his authorized representatives.
13.0 The Date & time for opening of “Price Bid” will be intimated latter on. The price bid of
bidders who are successfully qualified on “Techno-Commercial” evaluation shall only
be opened. The price bid shall be opened in presence of the bidders/ or his authorized
representatives.
14.0 Bidders are required to quote the rates in words and figures and put their signatures
below every page and also sign every corrections made in the bid documents. No over-
writing will be entertained.
15.0 The intending tenderers / applicants may verify the scope of the work from the Office of
the Concern Executive Engineer or Works and Planning Department, WESCO, Burla in
any working day between 10:00 AM to 05:00 PM. The last date of receipt of
tender/application by the Works and Planning Department, WESCO, Burla, is on Dt.
20.01.2020 up to 13:00 Hour and tender received beyond the stipulated period will not
be taken into consideration.
16.0 In the event of any specified date for the sale, submission or opening of bids being
declared as holiday. The bids will be sold/received/opened up at the appointed time on
the next working day. The undersigned reserves every right to accept or reject any or all
the tenders without assigning any reason thereof and the authority reserves the right to
negotiate with the L1 bidder only.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 10 ~ Signature of Bidder with Seal
17.0 Within 15 days of issue of the Work Order or Letter of Award, whichever is earlier,
the Contractor shall submit Contract Performance Bank Guarantee issued by a
scheduled Bank, in favour of the Owner, covering 10% of the total value of the work
order.
18.0 DOCUMENTATION:
18.1 Bidder shall furnish copies of original documents defining the constitution or legal
status, place of registration and principal place of business namely of Memorandum and
Article of Association.
18.2 Written power of attorney / Board Resolution of the authorized signatory of the bid.
18.3 Bidders shall submit their audited financial reports for best three financial years out of
last five years. In case the Bidder is in existence for less than 5 years the audited
financial report/s from the date of its incorporation should be furnished.
18.4 Photocopy of valid HT Electrical License confirming to scope of work mentioned in the
Technical Bid.
18.5 Copy of PAN Card.
18.6 Copy of acknowledgement of Income Tax Return for last three financial years or such
no. of years for which the firm is in existence.
18.7 Copy of Audited Financial statements of any 03 years out of last five financial years
excluding the financial year in which the tender is floated.
18.8 TIN Registration Certificate and Goods & Service Tax (G.S.T.) Registration Certificate.
18.9 Photocopy of EPF and Labour License. The successful bidder shall submit Labour
License of the concerned district within 15 days from issue of LOI.
18.10 Photocopy of Experience Certificate with abstract as per prescribed format, if any
relating to this type of work.
18.11 The bidders registered in other States, are to produce “Non-assessment Certificate”
from the Sale Tax Commissioner Odisha.
18.12 Photocopy of ESI registration certificate.
18.13 Bidder shall submit Turnover Certificate from a certified Chartered Accountant for the
last three financial years. The bidder should submit the proof of the experience
certificate confirming to the criteria mentioned under clause No.: 2.
19.0 All correspondence with regard to the above shall be made to the following
address:
WESCO UTILITY
Headquarter: At/PO: Burla, Dist: Sambalpur - 768017, Odisha Phone: (0663)2431297, Facsimile: (0663) 2432115
E-Mail: [email protected], Web site: www.wescoodisha.com
DEPARTMENT OF WORKS & PLANNING
Head Quarter Office (EAST BUILDING), Burla-768017
E-Mail: [email protected]
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 11 ~ Signature of Bidder with Seal
SECTION – II
GENERAL TERMS AND CONDITIONS OF
CONTRACT (GTCC)
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 12 ~ Signature of Bidder with Seal
WESCO UTILITY
Headquarter: At/PO: Burla, Dist: Sambalpur - 768017, Odisha Phone: (0663)2431297, Facsimile: (0663) 2432115
E-Mail: [email protected], Web site: www.wescoorissa.com
DEPARTMENT OF WORKS & PLANNING
Head Quarter Office (EAST Building), Burla-768017
E-Mail: [email protected] ***************************************************************************************
TENDER NOTICE NO: WESCO/WORKS/19-20/03 Date: 01.01.2020
GENERAL TERMS AND CONDITIONS OF CONTRACT (GTCC) for
“Shifting of 33 KV, 11 KV & LT line & Sub-station and conversion of
over head line to underground system at three nos. locations under
SEED, Sambalpur & eight nos. location under SED, Sonepur due to
construction of new railway line from Sambalpur - Bamur & Khordha –
Balangir respectively on Semi-Turnkey basis under DEPOSIT scheme”
(COMPETITIVE BIDDING)
SECTION: II
1.0 GENERAL INSTRUCTIONS:
1.1 All the Bids shall be prepared and submitted in accordance with these instructions.
1.2 Bidder shall bear all costs associated with the preparation and delivery of its Bid and
the Employer will in no case shall be responsible or liable for these costs.
1.3 The Bid should be submitted by the Bidder in whose name the bid document has
been issued and under no circumstances it shall be transferred / sold to the other party.
1.4 The Employer reserves the right to request for any additional information and also
reserves the right to reject the proposal of any Bidder, if in the opinion of the Owner,
the data in support of Tender requirement is incomplete.
1.5 The Bidder is expected to examine all instructions, forms, terms & conditions and
specifications in the Bid Documents. Failure to furnish all information required in the
Bid Documents or Submission of a Bid not substantially responsive to the Bid
Documents in every respect may result in rejection of the Bid. However, the
Purchaser‟s decision in regard to the responsiveness and rejection of bids shall be final
and binding without any obligation, financial or otherwise, on the Purchaser.
2.0 GENERAL INFORMATION:
Administrator, WESCO Utility hereinafter referred to as the “Employer / Owner” is
desirous for Shifting of 33 KV, 11 KV & LT line & Sub-station and conversion of over
head line to underground system at three nos. locations under SEED, Sambalpur & eight
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 13 ~ Signature of Bidder with Seal
nos. location under SED, Sonepur due to construction of new railway line from
Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey basis under
DEPOSIT scheme.
WESCO Utility will supply the following materials:
1) 100 KVA 11/0.4 KV Aluminium wound Dist. Transformer confirming to BIS
Level II & BEE Star 1
2) 100 mm sq AAAC
3) 11 mtr. long 150 x 150 mm Joist Pole (34.6 Kg./mtr.)
4) 13 mtr. long 150 x 150 mm Joist Pole (34.6 Kg./mtr.)
3.0 DEFINITION OF TERMS:
3.1 Administrator, WESCO Uti l i ty shall mean the “EMPLOYER / OWNER” and shall
include its legal representatives, successors and assigns on whose behalf this bid
enquiry is issued by its authorized representative / officers.
3.2 The „Contract‟ means the agreement entered into between the Owner 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.
3.3 „Contractor‟ shall mean the bidder whose bid will be accepted by the Owner for the
award of the Works and shall include such successful Bidder‟s legal representatives,
successors and permitted assigns.
3.4 „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 Owner and will include the legal
representatives, successors and permitted assigns of such person.
3.5 „Engineer in Charge‟ shall mean the officer appointed in writing by the Owner to act
as Engineer from time to time for the purpose of the execution of Contract on behalf of
owner.
3.6 „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.
3.7 „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 Owner or Contractor in
the performance of the Contract.
3.8 „Inspector‟ shall mean the Purchaser or any person nominated by the Owner from
time to time to inspect the equipment, stores or Works under the Contract and/or the
duly authorized representative of the Owner.
3.9 „Notice of Award of Contract‟/ „Letter of Award‟ shall mean the official notice
issued by the Owner notifying the Contractor that his bid has been accepted.
3.10 „Date of Contract‟ shall mean the date on which notice of Award of Contract/ Letter
of Award has been issued.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 14 ~ Signature of Bidder with Seal
3.11 „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.
3.12 The term „Final Acceptance‟/ „Taking Over‟ shall mean the Owner‟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.
3.13 „Commercial Operation‟ shall mean the condition of operation in which the
complete equipment covered under the Contract is officially declared by the Owner to
be available for continuous operation at different loads up to and including rated
capacity. Such declaration by the Owner, however, shall not relieve or prejudice the
Contractor of any of his obligations under the Contract.
3.14 Words pertaining “PERSON” shall include firms, body corporate including companies,
corporations and associations or bodies of individuals whether incorporated or not.
3.15 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.
3.16 In addition to the above, the following definition shall also apply:
3.16.1 „All equipment and materials‟ to be supplied shall also mean „Goods‟
3.16.2 „Constructed‟ shall also mean erected and installed.
3.16.3 „Contract Performance Guarantee‟ shall also mean „Contract Performance
Security‟.
3.16.4 “WESCO” wherever mentioned shall always mean “Administrator WESCO
Utility”.
4.0 SUBMISSION OF TENDER:
4.1 Sealed tenders in Two parts, each complete in all respects in the manner hereinafter
specified are to be submitted at Works Department, Head Quarter Office, WESCO,
BURLA, SAMBALPUR-768017 on or before the date and time specified in the notice
inviting the tenders. The bids shall be submitted in separate double sealed envelopes
superscripted on covers the tender specification number and the due date of opening of
the bids on the right hand top side of the envelop.
4.2 The tenders are required to be submitted in Two Parts each in separate double
sealed covers.
4.2.1 Part - I: Superscribed as “Technical and commercial bid” shall contain Cost of Bid
Documents, Techno commercial documents and EMD.
4.2.2 Part - II, Superscribed as “Price Bid, Name of Work, Tender No. & Date, Package
Name”. The Part - II should contain Price bid only Package wise” (hard copy and
soft copy in Pen Drive).
4.3 Fax and Telegraphic tenders shall not be accepted.
4.4 Receipt of bids/ revised bids after the cut off time and date as specified in the
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 15 ~ Signature of Bidder with Seal
Tender specification shall not be permitted and such bids shall be rejected outright.
The Owner shall not be responsible for any delay in transit in post / courier etc. in this
regard.
5.0 SCOPE OF WORK:
The detailed scope of the work shall include:
5.1 The package wise scope of work mentioned in the tender is tentative in nature.
Therefore, after award of the work, the executing agency is required to conduct a joint
survey mentioning location wise for the actual scope of work with concerned WESCO
Officials along with concern Railway authorities. The final scope so determined after
the joint survey is required to be approved by the competent authority of Head Quarter
Office, WESCO Utility, Burla. The successful bidder can procure the materials
after the approval and after observing required formalities as per tender
specification.
5.2 Detailed survey for location for erection of intermediate poles in LT & HT line
including drilling, SLD, route map & BOQ. Length & type of poles required to
be specifically accounted in BOQ. The same shall be joint signed by
concern Railway authority & WESCO authority location wise without levy any
extra financial burden to WESCO.
5.3 Complete manufacture, including shop testing & supply of materials from the
approved manufacturers (materials which are to be supplied by the bidder) on prior
approval of the owner.
5.4 Providing Engineering drawing, data, operational manual, etc wherever applicable for
the Owner‟s approval.
5.5 Packing and transportation from the manufacturer‟s works to the site and from
WESCO Store to site without levy any extra financial burden to WESCO.
5.6 Receipt, storage, preservation and conservation of equipment at the site without levy
any extra financial burden to WESCO.
5.7 Pre-assembly, if any, erection testing and commissioning of all the equipment.
5.8 Reliability tests and performance and guarantee tests on completion of commissioning.
5.9 Loading, unloading and transportation as required at manufacturer‟s end, at site and in
WESCO store without levy any extra financial burden to WESCO.
5.10 Erection of equipment including civil works without levy any extra financial burden to
WESCO.
5.11 Erection of lines of specified voltage.
5.12 Testing, Commissioning of Sub-stations and lines / installations without levy any extra
financial burden to WESCO.
5.13 Getting the works inspected by Electrical Inspector/Railway after completion of work.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 16 ~ Signature of Bidder with Seal
5.14 Transportation and transit insurance of all free issue materials to be supplied from
Owner‟s nearest stores to site and as well as all other required materials (under the
scope of supply by bidder) from supplier‟s premises to work site, construction of new
electrical / civil structures or erection of intermediate poles etc. without levy any extra
financial burden to WESCO.
5.15 Dismantling of existing electrical structures and return of these dismantled items at the
Owner‟s stores including unloading, safe custody of the items and return of unused
Owner‟s supplied materials to the Owner‟s stores without levy any extra financial
burden to WESCO.
5.16 Clearance from Govt. authority, Forest Authority & Railway Authority if any. The
required statutory payments towards Govt. authority, Forest Authority, Electrical
Inspectorate & Railway Authority to be paid by WESCO Utility on submission of
authenticated / approved documents.
5.17 Rectify any damage occur during execution to its original position.
5.18 Provide other miscellaneous materials required as per site condition to execute the
work in complete manner.
5.19 Erection of equipment including civil works.
5.20 Before starting of work necessary approval regarding single line Diagram, Forest /
Railway clearance is to be taken from the Forest Authority / Railway Authority / Govt.
of Odisha by the contractor without levy any extra financial burden to WESCO.
5.21 It is the responsibility of the executant contractor to obtain the clearance location
from concern Railway Authority prior to execution of work, where work to be
carried out.
5.22 The executant contractor shall be allowed to procure 9 mtr. R.S. Joist Poles for
this project only from the selected vendors of WESCO Utility, i.e., M/s. SAIL,
M/s. TATA, M/s. Jindal Steel, M/s. NINL, Jajpur Road, M/s. Reliable Sponge
Pvt. Ltd., Rourkela & M/s. Sarthak Ispat Pvt. Ltd., Raipur only.
5.23 The executant contractor has to submit the GTP & drawings for 9 mtr. R.S. Joist
Poles from the selected vendors of WESCO Utility, i.e., M/s. SAIL, M/s. TATA,
M/s. Jindal Steel, M/s. NINL, Jajpur Road, M/s. Reliable Sponge Pvt. Ltd.,
Rourkela & M/s. Sarthak Ispat Pvt. Ltd., Raipur only for accord of approval
before procurement.
5.24 The executant contractor shall be allowed to procure 33 KV 3 Core 400 mm sq
XLPE Cable, 11 KV 3 Core 300 mm sq XLPE Cable & 1.1 KV 3½ Core 185 mm
sq LT XLPE Cable for this project only from the selected vendors of WESCO
Utility, i.e., M/s. Havels India Ltd., Alwar, M/s. POLYCAB India Ltd., New Delhi
& M/s. APAR Industries Ltd., Mumbai only.
5.25 The executant contractor has to submit the GTP & drawings for 33 KV 3 Core
400 mm sq XLPE Cable, 11 KV 3 Core 300 mm sq XLPE Cable & 1.1 KV 3½
Core 185 mm sq LT XLPE Cable from the selected vendors of WESCO Utility,
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 17 ~ Signature of Bidder with Seal
i.e., M/s. Havels India Ltd., Alwar, M/s. POLYCAB India Ltd., New Delhi & M/s.
APAR Industries Ltd., Mumbai only for accord of approval before procurement.
6.0 VALIDITY:
The offer shall be valid for a period not less than 180 days from the date of bid
opening.
7.0 PRICE:
Bidders are required to quote firm price as per the prescribed format. The
quoted price shall be firm and inclusive of all taxes, duties, freight & insurance and
other levies, if any. Owner shall not be liable to pay anything extra over and above
the quoted price.
8.0 RECEIPT AND OPENING OF THE BID:
8.1 Bids as described under clause 4.0 shall be received in the office of the Owner and
shall be opened on the scheduled date and time. The Owner‟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 to Bid or in case any extension has been
given thereto, on the extended bid opening date and time notified.
8.2 Only 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.
8.3 The Bidder‟s name, bid prices, modifications, bid withdrawals and the presence or
absence of the requisite bid guarantee and such other details as the Owner, at its
discretion, may consider appropriate will be announced at the opening. No electronic
recording devices will be permitted during bid opening.
8.4 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 Owner‟s processing of Bids or award decisions may result in the
rejection of the Bidder's Bid.
9.0 EVALUATION OF BIDS & AWARD OF CONTRACT:
9.1 To assist in the examination, evaluation and comparison of Bids, the Owner 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.
9.2 Owner 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.
9.3 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
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 18 ~ Signature of Bidder with Seal
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.
9.4 Prior to the detailed evaluation, Owner 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.
9.5 The Owner‟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:
9.5.1 Work Schedule
9.5.2 Deviations from Bidding Documents
9.6 The Owner will award the Contract to the successful Bidder whose Bid has been
determined to be the lowest evaluated responsive Bid, when the lowest bidders is not
ready and/or express their inability to undertake the entire work envisaged, then the
Owner may explore the possibility of the execution of works through other bidders if
they are willing to execute at L1 negotiated final rate. Such exploration shall be carried
out in a sequential order starting with L2 bidder then with L3 bidder and so on.
9.7 In case of omission of any item in the price bid or the price for the item has not
been quoted by the firm, then zero cost shall be loaded to the bid and the contract shall
be awarded with zero cost that means the firm will have to bear the cost of that item
entirely as the item price shall be considered as inclusive anywhere in other items.
The bidder shall have to give an undertaking to the effect that prices for any item not
quoted shall be treated as free supply or to be done free of cost.
9.8 In case of different price quoted for the supply of same material for different works, the
lowest price quoted shall be considered for supply of the material for all the works of the
project.
10.0 EARNEST MONEY DEPOSIT (EMD):
10.1 The Tender must be accompanied by Earnest Money Deposit as described in the
Tender Notice (Package wise) in shape of Bank Guarantee issued by a Scheduled
Bank (valid for 180 days beyond the validity of bid) only and en-cashable at Burla/
Sambalpur or in shape of Demand Draft drawn on any scheduled bank in favour of
“Administrator WESCO Utility” payable at Burla/Sambalpur. Bids without EMD
deposit will be rejected out rightly. The Bank Guarantee for EMD shall be strictly as per
the format (Annexure – XIII (A)) prescribed by the Owner. In case of any deficiency
such as the ownership of the security bond (other than the issuing bank), deviation from
the approved format, absence of signature of witness etc. found in the EMD Bank
Guarantee, the same shall be liable for rejection upfront. The bidder will not be given
any chance to rectify the same.
NB: The validity of EMD BG shall be minimum for 30 days over and
above the validity of the tender (180 days), i.e., 210 days from the date of
opening of the tender.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 19 ~ Signature of Bidder with Seal
10.2 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.
10.3 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
b) In the case of a successful Bidder, if the Bidder fails:
i) To sign the Contract
or
ii) To furnish the required Contract Performance Bank Guarantee
10.4 The EMD of unsuccessful bidders shall be returned within 30 days from the date of
finalization of the order.
11.0 OWNER‟S RIGHT TO VARY QUANTITIES AT THE TIME OF AWARD:
11.1 The scope mentioned in the tender is tentative in nature. Only after joint survey made
and certified by the executant contractor, concern WESCO Officials and concern Forest
Authorities location wise with longitude & latitude, the final scope may be determined.
11.2 After the joint survey, the achieved scope and / or during execution of contract, Owner
reserve the right to increase or decrease the quantity of goods and services specified in
the Schedule of Requirement up to 20% of the tender quantity without any change in
price or other terms and conditions.
12.0 INSPECTION AND TESTING:
12.1 All the materials shall be inspected by the Owner or any authorized representative
(including Third Part Inspection Authority) of the Owner as per relevant ISS at the
Contractor‟s or its Sub-Vendors manufacturing works. They shall give the advance
notice in writing about the place of Inspection and or testing at least 15 days before the
schedule date on which the materials will be ready for Inspection & Testing. In this
regard, the discretion of inspection shall be with the owner.
12.2 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 inspection &
testing. The inspecting officer‟s coordinating office for the entire work shall be the
Owner‟s authorized representative.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 20 ~ Signature of Bidder with Seal
13.0 COMPLETION & COMPLETENESS OF THE EQUIPMENT:
13.1 Time being the essence of the contract, the work shall be completed as per tender
schedule. The item of work in Package wise shall be completed within maximum 60
days. The exact period will be intimated before LOA / Work Order whichever is earlier
according to quantum of work.
13.2 The work shall be treated as complete item wise when each 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 specifically been included in the contract.
13.3 All similar components and/or parts of similar equipment supplied shall be inter-
changeable with one another. All equipment supplied under this contract shall be subject
to Owner‟s approval.
13.4 Owner however reserves the right to re-schedule the completion period, if required.
14.0 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, Owner 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
Owner. 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.
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”. 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 Owner.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 21 ~ Signature of Bidder with Seal
In case of inconsistency between technical specification (TS) & bid proposal sheet,
(BPS) quantities of various items as specified in the bid proposal sheet shall be
considered for quoting. However the work shall be executed as specified in the
technical specification. Only brief description is given in the BPS & the work shall
be executed in line with the requirement given in the TS.
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 Owner 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:
18.1 The materials to be supplied by the contractor if any shall be expressly
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 for
commercial operation at required voltage level.
18.2 The above guarantee certificate shall be furnished in triplicate to the Owner by the
contractor for their approval. Any defects noticed during the above period shall 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 Owner. The Contractor as notified by the Owner shall rectify any such defects
within one month failing which the Owner will set right the defects through other
agency and recover the cost so incurred either from any pending Invoices or Bank
Guarantee.
19.0 PENALTY FOR DELAY IN COMPLETION OF CONTRACT:
19.1 If the contractor fails to complete the works by the scheduled period or any
extension granted thereby, the contractor shall be liable for payment 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. After receipt of LOA, the Contractor shall sign a
contract agreement with the Owner within 15 days along with the detail work plan
through PERT chart/BAR chart. The penalty for liquidated damage as mentioned above
will be levied if any deviation to be schedule on any item of work due to the fault of the
contractor is observed.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 22 ~ Signature of Bidder with Seal
19.2 Penalty amount can be realized from the proceeds of the Contract Performance
Bank Guarantee, if the situation so warrants.
19.3 Extension of delivery period could be with / without levy of penalty with the discretion
of the Owner.
20.0 RIGHT OF WAY:
Right of way issues, if any, arising during execution of the works shall have no
liability on the Owner. These issues shall be settled at the sole discretion of the
Contractor. The Owner 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:
21.1 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 Owner 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 Owner 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 Owner 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 Owner 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 wear and tear thereof and to
the exclusion of any right of the Contractor over the same, and the Owner shall be
entitled to retain and apply any balance which may otherwise be due on the Contract
by him to the 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.
21.2 In addition, such action by the Owner as aforesaid shall not relieve the Contractor of
his liability to pay liquidated damages for delay in completion of works.
21.3 Such action by the Owner 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 OWNER‟S INITIATIVE:
22.1 Owner 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
Owner shall in such an event give fifteen (15) days notice in writing to the Contractor
of his decision to do so.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 23 ~ Signature of Bidder with Seal
22.2 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 Owner, stop all further sub-contracting or purchasing activity related
to the work terminated, and assist Owner 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 to be determined by
the arbitrator without stopping the work but to carry out the left over work to other
agency.
22.3 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 Owner 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
Owner shall be entitled to cancel the Contract as to its uncompleted 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 account of the
cancellation of the contract. The decision of the Owner 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 Owner 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 Owner in writing of the cause of delay. The Owner
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 within 3 days to the
Owner in writing of his claim for an extension of time. The Owner 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 accident at site shall be to the contractor‟s account.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 24 ~ Signature of Bidder with Seal
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 Owner for any damage or loss of
materials during storing, transit transportation and at the time of erection.
27.0 INSURANCE:
27.1 Contractor shall arrange adequate Transit-cum-storage-cum-erection policy and shall
submit the copy of the same to the Owner. The policy shall initially remain valid for a
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.
27.2 Contractor shall also arrange adequate cover for his employees / labours engaged in the
works as well as arrange third party insurance cover to indemnify any possible
damages to public at large not connected with the works process. Any claim(s)
pertaining to this shall be the responsibility of the Contractor. 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
Owner‟s stores.
28.0 ENGINEER-IN-CHARGE:
Authorized Engineer of the Owner in writing shall be the Engineer-in-Charge for the
Project.
29.0 CONTRACT PERFORMANCE BANK GUARANTEE:
29.1 Within 15 days of issue of the Work Order or Letter of Award, whichever is earlier,
the Contractor shall submit Contract Performance Bank Guarantee issued by a
scheduled Bank, in favour of the Owner, covering 10% of the total value of the work
order.
29.2 The said Bank Guarantee shall be prepared in the prescribed proforma. 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 encashable on the Burla /
Sambalpur branch of the issuing Bank.
29.3 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. or LOA towards security and acceptance thereof, failing which the
work order or LOA will be liable for cancellation without any further notice with
forfeiture of E.M.D.
29.4 No interest shall be allowed by the Owner on the above Performance Security Deposit.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 25 ~ Signature of Bidder with Seal
29.5 Additional performance security shall be deposited by the successful bidder when
the bid amount is less than the estimated cost put to the tender. In such an event,
the successful L1 Bidder will deposit an amount equal to the extent of exact
differential cost, i.e., Estimated Cost put to the tender minus The quoted amount,
as additional performance security (APS) in shape of Demand Draft drawn in any
scheduled bank in favour of “The Administrator, WESCO Utility” payable at
Burla / Sambalpur. The successful bidder shall deposit Additional Performance
Security within 7 days from issue of LOI or Work Order, whichever is earlier.
Otherwise, the bid of the successful L1 bidder shall be cancelled and EMD /
Security Deposit shall be forfeited with initiation of black listing procedure against
the bidder with intimation to other Utilities, OPTCL and Dept. of Energy, GoO.
29.6 Additional performance security shall be released on successful completion of
works and after 90 days over and above the guarantee period.
29.7 No interest shall be allowed by the Owner on the above Additional performance security
Deposit.
30.0 TERMS OF PAYMENT:
30.1 80% (Eighty percent) of contract price on pro-rata basis along with taxes and duties
shall be paid progressively after completion of the total work Package wise and certified
by the Jr. Manager, Asst. Manager/SDO/EE concerned against each calendar month
by first week of the succeeding months along with utilization certificate. No payment
shall be released if the accounts for utilization of materials unless follow with proper
certification by the concerned Jr. Manager, Asst. Manager/SDO/EE within 30 days of
submission of claim subject to certification by Owner‟s Engineer-in-charge on the basis
of check points involved in such items of work.
30.2 Balance 20% (twenty percent) of contract price shall be paid after completion of all
works, envisaged under this package including any additions and alterations, 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.
30.3 The final payment will be made as per actual quantity of materials work done &
compliance of statutory documents.
31.0 PAYING OFFICER:
D.D.O, WESCO Utility, Head Quarter, Burla.
32.0 OWNER‟S RIGHTS:
The Owner 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 Owner shall bear no
liability.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 26 ~ Signature of Bidder with Seal
33.0 DISTINCT MARK ON EQUIPMENT AND MATERIALS:
All the accessories shall have distinct mark of „WESCO Utility‟ either by way of
punching on metal part(s) and/or in built during casting and painting on insulation cover
of Cable as per common practice. This should be clearly visible in day light in naked
eye.
34.0 DISPUTE RESOLUTION AND JURISDICTION:
All disputes shall be subjected to exclusive jurisdiction of the Courts at
Sambalpur and the writ jurisdiction of Hon‟ble High Court of Orissa 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
Owner.
36.0 FREE ISSUE OF MATERIALS:
36.1 Owner shall issue the following materials for execution of work:
36.1.1 100 KVA 11/0.4 KV Aluminium wound Dist. Transformer confirming to BIS Level
II & BEE Star 1
36.1.2 100 mm sq AAAC
36.1.3 11 mtr. long 150 x 150 mm Joist Pole (34.6 Kg./mtr.)
36.1.4 13 mtr. long 150 x 150 mm R.S. Joist Pole (34.6 Kg./mtr.)
36.2 The Contractor‟s scope of supply is as follows:
Sl.
No. Name of Material
1 9 mtr. long 150 x 150 mm RS Joist Pole (34.6 Kg./mtr.)
2 50 x 6 mm GI Flat for Earthing
3 Padding & Concreting for RS Joist Pole (2.2 mtr. x 0.5 mtr. x 0.5 mtr.) (including supply of
materials)
4 100 x 50 x 6 mm MS Channel (9.2 Kg./mtr.)
5 75 x 40 x 6 mm MS Channel (6.8 Kg./mtr.)
6 50 x 50 x 6 mm MS Angel (4.5 Kg./mtr.)
7 Porcelain type 90 KN Disc Insulator (B&S Type)
8 3 bolted 90 KN Galvanised H/W Fitting (B&S Type)
9 33 KV Porcelain type Pin Insulator
10 33 KV GI Pin
11 11 KV Porcelain Pin Insulator
12 11 KV G.I. Pin
13 LT Shackle Insulator (115x100 mm)
14 Strap with Nut & Bolt
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 27 ~ Signature of Bidder with Seal
15 33 KV V- Cross Arm (MS) (22 Kg. each)
16 Back Clamp for 33 KV 'V' Cross Arm (2.4 Kg.)
17 33 KV F Clamp (4.98 Kg.)
18 11 KV V- Cross Arm (MS) (10.2 Kg. each)
19 Back Clamp for 11 KV 'V' Cross Arm (1.7 Kg.)
20 11 KV "F" Clamp 2.9 Kg. each
21 3-Ø 4-W LT Cross Arm (7.88 Kg each)
22 Back Clamp for 3-Ø 4-W LT Cross Arm (0.85 Kg./ No.)
23 Clamp for GI bracing Channel
24 Earthing of Support (Coil type)
25 40 mm Dia medium gauge 3 mtr. Long G.I. Pipe Earthing
26 Material for masonary work for earth pit with RCC Chamber and RCC Cover Plate
27 Charcoal, Salt etc. for earthing
28 20 mm dia H.T. Stay Set Complete
29 H.T. Stay Clamp (1.9 Kg. / Pair)
30 H.T. Stay Insulator
31 7/8 SWG G.I. Stay wire
32 7/10 SWG G.I. Stay wire
33 Concreting of Stay (1 mtr. x 0.5 mtr. x 0.5 mtr.) (including supply of materials)
34 16 mm dia H.T. Stay Set Complete
35 L.T. Stay Clamp (1.4 Kg. / Pair)
36 L.T. Stay Insulator (110 x 75 mm)
37 7/12 SWG G.I. Stay wire
38 Eye Hook for Guarding
39 No. 8 SWG G.I. Wire
40 33 KV 3 Core 400 mm sq XLPE Cable
41 33 KV Outdoor type Jointing Kit for 3 Core 400 mm sq XLPE Cable
42 11 KV 3 Core 300 mm sq XLPE Cable
43 11 KV Outdoor type Jointing Kit for 3 Core 300 mm sq XLPE Cable
44 L.T. 3½ Core 300 mm sq PVC Cable
45 1.1 KV 3½ Core 185 mm sq LT XLPE Cable
46 1.1 KV Outdoor type Jointing Kit for 3½ Core 185 mm sq LT XLPE Cable
47 30 KV 10 KA Station Class Heavy Duty Gapless Metal Oxide Porcelain clad Lightning
Arrestor
48 9 KV 10 KA Station Class Heavy Duty Gapless Metal Oxide Porcelain clad Lightning
Arrestor
49 1.1 KV 10 KA Station Class Heavy Duty Gapless Metal Oxide Porcelain clad Lightning
Arrestor
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 28 ~ Signature of Bidder with Seal
50 8" GI Pipe
51 8" HDPE Pipe
52 Excavation of soil and preparing of cable looping chamber by brick massonary work with
filling of soil and sand (75 cu mtr. x 4 cu. mtr.)
53 Laying & Commissioning of HT XLPE Cable with Horizontal Drilling through HDPE Pipe
54
Fixing of GI Pipe with excavation in all types of soils PCC 1:2:4 around the Pipe, backfilling,
clamping at two places of DP by providing suitable GI clamps, bolts & Nuts plugging of ends
of the GI Pipes with M. Seal after Cabling
55 Cable Root Marker
56 33 KV A. B. Switch 3 Pole (400 Amp) HZ Type
57 11 KV 400 amp. 3 Pole Horizontal type A. B. Switch
58 11 KV 400 amp. 3 Pole HG Fuse
59 LT Distribution Box with MCCB & Bus bar arrangement for 100 KVA Dist. Transformer
60
Construction of plinth for DTR using first class KB bricks masonry in cubic meter (1:6) of
size L 5‟ x W 5‟ H 4‟ and 4” thick reinforcement on the top using steel bar and 20 mm thick
cement plaster over bricks masonry in cubic meter (1:6). The foundation shall be providing
of 4” thick sand filling and height of 1‟10” bricks masonry of size L 5‟ x W 5‟ in cubic meter
(1:6). The constructed plinth will be 112.5 cubic feet above ground level
61
Construction of 1.5 mtr. high 3 Ply Barbed Wire Fencing, supply and erection of PCC Post of
size 2.0 mtr. high 5" x 5", 2.0 mtr. c/c imbedded in 1:3:6 concrete (20 mm nominal size of
aggregate) Block 300 x 300 x 500 mm height. Corner post shall be strutted on one side only
Supply & installation of double leaf MS Gate (weight 50 Kg.) of height 1.5 mtr. height 2 x
1.5 mtr. width made up of 30 x 30 x 6 angle & 25 x 6 Flat. The gate shall be painted with two
coat of approved primer with two coats of approved epoxy paint
Construction of 2 nos. concrete column of size 300 x 300 x 2000 (H) mm with RCC
concreting including re-inforced steel (1:3:6) for fixing of the gate (8 mm torr shall be used
for main & 6 mm tor shall be used for ring)
62
Metal Spreading of proposed construction area including sand spreading as per specification
including supply of all required materials of approved quality, i.e., 100 mm thick (40 mm
HGC over 150 mm sand filling)
63 Spikes (2 nos. per set) including GI Nut, Bolt with washer for fixing on Pole
36.3 Before issue of the free issue materials the Contractor at its own cost shall
arrange suitable stores adjacent to the works site and shall offer the same for inspection
to the Owner‟s Engineer.
36.4 The bidder shall furnish Indemnity bond for an amount equivalent to the estimated value
of the free supply materials / dismantled materials returnable as certified by Engineer in
charge. The Contractor shall submit Indemnity Bond in the prescribed format.
36.5 Subject to compliance of above clauses, the Contractor shall be permitted to draw
the materials from the designated stores of the owner. The Contractor shall duly
acknowledge the materials along with copies of the notification to the Insurer regarding
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 29 ~ Signature of Bidder with Seal
such transit of material from designated stores of the Owner to the stores of the
Contractor.
36.6 After completion of the works, all surplus materials shall be returned to the Owner‟s
stores. For any shortage with regard to materials supplied by the Owner, the Owner
shall be entitled to recover 125% of the purchase cost of such materials or present
market cost, whichever is higher, from the dues of the Contractor.
37.0 SUBMITTALS REQUIRED AFTER AWARD OF CONTRACT:
37.1 Within 7 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.
37.2 The periodic progress report as required by the Owner shall be submitted by the
contractor as per the format prescribed by the Engineer in Charge.
38.0 DRAWINGS:
Within 7 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:
39.1 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.
39.2 Three copies of all drawings, GTP, QAP shall be submitted for approval and three
copies for any subsequent revision.
39.3 If the drawings are 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, erected and commissioned by the contractor, the supply engineer
shall issue to the contractor a taking over certificate as a proof of the final acceptance
of the equipment / materials on a written request within 10 days of commercial
operation. 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.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 30 ~ Signature of Bidder with Seal
40.2 A conditional Taking over Certificate can be issued if any minor omission or defects
pointed by the Engineer- in-Charge/Supervising Officer/Electrical Inspector. The
Contractor should rectify those defects within a month of conditional T.O.C failing
which Owner will rectify those by replacing those materials or engaging other
agencies. The amount so involved will be fully recovered from the Contractor‟s bill.
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.
40.3 For the satisfaction of Owner about quality, the Owner 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 Owner. The contractor is
expected to agree and extend necessary help during such test if necessary.
40.4 The Contractor, its successor and assignee shall indemnify the Owner, its successor and
assignee from all current & future liabilities that may arise out of Turn Key Contract(s)
entered into between the Owner & the Contractor under this Project.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 31 ~ Signature of Bidder with Seal
SECTION – III
TECHNICAL SPECIFICATION
for
“SHIFTING OF 33 KV, 11 KV & LT LINE & SUB-
STATION AND CONVERSION OF OVER HEAD
LINE TO UNDERGROUND SYSTEM AT THREE
NOS. LOCATIONS UNDER SEED, SAMBALPUR &
EIGHT NOS. LOCATION UNDER SED, SONEPUR
DUE TO CONSTRUCTION OF NEW RAILWAY
LINE FROM SAMBALPUR - BAMUR & KHORDHA
– BALANGIR RESPECTIVELY ON SEMI-
TURNKEY BASIS UNDER DEPOSIT SCHEME”
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 32 ~ Signature of Bidder with Seal
DETAILED TECHNICAL SPECIFICATION
1.0 NATURE OF WORK:
The work covered by this Specification is for Shifting of 33 KV, 11 KV & LT line &
Sub-station and conversion of over head line to underground system at three nos.
locations under SEED, Sambalpur & eight nos. location under SED, Sonepur due to
construction of new railway line from Sambalpur - Bamur & Khordha – Balangir
respectively as specified herein and in the attached Schedules.
Important: The eligible Contractor has to obtain project license from the
competent authority in respect of the mentioned works prior to
commencement of the work. All the expenses towards the project
license and inspection thereof have to be borne by the
contractor.
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:
1.1.1 The system will be in continuous operation during the varying atmospheric and
climatic conditions occurring at all seasons.
1.2 SCOPE:
The detailed scope of the work shall include:
1.2.1 The package wise scope of work mentioned in the tender is tentative in nature.
Therefore, after award of the work, the executing agency is required to conduct a
joint survey mentioning location wise for the actual scope of work with concerned
WESCO Officials along with concern Railway authorities. The final scope so
determined after the joint survey is required to be approved by the competent
authority of Head Quarter Office, WESCO Utility, Burla. The successful bidder can
procure the materials after the approval and after observing required
formalities as per tender specification.
1.2.2 Detailed survey for location with latitude & longitude & feeder wise erection of
intermediate poles in LT & HT line including SLD, route map & BOQ. Length &
type of poles required to be specifically accounted in BOQ. The same shall
be joint signed by concern Railway authority & WESCO authority location
wise without levy any extra financial burden to WESCO.
1.2.3 Complete manufacture, including shop testing & supply of materials from the
approved manufacturers (materials which are to be supplied by the bidder) on prior
approval of the owner.
1.2.4 Providing Engineering drawing, data, operational manual, etc wherever applicable
for the Owner‟s approval.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 33 ~ Signature of Bidder with Seal
1.2.5 Packing and transportation from the manufacturer‟s works to the site and from
WESCO Store to site without levy any extra financial burden to WESCO.
1.2.6 Receipt, storage, preservation and conservation of equipment at the site without levy
any extra financial burden to WESCO.
1.2.7 Pre-assembly, if any, erection testing and commissioning of all the equipment.
1.2.8 Reliability tests and performance and guarantee tests on completion of
commissioning.
1.2.9 Loading, unloading and transportation as required at manufacturer‟s end, at site and
in WESCO store without levy any extra financial burden to WESCO.
1.2.10 Erection of equipment including civil works without levy any extra financial burden
to WESCO.
1.2.11 Erection of lines of specified voltage.
1.2.12 Fittings of spikes in the pole with proper welding
1.2.13 Testing & commissioning of lines / installations without levy any extra financial
burden to WESCO.
1.2.14 Getting the works inspected by Electrical Inspector after completion of work.
1.2.15 Transportation and transit insurance of all free issue materials to be supplied from
Owner‟s nearest stores to site and as well as all other required materials (under the
scope of supply by bidder) from supplier‟s premises to work site, construction of
new electrical / civil structures or erection of intermediate poles etc. without levy any
extra financial burden to WESCO.
1.2.16 Dismantling of existing electrical structures and return of these dismantled items at
the Owner‟s stores, safe custody of the items and return of unused Owner‟s supplied
materials to the Owner‟s stores without levy any extra financial burden to WESCO.
1.2.17 Clearance from Govt. authority, Forest Authority & Railway Authority if any. The
required statutory payments towards Govt. authority, Forest Authority, Electrical
Inspectorate & Railway Authority to be paid by WESCO Utility on submission of
authenticated / approved documents.
1.2.18 Rectify any damage occur during execution to its original position.
1.2.19 Provide other miscellaneous materials required as per site condition to execute the
work in complete manner.
1.2.20 Erection of equipment including civil works.
1.2.21 Before starting of work necessary approval regarding single line Diagram, Railway
clearance is to be taken from the Railway Authority / Govt. of Odisha by the
contractor without levy any extra financial burden to WESCO.
1.2.22 It is the responsibility of the executant contractor to obtain the clearance
location with latitude & longitude & feeder wise from concern Railway
Authority prior to execution of work, where work to be carried out.
1.2.23 After completion of work, completion certificate of work of each location with
latitude & longitude & feeder wise of each package to be obtained from the
concerned Railway Authorities. This is the sole responsibility of the executant
contractor to submit the same prior to submit the bill without any extra
financial implication levy on WESCO Utility.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 34 ~ Signature of Bidder with Seal
1.2.24 The executant contractor shall be allowed to procure R.S. Joist Poles for this
project only from the selected vendors of WESCO Utility, i.e., M/s. SAIL, M/s.
TATA, M/s. Jindal Steel, M/s. NINL, Jajpur Road, M/s. Reliable Sponge Pvt.
Ltd., Rourkela & M/s. Sarthak Ispat Pvt. Ltd., Raipur only.
1.2.25 The executant contractor has to submit the GTP & drawings for R.S. Joist Poles
from the selected vendors of WESCO Utility, i.e., M/s. SAIL, M/s. TATA, M/s.
Jindal Steel, M/s. NINL, Jajpur Road, M/s. Reliable Sponge Pvt. Ltd., Rourkela
& M/s. Sarthak Ispat Pvt. Ltd., Raipur only for accord of approval before
procurement.
1.2.26 The executant contractor shall be allowed to procure 33 KV 3 Core 400 mm sq
XLPE Cable, 11 KV 3 Core 300 mm sq XLPE Cable & 1.1 KV 3½ Core 185 mm
sq LT XLPE Cable for this project only from the selected vendors of WESCO
Utility, i.e., M/s. Havels India Ltd., Alwar, M/s. POLYCAB India Ltd., New
Delhi & M/s. APAR Industries Ltd., Mumbai only.
1.2.27 The executant contractor has to submit the GTP & drawings for 33 KV 3 Core
400 mm sq XLPE Cable, 11 KV 3 Core 300 mm sq XLPE Cable & 1.1 KV 3½
Core 185 mm sq LT XLPE Cable from the selected vendors of WESCO Utility,
i.e., M/s. Havels India Ltd., Alwar, M/s. POLYCAB India Ltd., New Delhi &
M/s. APAR Industries Ltd., Mumbai only for accord of approval before
procurement.
1.3 WESCO Utility will provide the following materials required for execution of
work as follows:
1.3.1 100 KVA 11/0.4 KV Aluminium wound Dist. Transformer confirming to BIS Level II
& BEE Star 1
1.3.2 100 mm sq AAAC
1.3.3 11 mtr. long 150 x 150 mm Joist Pole (34.6 Kg./mtr.)
1.3.4 13 mtr. long 150 x 150 mm R.S. Joist Pole (34.6 Kg./mtr.)
1.4 The Contractor will provide the following materials required for execution of
work as follows:
Sl.
No. Name of Material
1 9 mtr. long 150 x 150 mm RS Joist Pole (34.6 Kg./mtr.)
2 50 x 6 mm GI Flat for Earthing
3 Padding & Concreting for RS Joist Pole (2.2 mtr. x 0.5 mtr. x 0.5 mtr.) (including supply of
materials)
4 100 x 50 x 6 mm MS Channel (9.2 Kg./mtr.)
5 75 x 40 x 6 mm MS Channel (6.8 Kg./mtr.)
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 35 ~ Signature of Bidder with Seal
6 50 x 50 x 6 mm MS Angel (4.5 Kg./mtr.)
7 Porcelain type 90 KN Disc Insulator (B&S Type)
8 3 bolted 90 KN Galvanised H/W Fitting (B&S Type)
9 33 KV Porcelain type Pin Insulator
10 33 KV GI Pin
11 11 KV Porcelain Pin Insulator
12 11 KV G.I. Pin
13 LT Shackle Insulator (115x100 mm)
14 Strap with Nut & Bolt
15 33 KV V- Cross Arm (MS) (22 Kg. each)
16 Back Clamp for 33 KV 'V' Cross Arm (2.4 Kg.)
17 33 KV F Clamp (4.98 Kg.)
18 11 KV V- Cross Arm (MS) (10.2 Kg. each)
19 Back Clamp for 11 KV 'V' Cross Arm (1.7 Kg.)
20 11 KV "F" Clamp 2.9 Kg. each
21 3-Ø 4-W LT Cross Arm (7.88 Kg each)
22 Back Clamp for 3-Ø 4-W LT Cross Arm (0.85 Kg./ No.)
23 Clamp for GI bracing Channel
24 Earthing of Support (Coil type)
25 40 mm Dia medium gauge 3 mtr. Long G.I. Pipe Earthing
26 Material for masonary work for earth pit with RCC Chamber and RCC Cover Plate
27 Charcoal, Salt etc. for earthing
28 20 mm dia H.T. Stay Set Complete
29 H.T. Stay Clamp (1.9 Kg. / Pair)
30 H.T. Stay Insulator
31 7/8 SWG G.I. Stay wire
32 7/10 SWG G.I. Stay wire
33 Concreting of Stay (1 mtr. x 0.5 mtr. x 0.5 mtr.) (including supply of materials)
34 16 mm dia H.T. Stay Set Complete
35 L.T. Stay Clamp (1.4 Kg. / Pair)
36 L.T. Stay Insulator (110 x 75 mm)
37 7/12 SWG G.I. Stay wire
38 Eye Hook for Guarding
39 No. 8 SWG G.I. Wire
40 33 KV 3 Core 400 mm sq XLPE Cable
41 33 KV Outdoor type Jointing Kit for 3 Core 400 mm sq XLPE Cable
42 11 KV 3 Core 300 mm sq XLPE Cable
43 11 KV Outdoor type Jointing Kit for 3 Core 300 mm sq XLPE Cable
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 36 ~ Signature of Bidder with Seal
44 L.T. 3½ Core 300 mm sq PVC Cable
45 1.1 KV 3½ Core 185 mm sq LT XLPE Cable
46 1.1 KV Outdoor type Jointing Kit for 3½ Core 185 mm sq LT XLPE Cable
47 30 KV 10 KA Station Class Heavy Duty Gapless Metal Oxide Porcelain clad Lightning
Arrestor
48 9 KV 10 KA Station Class Heavy Duty Gapless Metal Oxide Porcelain clad Lightning
Arrestor
49 1.1 KV 10 KA Station Class Heavy Duty Gapless Metal Oxide Porcelain clad Lightning
Arrestor
50 8" GI Pipe
51 8" HDPE Pipe
52 Excavation of soil and preparing of cable looping chamber by brick massonary work with
filling of soil and sand (75 cu mtr. x 4 cu. mtr.)
53 Laying & Commissioning of HT XLPE Cable with Horizontal Drilling through HDPE Pipe
54
Fixing of GI Pipe with excavation in all types of soils PCC 1:2:4 around the Pipe, backfilling,
clamping at two places of DP by providing suitable GI clamps, bolts & Nuts plugging of ends
of the GI Pipes with M. Seal after Cabling
55 Cable Root Marker
56 33 KV A. B. Switch 3 Pole (400 Amp) HZ Type
57 11 KV 400 amp. 3 Pole Horizontal type A. B. Switch
58 11 KV 400 amp. 3 Pole HG Fuse
59 LT Distribution Box with MCCB & Bus bar arrangement for 100 KVA Dist. Transformer
60
Construction of plinth for DTR using first class KB bricks masonry in cubic meter (1:6) of
size L 5‟ x W 5‟ H 4‟ and 4” thick reinforcement on the top using steel bar and 20 mm thick
cement plaster over bricks masonry in cubic meter (1:6). The foundation shall be providing
of 4” thick sand filling and height of 1‟10” bricks masonry of size L 5‟ x W 5‟ in cubic meter
(1:6). The constructed plinth will be 112.5 cubic feet above ground level
61
Construction of 1.5 mtr. high 3 Ply Barbed Wire Fencing, supply and erection of PCC Post of
size 2.0 mtr. high 5" x 5", 2.0 mtr. c/c imbedded in 1:3:6 concrete (20 mm nominal size of
aggregate) Block 300 x 300 x 500 mm height. Corner post shall be strutted on one side only
Supply & installation of double leaf MS Gate (weight 50 Kg.) of height 1.5 mtr. height 2 x
1.5 mtr. width made up of 30 x 30 x 6 angle & 25 x 6 Flat. The gate shall be painted with two
coat of approved primer with two coats of approved epoxy paint
Construction of 2 nos. concrete column of size 300 x 300 x 2000 (H) mm with RCC
concreting including re-inforced steel (1:3:6) for fixing of the gate (8 mm torr shall be used
for main & 6 mm tor shall be used for ring)
62
Metal Spreading of proposed construction area including sand spreading as per specification
including supply of all required materials of approved quality, i.e., 100 mm thick (40 mm
HGC over 150 mm sand filling)
63 Spikes (2 nos. per set) including GI Nut, Bolt with washer for fixing on Pole
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 37 ~ Signature of Bidder with Seal
1.5 DISCLAIMER:
This Document includes statements, which reflect various assumptions, which may or
may not be correct. Each Bidder/Bidding Consortium should conduct its own
estimation and analysis and should check the accuracy, reliability and
completeness of the information in this Document and obtain independent advice
from appropriate sources in their own interest.
Neither Owner 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 supplied by or on behalf of purchaser or its employees, or
otherwise arising in any way from the selection process for the supply. Though
adequate care has been taken while issuing the Bid document, the Bid document, the
Bidder should satisfy itself those documents are complete in all respects. Intimation
for any discrepancy shall be given to this office immediately.
2.0 WORK DESCRIPTION: 2.1 GENERAL:
Preliminary route alignment in respect of the proposed 33 KV / 11 KV / LT line 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, WESCO Utility shall render all
helps in co-ordination with law and order department for solving the same. Provisional
quantities/numbers of different types of 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 Joist poles/PSC poles as elaborated in the specification and scope
of work.
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 and hazards in work. After completing the detailed survey, the
contractor shall submit the final profile and pole schedule (with no. of stay or struct)
for final approval of the employer. To facilitate checking of the alignment, suitable
reference marks shall be provided.
2.2 SURVEY (DETAIL & CHECK, ESTIMATING OF QUANTITIES & SPOTTING
OF POLES):
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 33 KV, 11 KV
& LT lines. If the line is passing in any Municipal/ NAC areas permission from local
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 38 ~ Signature of Bidder with Seal
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.
2.3 CHECK SURVEY:
The contractor shall undertake the check survey during execution on the basis of the
alignment profile drawing and pole schedule 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.
3.0 OPTIMIZATION OF POLE LOCATION:
3.1 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. Proper ground clearance to be maintained by the contractor to avoid sagging in
between spans.
3.2 CROSSINGS:
3.2.1 Road Crossings:
At all road crossings, the double tension HW fittings should be used. There should
absolutely no joints in the conductors in all roads, power line and all other major
crossing. The ground clearance from the road surfaces under maximum sag
condition shall be not less than 8.5 mtr over roads. In National High way the
minimum height of guarding at the maximum sagging point should be less than 8.5
mtr.
3.2.2 For river crossing/ Crossing of Nallas:
Taking levels at 25 meter interval on bank of river and at 50 meter interval at bed of
river so far as to show the true profile of the ground and river bed railway/road
bridge, road The levels shall be taken at least 100 m. on either side of the crossing
alignment. Both longitudinal and cross sectional shall be drawn preferably to a scale
of 1:2000 at horizontal and 1:200 vertical.
3.2.3 Power Line Crossings:
Where the lines cross over another line of the same voltage or lower voltage,
provisions to prevent the possibility of its coming into contact with other overhead
lines shall be made in accordance with the Indian Electricity Rules, 1956 as
amended from time to time. All the works related to the above proposal shall be
deemed to be included in the scope of the Contractor.
4.0 CLEARANCE FROM GROUND, BUILDING & TREES:
4.1 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 bidder
shall select the height of the poles such that all electrical clearances are maintained.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 39 ~ Signature of Bidder with Seal
4.2 Guarding mesh shall be used in all electric line / telecom line / road / drain / canal
crossing and at all points as per statutory requirements. The bidder shall provide &
install anti climbing devices and danger plates on all poles and DT stations. Where there
is no such provision in the existing line.
4.3 Pole accessories like danger plates and number plates shall be provided.
4.4 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.
5.0 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:
5.1.1 All poles on both sides of all the crossings shall be tension poles, i.e., disc type
insulators shall be used on these poles.
5.1.2 At all the crossing described above, the contractor shall use protective guarding as
per REC Construction Standard A-1 to fulfill statutory requirements for 33 KV
trunks & main spur line.
5.1.3 33 KV branch spur line, being in the village, protective guarding shall be used
wherever it will be required.
5.1.4 All topographical details, permanent features, such as trees, telecommunication lines,
building etc. 7.5 mtr (33 KV) on either side of the alignment shall be detailed on the
route plan before execution of work. However, any problems arising out of Right of
way shall be taken care of by the Contractor. The owner shall extend all possible Co-
operations.
6.0 FINAL SCHEDULE:
The final schedule including Bill of quantity indicating location of poles specifically
marking locations of failure containment pole/structure, DTR, 3 3 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.
7.0 REFERENCE STANDARDS:
The codes and/or standards referred to in the specifications shall govern in all cases
wherever such references are made. In case of a conflict between such codes and/or
standards and the specifications, latter shall govern. Such codes and/or standards,
referred to shall mean the latest revisions, amendments / changes adopted and published
by the relevant agencies unless otherwise indicated. Other internationally accepted
standards which ensure equal or better performance than those specified shall also be
accepted, subject to prior approval by the owner. In case no reference is given for any
item in these specifications, latest REC specification & Construction Standards.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 40 ~ Signature of Bidder with Seal
8.0 SCHEDULE OF ERECTION PROGRAMME:
After due approval of the detailed and check survey, the contractor shall submit to the
employer a complete detailed schedule of erection programme with a Bar-Chart for
construction of the lines indicating there in the target date of completion.
8.1 Names of suppliers and copies of orders:
If so required, and before ordering material of any description, the Contractor shall
submit for approval the names of makers or suppliers proposed. Copies of orders shall
also be submitted if so required. The Project Manager may at any time withdraw his
previously given approval to obtaining materials from any maker or supplier
should such maker or supplier fail to supply materials of the specified quality or quantity
in the requisite time.
8.2 Rejection of materials and workmanship:
The Project Manager shall at any time have power to reject materials and workmanship
not complying with this Specification or with the approved Drawings. Materials so
rejected shall be immediately removed from site and replaced by materials of an
approved standard at the expense of the Contractor. Rejected workmanship shall be
broken out and replaced by work of an acceptable standard including the supply of new
materials by the Contractor, at the expense of the Contractor, and without delay.
9.0 ERECTION WORK:
9.1 When the survey is approved, the contractor shall submit to the employer a complete
detail schedule of all materials to be used in the line. Size and length of conductor etc.
are also to be given in the list. This schedule is very essential for finalizing the
quantities of all line materials. The contractor shall furnish the same.
9.2 The Contractor shall comply with all the rules and regulations of local authorities during
the performance of his field activities. He shall also comply with the Minimum Wages
Act, 1948 and the payment of Wages Act (both of the Government of India and Govt. of
Odisha) and the rules made there under in respect of any employee or workman
employed or engaged by him or his Sub-Contractor.
9.3 All registration and statutory inspection fees, if any, in respect of his work pursuant to
this Contract shall be to the account of the Contractor. However, any registration,
statutory inspection fees lawfully payable under the provisions of the statutory laws and
its amendments from time to time during erection in respect of the substation ultimately
to be owned by the Employer, shall be to the account of the Employer. Should any such
inspection or registration need to be re-arranged due to the fault of the Contractor or his
Sub-Contractor, the additional fees to such inspection and/or registration shall be borne
by the Contractor.
9.4 The Contractor shall ensure that he obtains, from the Government of Orissa, an
Electrical Contractor‟s License and a supervisory certificate of the appropriate grade to
allow him to execute the electrical works included in the Contract. The Contractor shall
ensure that all workmen possess Workman Permits, issued by the Government of Orissa,
for engagement in the Contract Works.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 41 ~ Signature of Bidder with Seal
9.5 The provisions of the General Conditions of Contract shall also be applicable to the
erection portion of the Works. The Engg. In-charge (Divisional Engr.) shall have the
right to re-inspect any equipment though previously inspected approved by him at
the Contractor's works, before and after the same are erected at Site.
9.6 The Contractor shall inform the Engg. In-charge (Divisional Engr.) in advance of field
activity plans and schedules for carrying-out each part of the works. Any review of such
plans or schedules or methods of work by the Engg. In-charge (Divisional Engr.) shall
not relieve the Contractor of any of his responsibilities towards the field activities. Such
reviews shall not be considered as an assumption of any risk or liability by the Employer
or any of his representatives, and no claim of the Contractor will be entertained because
of the failure or inefficiency of any such plan or schedule or method of work reviewed.
The Contractor shall be solely responsible for the safety, adequacy and efficiency of
plant and equipment and his erection methods.
9.7 Contractor shall make his own arrangement for unloading the equipment at site free of
cost. The Contractor shall provide all the construction equipment tools, tackle and
scaffoldings required for offloading, storage, pre-assembly, erection, testing and
commissioning of the equipment covered under the Contract. He shall submit a list of all
such materials to the Engg. In-charge (Divisional Engr.) before the commencement of
pre-assembly at Site. These tools and tackles shall not be removed from the Site without
the written permission of the Engg. In-charge (Divisional Engr.).
9.8 The Contractor shall maintain an accurate and exhaustive record detailing all equipment
received by him for the purpose of erection and keep such record open for the
inspection of the Engg. In-charge (Divisional Engr.). All equipment shall be handled
carefully to prevent any damage or loss. All equipment stored shall be properly
protected to prevent damage. Equipment from the store shall be moved to the actual
location at an appropriate time so as to avoid damage of such equipment at Site. All the
materials stored in the open or dusty location shall be covered with suitable weather-
proof and flameproof covering material. The Contractor shall be responsible for making
suitable indoor facilities for the storage of all equipment which requires to be kept
indoors.
10.0 CLASSIFICATION OF SOIL STRATA: 10.1 Ordinary Soil:
This shall comprise of vegetable or organic soil, turf, sand, sandy soil, silt, loam,
clay, mud, red earth, suede, peat, black cotton soil, soft shale, loose morum, mud
debris, concrete below ground level, a mixture of all these and similar material which
yields to the ordinary application of pick, shovel, rake or other ordinary digging
implement. Removal of gravel or any other modular material having diameter in any
one direction not exceeding 75 mm, such occurring strata shall be deemed to be
covered under this category.
10.2 Hard Soil:
This shall include:
10.2.1 Stiff heavy clay, hard shale or compact morum requiring grifting tool or pick or both
and shovel closely applied.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 42 ~ Signature of Bidder with Seal
10.2.2 Gravel, soft laterite, kankar and cobble stone having maximum diameter in any one
direction between 75 mm and 300 mm.
10.2.3 Soliding of road paths, etc., and hard core.
10.2.4 Macadam surfaces such as water bound and bitumen/tar bound.
10.2.5 Lime concrete, stone masonry in lime/cement mortar below ground level.
10.2.6 Soft conglomerate, where the stones may be detached from the matrix with picks.
10.2.7 Generally any material which requires the close application of picks or sacrifiers to
loosen and not affording resistance to digging greater than hardest of any soil
mentioned in item (1) to (6) above.
10.3 Ordinary Rock:
10.3.1 Ordinary rock comprising of lime stone, sand stone, hard laterite, fissured rock,
conglomerate or other soft or disintegrated rock which may be quarried or split
with crow bars.
10.3.2 Unreinforced cement concrete which may be broken up with crow bars or picks
and stone masonry in cement mortar below ground level.
10.3.3 Boulders which do not require blasting having maximum diameter in any direction
of more than 300 mm found lying loose on the surface or embedded in river bed,
soil, talus slope wash and terrace material of dissimilar origin.
NOTE: Hard laterite does not require blasting. It is to be classified under ordinary rock
which does not require blasting.
10.4 Hard Rock:
This shall comprise any rock or cement concrete or RCC for the excavation of which
the use of mechanical plant or blasting is required.
11.0 GEO-TECHNICAL INVESTIGATION: 11.1 GENERAL:
11.1.1 The Contractor shall perform a detailed soil investigation when specified under Scope
of Work to arrive at sufficiently accurate, general as well as specific information about
the soil profile and the necessary soil parameters of the site in order that the foundation
of the various structures can be designed and constructed safely and rationally. A
report to the effect will be submitted by the Contractor for Owner‟s specific approval
giving details regarding data proposed to be utilized for civil structures design.
11.1.2 The Contractor should visit the site to ascertain the soil parameters before submitting
the bid. They may assess the topography requiring cutting and filling operations
including slope stability and protection measures (if slopes encountered). Any
variation in soil data shall not constitute a valid reason for any additional cost & shall
not affect the terms & condition of the Contract. Tests must be conducted under all the
critical locations.
11.2 SCOPE OF WORK:
This specification covers all the work required for detailed soil investigation and
preparation of a detailed report. The work shall include mobilization of necessary
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 43 ~ Signature of Bidder with Seal
equipment, providing necessary engineering supervision and technical personnel, skilled
and unskilled labour etc. as required to carry out field investigation as well as laboratory
investigation, analysis and interpretation of data and results, preparation of detailed
Geo-technical report including specific recommendations for the type of foundations
and the allowable safe bearing capacity for different sizes of foundations at different
founding strata for the various structures of the substation.
The Contractor shall make his own arrangement for locating the co-ordinates and
various test positions in field as per the information supplied to him and also for
determining the reduced level of these locations with respect to the benchmark indicated
by the Owner. All the work shall be carried out as per latest edition of the corresponding
Indian Standard Codes.
11.3 BORE HOLES (BY STANDARD PUNCTUATION TEST):
Drilling of bore holes of 150 mm dia. in accordance with the provisions of IS: 1892 at
the rate of minimum two number of bore holes to 10 m depth or to refusal which ever
occur earlier for the new bay or extension of existing sub-station. (By refusal it shall
mean that a standard penetration blow count (N) of 100 is recorded for 30 cm
penetration).
However, for a new substation, minimum three bore-holes shall be done to find out the
geological profile of the area. If any unconformity encountered then more bore holes
shall be drilled with the approval of Engineer-in-charge for the new projects. However
in case deep pile foundations are envisaged the depths have to be regulated as per codes
provisions. In cases where rock is encountered, coring in one borehole per bay shall be
carried out to 1.5 M in bedrock and continuous core recovery is achieved. Performing
Standard Penetration Tests at approximately 1.5 m interval in the borehole starting from
1.5 m below ground level onwards and at every change of stratum.
The disturbed samples from the standard penetrometer shall also be collected for
necessary tests. Collecting undisturbed samples of 100/75 mm diameter 450 mm long
from the boreholes at intervals of 2.5 m and every change of stratum starting from 1.0 m
below ground level onwards in clayey strata.
The depth of Water table shall be recorded in each borehole. All samples, both disturbed
and undisturbed, shall be identified properly with the borehole number and depth from
which they have been taken. The sample shall be sealed at both ends of the sampling
tubes with wax immediately after the sampling and shall be packed properly and
transported to the Contractor‟s laboratory without any damage or loss. The logging of
the boreholes shall be compiled immediately after the boring is completed and a copy of
the bore log shall be handed over to the Engineer-in-charge.
11.4 ELECTRICAL RESISTIVITY TEST:
This test shall be conducted to determine the Electrical resistivity of soil required for
designing safe grounding system for the entire station area. The specifications for the
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 44 ~ Signature of Bidder with Seal
equipment and other accessories required for performing electrical resistivity test, the
test procedure, and reporting of field observations shall confirm to IS: 3043.
The test shall be conducted using Wagner‟s four electrode method as specified in IS:
1892, Appendix-B2. Unless otherwise specified at each test location, the test shall be
conducted along two perpendicular lines parallel to the coordinate axis. On each line a
minimum of 8 to 10 readings shall be taken by changing the spacing of the electrodes
from an initial small value of 0.5 m up to a distance of 10.0 m.
11.5 WATER SAMPLE:
Representative samples of ground water shall be taken when ground water is first
encountered before the addition of water to aid drilling of boreholes. The samples shall
be of sufficient quantity for chemical analysis to be carried out and shall be stored in
airtight containers.
11.6 BACK FILLING OF BORE HOLES:
On completion of each hole, the Contractor shall backfill all bore holes as directed by
the Owner. The backfill material can be the excavated material and shall be compacted
properly.
11.7 LABORATORY TEST:
11.7.1 The laboratory tests shall be carried out progressively during the field work after
sufficient numbers of samples have reached the laboratory in order that the test results
of the initial bore holes can be made use of in planning the later stages of the field
investigation and quantum of laboratory tests.
11.7.2 All samples brought from field, whether disturbed or undisturbed shall be
extracted/prepared and examined by competent technical personnel, and the test shall
be carried out as per the procedures laid out in the relevant IS Codes. The following
laboratory tests shall be carried out:
a) Visual and Engineering Classification
b) Liquid limit, plastic limit and shrinkage limit for soils.
c) Natural moisture content, bulk density and specific gravity.
d) Grain size distribution.
e) Swell pressure and free swell index determination.
f) California bearing ratio.
g) Consolidated undrained test with pore pressure measurement.
h) Chemical tests on soil and water to determine the carbonates, sulphates, nitrates,
chlorides, Ph value, and organic matter and any other chemical harmful to the
concrete foundation.
i) Rock quality designation (RQD), RMR in case of rock is Encountered
11.8 TEST RESULTS AND REPORTS:
11.8.1 The Contractor shall submit the detailed report in two (2) copies wherein information
regarding the geological detail of the site, summarized observations and test data, bore
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 45 ~ Signature of Bidder with Seal
logs and conclusions and recommendations on the type of foundations with supporting
calculations for the recommendations. Initially the report shall be submitted by the
Contractor in draft form and after the draft report is approved, the final report in two
(2) copies shall be submitted. The test data shall bear the signatures of the
Investigation Agency, Vendor and also site representative of Utility.
11.8.2 The report shall include but not limited to the following:
a) A plan showing the locations of the exploration work i.e. bore holes, dynamic cone
penetration tests etc.
b) Bore Logs: Bore logs of each bore holes clearly identifying the stratification and
the type of soil stratum with depth. The values of Standard Penetration Test (SPT)
at the depths where the tests were conducted on the samples collected at various
depths shall be clearly shown against that particular stratum.
11.8.3 Test results of field and laboratory tests shall be summarized strata wise as well in
combined tabular form. All relevant graphs, charts tables, diagrams and photographs,
if any, shall be submitted along with report. Sample illustrative reference calculations
for settlement, bearing capacity, pile capacity shall be enclosed.
11.9 RECOMMENDATIONS:
The report should contain specific recommendations for the type of foundation for the
various structures envisaged at site. The Contractor shall acquaint himself about the type
of structures and their functions from the Owner. The observations and
recommendations shall include but not limited to the following:
a) Geological formation of the area, past observations or historical data, if available, for
the area and for the structures in the nearby area, fluctuations of water table etc. Slope
stability characteristics and landslide history of the area shall be specifically
highlighted. Remedial measures to be adopted shall also be given.
b) Recommended type of foundations for various structures. If piles are recommended
the type, size and capacity of pile and groups of piles shall be given after comparing
different types and sizes of piles and pile groups.
c) Allowable bearing pressure on the soil at various depths for different sizes of the
foundations based on shear strength and settlement characteristics of soil with
supporting calculations. Minimum factor of safety for calculating net safe bearing
capacity shall be taken as 3.0 (three). Recommendation of liquefaction characteristics
of soil shall be provided.
d) Recommendations regarding slope of excavations and dewatering schemes, if required.
Required protection measures for slope stability for cut & fill slopes of switchyard and
approach road with stone pitching/retaining walls shall be clearly spelt out. Calculation
shall also be provided for stability adequacy.
e) Comments on the Chemical nature of soil and ground water with due regard to
deleterious effects of the same on concrete and steel and recommendations for
protective measures.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 46 ~ Signature of Bidder with Seal
f) If expansive soil is met with, recommendations on removal or retainment of the same
under the structure, road, drains, etc. shall be given. In the latter case detailed
specification of any special treatment required including specification or materials to
be used, construction method, equipment to be deployed etc. shall be furnished.
Illustrative diagram of a symbolic foundation showing details shall be furnished.
g) Recommendations for additional investigations beyond the scope of the present work,
if considered such investigation as necessary.
12.0 DRAWINGS: 12.1 The successful bidder shall first submit the structural design calculations along with
general arrangement drawings for approval within 7 days of issue of LOA / Work Order.
After the approval of the design calculations by the WESCO Utility, detailed
construction drawings shall be prepared and submitted for WESCO Utility‟s approval
along with revised design calculations, if required, within 15 days.
12.2 Required number of sets of design calculations, drawings and documents shall be
submitted by the Bidder. All documents including design calculations shall be prepared
in MS office and all drawings shall be drafted using AutoCAD (latest version).
12.3 During every submission one soft copy of the document shall also be submitted. When
final approval is obtained from the WESCO Utility the Bidder shall submit all the
documents in TWO sets of CD ROM (One + One Back - up) together with minimum
three sets of distribution prints well documented and page controlled with details of
WESCO Utility‟s approval marked thereon.
12.4 Approval of drawings / documents shall not relieve the Bidder of the responsibility
regarding the adequacy of design and correctness of drawings.
13.0 ALTERATION IN SPECIFICATION & DESIGN: 13.1 The Project Manager shall have the power to make any alteration and omissions from
additions to or substitution for, the original specifications, drawings, designs and
instructions that may appear to him to be necessary during the progress of the work and
the Bidder shall carry out the work in accordance with any instruction which may be
given to him in writing signed by the Project Manager and such alterations, omissions,
additions or substitutions shall not invalidate the contract and any altered, added or
substituted work which the Bidder may be directed to do in the manner above specified
as part of the work shall be carried out by the Bidder on the same conditions in all
respects on which the Bidder agreed to do the original contract work. The time for
completion of work shall be altered in the proportion that the altered, added or
substituted work bears to the original contract work, and the certificate of the Project
Manager shall be conclusive as to such proportion.
13.2 The rates for the altered items of work shall be worked out on the offered price in Price-
Bid basis and necessary alternations in the total amount shall be made on that basis.
13.3 In the event there is no similar class of work specified in the Price-Bid, the Bidder shall
work on a rate for such an item on the basis of the prevalent market rates for materials /
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 47 ~ Signature of Bidder with Seal
men / machines and submit the same together with the detailed analysis to the Project
Manager within 7 days.
13.4 The Project Manager shall thereafter review the correctness and then conduct necessary
negotiations with the Bidder to arrive at a mutually agreeable rate. Engineer‟s decision
in regard to rates of such items shall be final and binding on the Bidder. In case of
conflict between this chapter and other Chapters of Technical Specifications, provisions
given in this chapter shall govern.
14.0 DANGER NOTICE PLATES: 14.1 SCOPE:
This Specification covers Danger Notice Plates to be displayed in accordance with rule
No.: 35 of Indian Electricity Rules, 2003.
14.2 APPLICABLE STANDARD:
Unless otherwise modified in this specification, the Danger Notice Plates shall comply
with IS: 2551- 1982 or the latest version thereof.
14.3 DIMENSION:
14.3.1 Two sizes of Danger Notice Plates as follows are recommended:
a) For display at 415 V installations : 200 x 150 mm
b) For display at 11 KV or higher voltage installations : 250 x 200 mm
14.3.2 The corners of the plate shall be rounded off.
14.3.3 The location of fixing holes can be modified to suit the requirements of the purchaser.
14.4 LETTERING:
All letterings shall be centrally spaced. The dimensions of the letters, figures and their
respective position shall be submitted with bid. The size of letters in the words in each
language and spacing between them shall be so chosen that these are uniformly written
in the space earmarked for them.
14.5 LANGUAGE:
14.5.1 Under Rule No.: 35 of Indian Electricity Rules, 2003, the owner of every medium,
high and extra high voltage installation is required to affix permanently in a
conspicuous position. A danger notice in Hindi or English and in addition to this, in
the local language with the sign of skull and bones.
14.5.2 The type and size of lettering to be done in ENGLISH, HINDI & ODIA to be indicated
in the specimen danger notice plates and must be in line with latest Indian standards.
14.5.3 Adequate space has been provided in the specimen danger notice plates for having the
letterings in local language for the equivalent of' Danger', „415‟, „11000‟ & „Volts‟.
14.6 MATERIAL AND FINISH:
The plate shall be made from mild steel sheet of at least 1.6 mm thick and vitreous
enameled white, with letters, figures and the conventional skull and cross-bones in
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 48 ~ Signature of Bidder with Seal
signal red colour (refer IS: 5-1978) on the front side. The rear side of the plate shall
also be enameled in black colour only.
14.7 TEST:
The following tests shall be carried out:
i) Visual examination as per IS: 2551-1982
ii) Dimensional check as per IS: 2551-1982
iii) Test for weather proofness as per IS: 8709-1977 (or its latest version)
14.8 MARKING:
Maker's name and trade mark and the purchaser‟s name shall be marked in such a
manner and position on the plates that it does not interfere with the other information.
14.9 PACKING:
The plates shall be packed in wooden crates suitable for rough handling and acceptable
for rail/road transport.
15.0 NUMBER PLATE (SUPPORT): 15.1 SCOPE:
Weather proof number plate shall have unique name are to be installed on the pole
support. The plate shall be made from mild steel sheet of at least 1.6 mm thick and
vitreous enameled white, with letters in signal red color (refer IS: 5-1978) on the front
side. The rear side of the plate shall also be enameled. The digits shall be as under:
110121
000001
226
Digits shall be displayed as detailed above having at-least 25mm height. The overall size
of the plate shall be 200 x 250 mm x 1.6 mm. The corners of the plate shall be rounded
off. All lettering shall be centrally spaced. The dimensions of the letters, figures and
their respective position shall be as shown above.
The size of digits and spacing between them shall be so chosen that these are uniformly
written in the space earmarked for them. The type and size of digits to be written in
English as indicated above. The plate should be provided with 6 mm dia holes in
horizontal alignment for fixing to the pole by means of Galvanized MS flat clamp of 25
x 3 mm size. The nut & bolts used for fixing of plate should be of galvanized and
washers of electro-plated. The bolt should be used of at-least 6mm diameter.
15.2 TEST:
The following tests shall be carried out:
i) Visual examination as per IS: 2551-1982
ii) Dimensional check as per IS: 2551-1982
iii) Test for weather proofness as per IS: 8709-1977 (or its latest version)
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 49 ~ Signature of Bidder with Seal
16.0 ANTI-CLIMBING DEVICES: The Contractor shall provide and install anti-climbing device on all 33/11 KV DP
structures and at all poles as per CEA guide line. This shall be done with modified
spikes as specified. The spikes clamp to be fitted with pole by bolting & welding in
such a way to avoid theft. The spike clamp to be made up of 50 x 6 mm GI Flat.
17.0 FITTINGS COMMON TO ALL LINE: 17.1 PIN INSULATOR BINDING:
The contractor shall use aluminium binding wire for binding shall be as per REC
Construction Standards No.: C-5 or better thereof.
17.2 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).
17.3 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.
17.4 STAY/GUY SETS:
17.4.1 The Sty/Guys shall be used at the following pole locations:
17.4.1.1 At all the tapping points & dead end poles.
17.4.1.2 At all the points where DT is to be installed.
17.4.1.3 At all the points as per REC construction drawing No.: A-10 (for the diversion
angle of 10 to 60 degree)
17.4.1.4 At every pole for 33 KV line
17.4.1.5 Both side poles at all the crossing for road, nalla & railway crossings etc.
17.4.2 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 In-Charge.
17.4.3 The stay set to be installed complete in all respect and would broadly consist
of following items:
17.4.3.1 7/8 SWG G.I. Stay wire for 33 KV lines as per REC Specification No.: 46/1986
17.4.3.2 Stay Insulator type C for 33 KV line as per REC Specification No.: 21/1981
17.4.3.3 Turn Buckle, Anchor rod and plate (Hot Dipped galvanized)
17.4.3.4 Thimbles and Guy Grip
17.4.3.5 Complete stay set shall be as per REC Construction Standards no. G-1
17.4.3.6 The stay clamp is envisaged as GS structure along with other clamps brackets etc.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 50 ~ Signature of Bidder with Seal
17.4.4 Erection of Stay Set:
17.4.4.1 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.
17.4.4.2 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 mtr. above ground level with GI turn buckle.
17.4.4.3 Concreting of Stay (1 mtr. x 0.5 mtr. x 0.5 mtr.) (including supply of materials) to
be carried out.
18.0 POLES: 18.1 Support Structures will be of 9 mtr. , 11 mtr. & 13 mtr. long R. S. Joist poles
for 33 KV, 11 KV & LT line.
18.2 Any new design (approved and tested in any approved test bed) as per the required
parameters is also acceptable. No more MS poles without Galvanization will be used.
18.3 For easy transportation two pieces of R.S. Joist poles with single splice joint using
galvanized sections of channels / angles / plates of adequate size along with required
size GI bolt, nuts & spring washers is to be adopted.
18.4 Joist with minimum 150 x 150 mm sections are to be considered for the supports (in
accordance to scope).
18.5 2 nos. 450 mm long cleats with 65 x 65 x 5 mm angle to be welded or bolted by
providing minimum 2 nos. 16 mm B&N, sp. washer. Full length welding is to be done
on either side in the base level. The materials must conform to IS: 800.
18.6 All the test on materials and fabrication etc will be as per the relevant Indian standards.
18.7 In different crossings the contractor shall take into consideration the prevailing
regulations of the respective authorities before finalizing type and location of the
towers. While carrying out survey work, the contractor has to collect all relevant data,
prepare and submit drawings in requisite number for obtaining clearance from road,
aviation, railways, river and forest authorities.
19.0 R. S. JOIST POLE: 19.1 APPLICABLE STANDARDS:
19.1.1 The mild steel shall conform to IS: 2062 grade „A‟ modified up to date or equivalent
international standard for steel materials, documents for which shall be made available
at the time of inspection to the owner‟s representative.
19.1.2 The executant contractor shall be allowed to procure R.S. Joist Poles for this
project only from the selected vendors of WESCO Utility, i.e., M/s. SAIL, M/s.
TATA, M/s. Jindal Steel, M/s. NINL, Jajpur Road, M/s. Reliable Sponge Pvt.
Ltd., Rourkela & M/s. Sarthak Ispat Pvt. Ltd., Raipur only.
19.1.3 The executant contractor has to submit the GTP & drawings for R.S. Joist Poles
from the selected vendors of WESCO Utility, i.e., M/s. SAIL, M/s. TATA, M/s.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 51 ~ Signature of Bidder with Seal
Jindal Steel, M/s. NINL, Jajpur Road, M/s. Reliable Sponge Pvt. Ltd., Rourkela
& M/s. Sarthak Ispat Pvt. Ltd., Raipur only for accord of approval before
procurement.
19.2 GENERAL REQUIREMENTS:
Material shall be supplied as per the following sizes:
19.2.1 9 mtr. long 150 x 150 mm R.S. Joist Pole (34.6 Kg./mtr.)
19.3 INSPECTION:
All inspection/test will be carried out by representative of owner. All tests and
inspection shall be made at the place of manufacturer unless otherwise specially agreed
upon by the manufacturer and the owner. The manufacturer shall provide all reasonable
facilities without charge to satisfy him that the material is being supplied in accordance
with the specification.
20.0 CONSTRUCTION OF FOUNDATION FOR R. S. JOIST
POLES: 20.1 ERECTION OF POLE, CONCRETING OF POLES AND COMPACTION OF
SOIL: 20.1.1 Drawing for the excavation of pits, Foundation of both wet and Black cotton soil is
enclosed which are to be adopted. If better design with less volume approved or
tested by any other distribution agencies will also be acceptable.
20.1.2 Following arrangement shall be adopted for proper erection of poles wherever
necessary and properly compacting of the soil around the base / foot of the poles under
this package.
20.1.2.1 Excavation has to be done as per the drawing to the required depth and size. After
final excavation the pit should be dressed properly so that uneven portion and
loose soil should be removed before PCC (M-7.5) of thickness 75 mm is laid. The
base footing of the pole concreting RCC (M-15) has to be done by proper
alignment and verticality.
20.1.2.2 The verticality and leveling of pole/structure should be done by the help of
plumbob or with theodolite and leveling instrument.
20.1.2.3 In case of Joist pole, Base clits and in case of PSC pole, GI base plate (450 x 450
x 75) mm or RCC Pre–cast slab of size (500 x 500 x 100) mm has to be
provided over the Lean concrete.
20.1.2.4 Padding & Concreting for RS Joist Pole (2.2 mtr. x 0.5 mtr. x 0.5 mtr.) (including
supply of materials) in complete shape.
20.2 CEMENT CONCRETE (PLAIN OR REINFORCED) & BACK FILLING:
20.2.1 Materials:
All materials whether to be consumed in the work or used temporarily shall conform to
relevant IS specification, unless stated otherwise, and shall be of the best approved
quality.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 52 ~ Signature of Bidder with Seal
20.2.2 Cement:
20.2.2.1 Cement to be used in the work under the contract shall generally conform to IS:
269/455-1989. Cement bags shall be stored by the contractor in a water tight well
ventilated store sheds on raised wooden platform (raised at least 150 mm above
ground level) in such a manner as to prevent deterioration due to moisture or
intrusion of foreign matter.
20.2.2.2 Cements to be used within three months from the date of manufacture. Sub-
standard or partly set cement shall not be used and shall be removed from the site
by the contractor at his cost.
20.2.2.3 Coarse Aggregates, i.e., stone chips or stone ballast. For M15 concrete (mix 1:2:4)
the aggregate will be in the ranges from 12 mm to 20 mm size and for M 7.5
concrete (mix 1:4:8) these will be from 25 mm to 40 mm size.
20.2.3 Pole Erection:
20.2.3.1 After proper alignment, checking of verticality and leveling, the pole or structure
should be properly tied before placing of base concrete of required height. Again
the verticality and leveling should be checked.
20.2.3.2 The RCC pedestal concrete (M-15) is to be done by providing good quality of
shutters, so that there will no leakage of cement slurry during concreting. The
cooping height should be 750 mm above the existing ground level. The top portion
of the cooping should be made tapered.
20.2.3.3 All the bolted joints should be tightened properly by providing suitable size GI
bolt, nuts and spring washers. After completion of erection works all the bolts
should be spot welded in order to avoid theft of members.
20.2.3.4 The back filling of locations should be done by using the excavated soil only in
layers (each layer should not be more than 500 mm) by putting water and
ramming by using wooden rammers. In no case stone of size more than 75mm
used for back filling. Back-filling has to be done 75mm above ground level or as
specified.
20.2.3.5 Curing of concrete should be done for 28 day continuously. Curing should not be
done within 24 Hours of concreting.
20.2.3.6 All the excess excavated materials and other unused materials from the concreting
site should be disposed of to a suitable site by the contractor.
a) Mixer (Running time-2 min.)
b) In case of hand mixing, 10% extra cement has to be provided. Hand mixing
should be done on GI sheet platform o n l y .
c) Poking rod may be used for compacting in locations at PSC poles only
d) Use of vibrator for compacting is mandatory.
e) Clean water (free from saline and alkaline) should be used for concreting.
f) Aggregates (both coarse and fine) used should be free from foreign materials.
g) Shutters used should not be removed before 24 hrs. of casting.
h) In case of black cotton soil borrowed earth (morum soil mixed with sand is
preferable) may be used for back filling.
i) Sufficient qty. of water should be sprinkled over backfilled earth and
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 53 ~ Signature of Bidder with Seal
chimney kept wet by using wet gunny bags.
20.2.3.7 All the persons working on tower shall wear safety helmet, safety belt and
safety shoes. Similarly all the persons working on ground shall wear safety helmet
and safety shoes.
20.2.3.8 If there is any LT/HT power line near the vicinity of tower erection, necessary
shutdown of the power line shall be obtained in writing from the concerned
Agency in order to avoid electrical hazards caused by accidental touching of
stay/Guy ropes with power line.
20.2.3.9 Safety precaution Safety shall be given utmost importance during stringing. The
following need to be ensured.
20.2.3.10 Safe working conditions shall be provided at the stringing site.
20.2.3.11 Full proof communication through walky-talkie / mobile phones shall be used in
order to avoid any damage to workmen or public on ground.
21.0 90 KN PORCELAIN TYPE DISC INSULATOR (B&S
TYPE) (ANTIFOG TYPE): 21.1 SCOPE:
This specification covers the details of the 90 KN B&S type porcelain insulators for use
on 33 KV & 11 KV line. The Disc Insulator must be Antifog type.
21.2 APPLICABLE STANDARDS:
Unless otherwise stipulated in this specification, the insulators shall comply with the
Indian Standard Specification IS: 731-1971 and the insulator fittings with IS: 2486 (Pt.:
I) - 1971 and IS: 2486 (Pt.: II)-1974 or the latest version thereof.
21.3 INSULATORS:
21.3.1 GENERAL REQUIREMENT:
21.3.1.1 The porcelain shall be sound, free from defects, thoroughly vitrified and smoothly
glazed.
21.3.1.2 Unless otherwise specified, the glaze shall be brown in colour. The glaze shall
cover all the porcelain parts of the insulator except those areas which serve as
supports during firing or are left unglazed for the purpose of assembly.
21.3.1.3 The design of the insulator shall be such that stresses due to expansion and
contraction in any part of the insulator shall not lead to deterioration. The porcelain
shall not engage directly with hard metal.
21.3.1.4 Cement used in the construction of the insulator shall not cause fracture by
expansion or loosening by contraction and proper care shall be taken to locate the
individual parts correctly during cementing. The cement shall not give rise to
chemical reaction with metal fittings, and its thickness shall be as uniform as
possible.
21.4 CLASSIFICATION:
21.4.1 Only Type „B‟ insulators as defined in Indian Standards shall be used.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 54 ~ Signature of Bidder with Seal
21.4.2 The string insulators shall only be of ball and socket type.
21.5 BASIC INSULATION LEVEL:
21.5.1 The test voltages of the insulators shall be as under:
Highest System
Voltage
Visible
Discharge Test
Wet Power
Frequency
Withstand Test
Power Frequency Puncture
Withstand Test
Impulse
Voltage
Withstand Test String Insulator Unit
KVrms KVrms KVrms KVrms KVPeak
36 27 75 1.3 times the actual dry flash
over voltage of the Unit
170
12 9 50 140 155
21.5.2 In this specification, power frequency voltages are expressed as peak values divided by
impulse voltages are expressed as peak values.
21.5.3 The withstand and flashover voltages are referred to the „Reference Atmospheric
Conditions‟ as per Indian Standard.
21.6 MECHANICAL LOAD:
The insulators shall be suitable for the minimum failing loads specified as under:
a) Type : Antifog type insulator
b) Size of insulator : 280 x 146
c) Electro mechanical strength : 90 KN
d) Leakage distance (mm) : 580 mm minimum or as
Required to meet the total creepage
21.7 CREEPAGE DISTANCE:
The minimum creepage distance shall be as under:
Highest System Voltage Heavily polluted Atmosphere (Total)
36 KV 580 mm
11 KV 430 mm
Note: For insulator used in an approximately vertical position the values given in Col.
(2) or (3) shall apply. For insulators used in an approximately horizontal
position, the value given in Col. (2) shall apply but the value in Col. (3) may be
reduced by as much as 20%.
21.8 TEST:
The insulators shall comply with the following tests as per IS: 731-1971 and latest
version thereof.
21.8.1 TYPE TEST:
21.8.1.1 Visual examination
21.8.1.2 Verification of dimensions
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 55 ~ Signature of Bidder with Seal
21.8.1.3 Visible discharge test
21.8.1.4 Impulse voltage withstand test
21.8.1.5 Wet power-frequency voltage withstand test
21.8.1.6 Temperature cycle test
21.8.1.7 Electro-mechanical failing load test
21.8.1.8 Mechanical failing load test (for those of Type B string insulator units to which
electro mechanical failing load test (g) is not applicable)
21.8.1.9 Twenty four hours mechanical strength test (for string insulators only when
specified by the purchaser
21.8.1.10 Puncture Test
21.8.1.11 Porosity test and
21.8.1.12 Galvanizing test
21.8.2 ACCEPTANCE TEST:
The test samples after having withstood the routine tests shall be subjected to the
following acceptance test in the order indicated below:
21.8.2.1 Verification of dimensions.
21.8.2.2 Temperature cycle test
21.8.2.3 Twenty four hours mechanical strength test (for string insulator units only when
specified by the Owner)
21.8.2.4 Electro-mechanical failing load test
21.8.2.5 Puncture test
21.8.2.6 Porosity test
21.8.2.7 Galvanizing test
21.8.3 ROUTINE TEST:
21.8.3.1 Visual examination
21.8.3.2 Mechanical routine test
21.8.3.3 Electrical routine test
21.9 MARKING:
21.9.1 Each insulator shall be legibly and indelibly marked to show the following:
21.9.1.1 Name or trade mark of the manufacturer
21.9.1.2 Month and year of manufacture
21.9.1.3 Minimum failing load in Newton
21.9.1.4 Country of the manufacture and
21.9.1.5 ISI Certification mark, if any
21.9.2 Marking on porcelain shall be printed and shall be applied before firing.
21.10 PACKING:
21.10.1 All insulators (without fittings) shall be packed in wooden crates suitable for easy but
rough handling and acceptable for rail transport.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 56 ~ Signature of Bidder with Seal
21.10.2 Where more than one insulator is packed in a crate, wooden separators shall be fixed
between the insulators to keep individual insulators in position without movement
within the crate. Disc insulators, however, may be assembled in string and packed
inside a crate to prevent movement.
22.0 3 BOLTED 90 KN GALVANISED HARDWARE FITTING
(B&S):
22.1 GENERAL REQUIREMENT:
22.1.1 All forgings and castings shall be of good finish and free of flaws and other defects.
The edges on the outside of fittings, such as at the ball socket and holes shall be
rounded.
22.1.2 All parts of different fittings which provide for interconnection shall be made such that
sufficient clearance is provided at the connection point to ensure free movement and
suspension of the insulator string assembly. All ball and socket connections shall be
free in this manner but care shall be taken that too much clearance between ball and
socket is avoided.
22.1.3 All ferrous fittings and the parts other than those of stainless steel, shall be galvanized.
Small fittings like spring washers, nuts, etc. may be electro-galvanized.
22.2 TYPE & DIMENSION:
22.2.1 Only ball and socket type insulator sets shall be used. The nominal dimensions of the
ball and sockets, ball eye and cross-arm straps mentioned in GTP.
22.2.2 Strain clamps shall be suitable for AAAC conductors. The ultimate strength of clamps
shall not be less than 4500 Kg.
22.3 TEST:
String insulator fittings shall comply with the following tests as per IS: 2486 (Pt. I).
22.3.1 TYPE TEST:
22.3.1.1 Slip strength test
22.3.1.2 Mechanical test
22.3.1.3 Electrical resistance test
22.3.1.4 Heating cycle test
22.3.1.5 Verification of dimensions
22.3.1.6 Galvanizing/Electroplating test
22.3.1.7 Visual examination test
22.3.2 ACCEPTANCE TEST:
22.3.2.1 Verification of dimensions
22.3.2.2 Galvanizing/Electroplating test
22.3.2.3 Mechanical tests
22.3.3 ROUTINE TEST:
22.3.3.1 Visual examination test and
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 57 ~ Signature of Bidder with Seal
22.3.3.2 Routine mechanical test
22.4 MARKING:
The caps and clamps shall have marked on them the following:
22.4.1 Name or trade mark of the manufacturer
22.4.2 Year of manufacture
22.5 PACKING:
22.5.1 For packing of GI pins, strain clamps and related hardware, double gunny bags (or
wooden cases, if deemed necessary) shall be employed. The heads and threaded
portions of pins and the fittings shall be properly protected against damage. The gross
weight of each packing shall not normally exceed 50 Kg. Different fittings shall be
packed in different bags or cases and shall be complete with their minor accessories
fitted in place. All nuts shall be hand-tightened over the bolts and screwed up to the
farthest point.
22.5.2 The packages containing fittings may also be marked with the ISI certification mark.
23.0 33 KV PORCELAIN TYPE PIN INSULATOR: 23.1 SCOPE:
This specification covers details of porcelain insulators (Pin Insulators) for use on 33
KV overhead power lines in rural electric distribution system.
23.2 APPLICABLE STANDARDS:
Except when it conflicts with the specific requirements of this specification, the
insulators shall comply with IS: 731 & IS: 3188 as amended from time to time.
23.3 GENERAL REQUIREMENTS:
23.3.1 The porcelain shall be sound, free from defects, thoroughly vitrified and smoothly
glazed.
23.3.2 Unless otherwise specified, the glaze shall be brown in colour. The glaze shall cover
all the porcelain parts of insulators except those areas which serve as support during
firing or are left unglazed for the purpose of assembly.
23.3.3 The design of insulators shall be such that stresses due to expansion and contraction in
any part of the insulator shall not lead to deterioration. The porcelain shall not engage
directly with hard metal.
23.3.4 Cement used in construction of insulators shall not cause fracture by expansion or
loosening by contraction and proper care shall be taken to locate the individual parts
correctly during cementing. The cement shall not give rise to chemical reaction with
metal fittings and its thickness shall be a uniform as possible.
23.3.5 The insulators should preferably be manufactured in automatic temperature -
controlled kilns to obtain uniform baking and better electrical and mechanical
properties.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 58 ~ Signature of Bidder with Seal
23.4 CLASSIFICATION & DIMENSION:
Pin insulators shall conform to Type B of IS: 731.
23.5 TEST VOLTAGE:
The test voltages of insulators shall be as under:
Highest
System voltage
Visible Discharge
Test
Wet Power
Frequency
withstand Test
Power Frequency puncture
withstand test
Impulse
voltage
withstand Test Pin Insulator
KVrms KVrms KVrms KVrms KVPeak
36 27 75 180 170
23.6 FAILING LOAD:
23.6.1 Mechanical Failing Load (For Pin Insulators only):
The insulators shall be suitable for a minimum failing load of 10 KN applied in
transverse direction.
23.6.2 CREEPAGE DISTANCE:
The minimum creepage distance shall be as under:
Highest System Voltage Normal and Moderately
polluted atmosphere
Heavily Polluted atmosphere
Pin Insulator
KV mm mm
36 580 mm 840 mm
Note: For insulator used in an approximately vertical position the values given in Col. (2) or
(3) shall apply. For insulators used in an approximately horizontal position, the value
given in Col. (2) shall apply but the value in Col. (3) may be reduced by as much as
20%.
23.7 TEST:
The insulators shall comply with the following tests as per IS: 731-1971 & latest version
thereof.
23.7.1 TYPE TEST:
23.7.1.1 Visual examination
23.7.1.2 Verification of dimensions
23.7.1.3 Visible discharge test
23.7.1.4 Impulse Voltage Withstand Test
23.7.1.5 Wet Power Frequency Voltage Withstand Test
23.7.1.6 Temperature cycle test
23.7.1.7 Mechanical Failing load test to be carried out as per procedure described at sub-
clause: 8.4
23.7.1.8 Puncture Test
23.7.1.9 Porosity Test
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 59 ~ Signature of Bidder with Seal
23.7.1.10 Galvanizing Test
23.7.2 ROUTINE TEST:
23.7.2.1 Visual examination
23.7.2.2 Hydraulic Internal Pressure test on shells for strain insulators to be carried out as
per procedure described at sub-clause 8.4
23.7.3 ACCEPTANCE TEST:
23.7.3.1 Verification of Dimensions
23.7.3.2 Temperature cycle Test
23.7.3.3 Porosity test
23.7.3.4 Galvanizing test
23.7.4 Following procedure shall be used for conducting tests on insulators:
23.7.4.1 Thermal Mechanical Performance Test (if applicable):
23.7.4.1.1 Thermal Mechanical Performance Test shall be performed in accordance with
IEC: 383-1-1993 Clause No.: 20 with the following modifications:
23.7.4.1.1.1 The applied mechanical load during this test shall be 70% of the rated
electromechanical or mechanical value.
23.7.4.1.1.2 The acceptance criteria shall be:
23.7.4.1.1.2.1 X greater than or equal to R + 3S
Where:
X: Mean value of the individual mechanical failing load
R: Rated electro-mechanical / mechanical failing load
S: Standard deviation
23.7.4.1.1.2.2 The minimum sample size shall be taken as 20 for disc insulator units.
23.7.4.1.1.2.3 The individual electromechanical failing load shall be at least equal to the
rated value. Also puncture shall not occur before the ultimate fracture.
23.7.4.2 Electromechanical/Mechanical Failing Load Test:
This test shall be performed in accordance with clause 18 and 19 of IEC: 383 with
the following acceptance:
23.7.4.2.1 X greater than or equal to R + 3S
Where:
X: Mean value of the electro-mechanical/mechanical/ failing load
R: Rated electro-mechanical / mechanical failing load
S: Standard deviation
23.7.4.2.2 The minimum sample size shall be taken as 20 for disc insulators units. However
for larger lot size, IEC: 591 shall be applicable.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 60 ~ Signature of Bidder with Seal
23.7.4.2.3 The individual electro-mechanical/mechanical failing load shall be at least equal
to the rated value. Also electrical puncture shall not occur before the ultimate
fracture.
23.8 MARKING:
23.8.1 Each insulator shall be legibly and indelibly marked to show the following:
23.8.1.1 Name or trade mark of manufacturer
23.8.1.2 Month and year of manufacture
23.8.1.3 Minimum failing load in KN
23.8.1.4 ISI certification mark, if any
23.8.2 Markings on porcelain shall be printed and shall be applied before firing.
23.9 PACKING:
All insulators (without fittings) shall be packed in wooden crates suitable for easy but
rough handling and acceptable for rail transport. Where more than one insulator is
packed in a crate, wooden separators shall be fixed between the insulators to keep
individual insulators in position without movement within the crate.
23.10 INSPECTION:
23.10.1 All tests and inspection shall be made at the place of manufacture unless otherwise
especially agreed upon by the manufacturer and purchaser at the time of purchase.
The manufacturer shall afford the inspector representing the purchaser all reasonable
facilities, without charge, to satisfy him that the material is being furnished in
accordance with this specification.
23.10.2 The Owner has the right to have the tests carried out at his own cost by an
independent agency whenever there is dispute regarding the quality of supply.
24.0 CLAMPS & CONNECTORS: 24.1 The material of clamps and connectors shall be Aluminium alloy casting conforming to
designation A6 of IS: 617 for connecting to equipment terminals and conductors of
aluminium.
24.2 In case the terminals are of copper, the same clamps/connectors shall be used with 2
mm thick bimetallic liner. The material of clamps and connectors shall be galvanized
mild steel for connecting to shield wire. Bolts, nuts and plain washers shall be hot dip
galvanized mild steel for sizes M16 and above.
24.3 For sizes below M16, they shall be electro-galvanized mild steel. The spring washers
shall be electro-galvanized mild steel. All castings shall be free from blow holes, surface
blisters, cracks and cavities. All sharp edges and corners shall be rounded off to meet
specified corona and radio interference requirements. They shall have same current
rating as that of the connected equipment.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 61 ~ Signature of Bidder with Seal
24.4 All current carrying parts shall be at least 10 mm thick. The connectors shall be
manufactured to have minimum contact resistance. Flexible connectors, braids or
laminated strips shall be made up of copper/aluminium. Current rating and size of
terminal/conductor for which connector is suitable shall be embossed/punched on each
component.
24.5 The tension clamp shall be made out of aluminium alloy conforming to IS: 617 A6 and
of 3 pair bolted (M-16) type suitable for 100 mm sq / 232 mm sq AAAC. UTS of
Hardware fittings must be of 90 KN. The tension clamp shall not permit slipping or
damage to failure of the complete conductor or any part thereof at a load less than 95%
of ultimate strength of the conductor. The tension clamp shall be of a design that will
ensure unrestricted flow of current without use of parallel groove clamps. M16 x 165
Bolt, nut & washer for cross arm of 1 set, cross arm of 1 pair, ball eye of 1 no., socket
eye of 1 no., tension clamp with keeper of 1 set, M16 U-Bolt, nut & washer of 3 set,
M12 SP washer of 8 nos., M16 Rivet with washer of 2 nos. & Split Pin of 3 nos.
24.6 The suspension clamp will be envelope type made out of aluminium alloy suitable for
accommodating performed armoured rod. Single suspension type set having ball hook,
tower side arcing horn, socket eye with R-type security clip, line side arcing horn &
suspension clamps. Double suspension type set having ball hook, sockets clevis with R-
type security clip-3 nos., yoke plate – 2 nos., tower side arcing horn-2 nos., ball clevis-2
nos., line side arcing horn-2 nos., clevis eye & suspension clamp.
25.0 33 KV GI PIN: 25.1 GENERAL REQUIREMENT:
25.1.1 The pin shall be a single piece obtained preferably by the process of forging. It shall
not be made by joining, welding, shrink-fitting or any other process from more than
one piece of material.
25.1.2 It shall be of good finish, free from flaws and other defects. The finish of the collar
shall be such that a sharp angle between the collar and the shank is avoided.
25.1.3 All ferrous pins, nuts and washer except those made of stainless steel shall be
galvanized. The threads of nuts shall be cut after galvanizing and shall be well oiled
and greased.
25.2 TYPE & DIMENSION:
Pins with large steel head Type L300N as per IS: 2486 (Pt.: II) having stalk length of
300 mm and shank length of 150 mm with minimum failing load of 10 KN shall be
used.
25.3 TEST:
Insulator pins shall comply with the following tests as per IS: 2486 (Pt.: I).
25.3.1 TYPE TEST:
25.3.1.1 Visual examination test
25.3.1.2 Checking of threads on heads
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 62 ~ Signature of Bidder with Seal
25.3.1.3 Galvanizing test
25.3.1.4 Mechanical test
25.3.2 ACCEPTANCE TEST:
25.3.2.1 Checking of threads on heads
25.3.2.2 Galvanizing test
25.3.2.3 Mechanical test
25.3.3 ROUTINE TEST:
25.3.3.1 Visual examination
25.4 PACKING:
25.4.1 For packing of GI pins, strain clamps and related hardware, double gunny bags (or
wooden cases, if deemed necessary) shall be employed. The heads and threaded
portions of pins and the fittings shall be properly protected against damage. The gross
weight of each packing shall not normally exceed 50 Kg.
25.4.2 Different fittings shall be packed in different bags or cases and shall be complete with
their minor accessories fitted in place. All nuts shall be hand-tightened over the bolts
and screwed up to the farthest point.
26.0 The packages containing fittings may also be marked with the ISI certification mark.
27.0 33 KV F CLAMP: 27.1 33 KV line pole top bracket, i.e., 33 KV „F‟ clamp fabricated out of 75 x 10 MS Flat
welded together as per REC standard and minimum Weight of Cross Arm (min.) is 4.98
Kg.
27.2 After fabrication, the cross arm shall be painted with two coats of red oxide primer and
two coats of aluminium paint confirming to REC construction standard and suitably
designed to fit 9 mtr., 11 mtr. & 13 mtr. Joist Pole.
28.0 33 KV „V‟ CROSS ARM: 33 KV „V‟ Cross Arm fabricated out of 100 x 50 x 6 mm M.S. Channel as per REC
standard and minimum Weight of Cross Arm (min.) is 22 Kg. After fabrication, the
cross arm shall be painted with two coats of Red Oxide primer and two coats of
aluminium paint confirming to REC construction standard.
29.0 BACK CLAMP FOR 33 KV „V‟ CROSS ARM: Back clamp for 33 KV „V‟ Cross Arm made out of 50 x 8 mm MS Flat and minimum
Weight of Cross Arm (min.) is 2.4 Kg. After fabrication, the cross arm shall be painted
with two coats of red oxide primer and two coats of aluminium paint confirming to REC
construction standard and shall be suitably designed to fit the „V‟ Cross Arm & pole.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 63 ~ Signature of Bidder with Seal
30.0 11 KV „V‟ CROSS ARM: 11 KV „V‟ Cross Arm fabricated out of 100 x 50 x 6 mm M.S. Channel as per REC
standard and minimum Weight of Cross Arm (min.) is 10.2 Kg. After fabrication, the
cross arm shall be painted with two coats of Red Oxide primer confirming to REC
construction standard.
31.0 BACK CLAMP FOR 11 KV „V‟ CROSS ARM: Back clamp for 11 KV „V‟ Cross Arm made out of 50 x 8 mm MS Flat and minimum
Weight of Back clamp for 11 KV „V‟ Cross Arm (min.) is 1.7 Kg. After fabrication, the
cross arm shall be painted with two coats of red oxide primer confirming to REC
construction standard and shall be suitably designed to fit the „V‟ Cross Arm as well as
pole.
32.0 11 KV F CLAMP: 11 KV line pole top bracket, i.e., 11 KV „F‟ clamp fabricated out of 75 x 10 MS Flat
welded together as per REC standard and minimum Weight of 11 KV „F‟ clamp (min.)
is 2.9 Kg. After fabrication, the cross arm shall be painted with two coats of red oxide
primer confirming to REC construction standard and suitably designed to fit 8 mtr., 9
mtr., 11 mtr. & 13 mtr. Joist Pole.
33.0 11 KV PIN INSULATOR: 33.1 SCOPE:
This specification covers details of porcelain insulators (Pin Insulators) for use on 11
KV overhead power lines in electric distribution system.
33.2 APPLICABLE STANDARDS:
Except when it conflicts with the specific requirements of this specification, the
insulators shall comply with IS: 731 & IS: 3188 as amended from time to time.
33.3 GENERAL REQUIREMENTS:
33.3.1 The porcelain shall be sound, free from defects, thoroughly vitrified and smoothly
glazed.
33.3.2 Unless otherwise specified, the glaze shall be brown in colour. The glaze shall cover
all the porcelain parts of insulators except those areas which serve as support during
firing or are left unglazed for the purpose of assembly.
33.3.3 The design of insulators shall be such that stresses due to expansion and contraction in
any part of the insulator shall not lead to deterioration. The porcelain shall not engage
directly with hard metal.
33.3.4 Cement used in construction of insulators shall not cause fracture by expansion or
loosening by contraction and proper care shall be taken to locate the individual parts
correctly during cementing.
33.3.5 The cement shall not give rise to chemical reaction with metal fittings and its thickness
shall be a uniform as possible.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 64 ~ Signature of Bidder with Seal
33.3.6 The insulators should preferably be manufactured in automatic temperature -
controlled kilns to obtain uniform baking and better electrical and mechanical
properties.
33.4 CLASSIFICATION AND DIMENSIONS:
Pin insulators shall conform to Type B of IS: 731.
33.5 TEST VOLTAGES:
The test voltages of insulators shall be as under:
Highest
System voltage
Visible Discharge
Test
Wet Power
Frequency
withstand Test
Power Frequency puncture
withstand test
Impulse
voltage
withstand Test Pin Insulator
KVrms KVrms KVrms KVrms KVPeak
12 9 35 105 75
33.6 FAILING LOAD: Mechanical Failing Load (For Pin Insulators only):
The insulators shall be suitable for a minimum failing load of 5 KN applied in transverse
direction.
33.7 CREEPAGE DISTANCE:
The minimum creepage distance shall be as under:
Highest System Voltage Normal and Moderately
polluted atmosphere
Heavily Polluted atmosphere
Pin Insulator
KV mm mm
12 230 320
Note: Higher value of creepage distance has been specified for strain insulators as these are
normally used in horizontal position in 11 KV lines.
33.8 TEST:
The insulators shall comply with the following tests as per IS: 731.
33.8.1 TYPE TEST:
33.8.1.1 Visual examination
33.8.1.2 Verification of dimensions
33.8.1.3 Visible discharge test
33.8.1.4 Impulse Voltage Withstand Test
33.8.1.5 Wet Power Frequency Voltage Withstand Test
33.8.1.6 Temperature cycle test
33.8.1.7 Mechanical Failing load test to be carried out as per procedure described at sub-
clause: 8.4
33.8.1.8 Puncture Test
33.8.1.9 Porosity Test
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 65 ~ Signature of Bidder with Seal
33.8.1.10 Galvanizing Test
33.8.2 ROUTINE TEST:
33.8.2.1 Visual examination
33.8.3 ACCEPTANCE TEST:
33.8.3.1 Verification of Dimensions
33.8.3.2 Temperature cycle Test
33.8.3.3 Porosity test
33.8.3.4 Galvanizing test
33.8.4 Following procedure shall be used for conducting tests on insulators:
33.8.4.1 Thermal Mechanical Performance Test (if applicable):
Thermal Mechanical Performance Test shall be performed in accordance with IEC:
383-1-1993 Clause 20 with the following modifications:
33.8.4.2 The applied mechanical load during this test shall be 70% of the rated
electromechanical or mechanical value.
33.8.4.3 The acceptance criteria shall be:
33.8.4.3.1 X greater than or equal to R + 3S
Where:
X: Mean value of the individual mechanical failing load
R: Rated electro-mechanical / mechanical failing load
S: Standard deviation
33.8.4.3.2 The minimum sample size shall be taken as 20 for disc insulator units.
33.8.4.3.3 The individual electromechanical failing load shall be at least equal to the rated
value. Also puncture shall not occur before the ultimate fracture.
34.8.4.2 Electromechanical/Mechanical Failing Load Test:
This test shall be performed in accordance with clause 18 and 19 of IEC: 383 with
the following acceptance:
34.8.4.2.1 X greater than or equal to R + 3S
Where:
X: Mean value of the electro-mechanical/mechanical/ failing load
R: Rated electro-mechanical / mechanical failing load
S: Standard deviation
34.8.4.2.2 The minimum sample size shall be taken as 20 for disc insulators units. However
for larger lot size, IEC: 591 shall be applicable.
34.8.4.2.3 The individual electro-mechanical/mechanical failing load shall be at least equal
to the rated value. Also electrical puncture shall not occur before the ultimate
fracture.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 66 ~ Signature of Bidder with Seal
34.9 MARKING:
34.9.1 Each insulator shall be legibly and indelibly marked to show the following:
34.9.1.1 Name or trade mark of manufacturer
34.9.1.2 Month and year of manufacture
34.9.1.3 Minimum failing load in KN
34.9.1.4 ISI certification mark, if any
34.9.2 Markings on porcelain shall be printed and shall be applied before firing.
34.10 PACKING:
All insulators (without fittings) shall be packed in wooden crates suitable for easy but
rough handling and acceptable for rail transport. Where more than one insulator is
packed in a crate, wooden separators shall be fixed between the insulators to keep
individual insulators in position without movement within the crate.
34.11 INSPECTION:
34.11.1 All tests and inspection shall be made at the place of manufacture unless otherwise
especially agreed upon by the manufacturer and purchaser at the time of purchase.
The manufacturer shall afford the inspector representing the purchaser all reasonable
facilities, without charge, to satisfy him that the material is being furnished in
accordance with this specification.
34.11.2 The purchaser has the right to have the tests carried out at his own cost by an
independent agency whenever there is dispute regarding the quality of supply.
34.0 11 KV GI PIN: 34.1 SCOPE:
This specification covers details and test requirements for:
34.1.1 Pins for 11 KV Insulators
34.1.2 Helically Formed Pin Insulator Ties
34.2 APPLICABLE STANDARDS:
Pins shall comply with the requirements of IS: 2486 (Pt.: I & II). Helically formed
fittings shall comply with IS: 12048-1987.
34.3 PINS FOR INSULATORS:
34.3.1 General Requirements:
The pins shall be of single piece obtained preferably by the process of forging. They
shall not be made by joining, welding & shrink fitting or any other process using more
than one piece of material. The pins shall be of good finish, free from flaws and other
defects. The finish of the collar shall be such that a sharp angle between the collar and
the shank is avoided. All ferrous pins, nuts and washers, except those made of stainless
steel, shall be galvanized. The threads of nuts and taped holes, when cut after
galvanizing shall be well oiled or greased.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 67 ~ Signature of Bidder with Seal
34.3.2 Dimension:
Pins shall be of small steel head type S 165 P as per IS: 2486 (Part-II) having stalk
length of 165 mm and shank length of 150 mm with minimum failing load of 5 KN.
34.3.3 Test:
Insulator pins shall comply with the following test requirements as per IS: 2486 (Part-
I)-1993 or latest version thereof.
34.3.3.1 Type Test:
34.3.3.1.1 Checking of threads on heads
34.3.3.1.2 Galvanizing test
34.3.3.1.3 Visual examination test
34.3.3.1.4 Mechanical test
34.3.3.2 Acceptance Test:
34.3.3.2.1 Checking of threads on heads
34.3.3.2.2 Galvanizing test
34.3.3.2.3 Mechanical test
34.3.3.3 Routine Test:
34.3.3.3.1 Visual examination test
34.4 HELICALLY FORMED PIN INSULATOR TIES:
34.4.1 Helically formed ties used for holding the conductor on the pin insulator shall be made
of aluminium alloy or aluminized steel or aluminium-clad steel wires and shall
conform to the requirements of IS: 12048-1987.
34.4.2 The ties shall be suitable for pin insulator dimensions and conductor sizes to be
specified by the purchaser.
Note: Helically formed insulators ties are made to suit specific sizes of
conductors, which should be clearly specified by the purchaser. Elastomer
pad for insulator shall be used with the ties to avoid abrasion of the
conductor coming in to direct contact with the insulator.
TEST: The ties shall be subjected to the tests specified in IS: 12048-1987.
35.0 20 mm DIA GALVANISED HT STAY SET: 35.1 The 20 mm dia. Stay set (Line Guy set) will consist of the following components:
35.1.1 ANCHOR ROD WITH ONE WASHER AND NUT:
Overall length of Rod should be 1800 mm to be made out of 20 mm dia GS Rod, one
end threaded up to 40 mm length with a pitch of a thread per cm. And provided with
one square G.S. Washer of Size 50 x 50 x 1.6 mm and one GS Hexagonal nut
conforming to IS: 1367: 1967 & IS: 1363: 1967. Both washer & nut to suit the
threaded rod of 20 mm. The other end of the rod to be made into a round eye having an
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 68 ~ Signature of Bidder with Seal
inner dia of 40 mm with best quality welding. Dimensional and other details are
indicated and submitted by bidders for owner‟s approval before start of manufacturing.
35.1.2 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 center 22 mm dia hole.
35.1.3 TURN BUCKLE, EYE BOLT WITH 2 NUTS:
To be made of 20 mm dia G.S. 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.S. Hexagonal nuts of suitable size
conforming to IS: 1637/1967 & IS: 1363/1967. The other end of the rod shall be
rounded into a circular eye of 40 mm inner dia with proper and good quality of
welding. Welding details are to be indicated by the bidder separately for approval.
35.1.4 BOW WITH WELDED CHANNEL:
To be made out of 16 mm dia G.S. 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 10 R. The other end shall be welded with proper and good quality welding to
a G.S. Channel 200 mm long having a dimension of 100 x 50 x 4.7 mm. The Channel
shall have 2 holes of 18 mm dia and 22 dia hole at its center.
35.1.5 THIMBLE 2 Nos.:
To be made of 1.5 mm thick G.S. sheet into a size of 75 x 22 x 40 mm and shape as
per standard.
35.1.6 GALVANISING:
The complete assembly shall be hot dip galvanized.
35.1.7 WELDING:
The minimum strength of welding provided on various components of 20 mm dia stay
sets shall be 4900 Kg. Minimum 6 mm 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.
35.1.8 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 dia. Stay Sets : 14.523 Kg. (minimum)
(Excluding Nuts, Thimbles & Washers)
15.569 Kg. (maximum)
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 69 ~ Signature of Bidder with Seal
35.2 TEST CERTIFICATE FOR 20 mm DIA HT STAY SET:
The contractor shall be required to conduct testing of materials at NABL accredited
testing laboratory during pre–dispatch inspection for Tensile Load of 4900 Kg. applied
for one minute on the welding & maintained for one minute for 20 mm dia stay sets.
35.3 IDENTIFICATION MARK FOR 20 mm DIA HT STAY SET:
All stay sets should carry the identification mark of word “WESCO Utility” and size of
the stay set. This should be engraved on the stay plate and on 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 no play or slippage of nuts. Welding wherever
required should be perfect and should not give way after erection.
35.4 TOLERANCES FOR 20 mm DIA HT STAY SET:
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 20 mm dia excluding nuts,
thimbles & washers shall not be less than the weight specified above:
36.0 HT STAY CLAMP (1.9 KG./PAIR): HT stay clamp suitable for R.S. Joist poles made out of 50 x 8 mm M.S Flat, confirming
to latest IS Specification. After fabrication, the clamp for HT stay shall be painted with
two coats of Red Oxide and two coats of aluminium paint conforming to REC
construction standard and drawing.
37.0 7/8 SWG GI STAY WIRE: 37.1 SCOPE:
This Specification covers details of G.I. stranded stay wires of 7/8 SWG for use in 33
KV distribution system.
37.2 APPLICABLE STANDARD:
Except when they conflict with the specific requirements of this specification, the G.I.
Stranded Wires shall comply with the specific requirements of IS: 2141-1979. IS: 4826-
1979 & IS: 6594-1974 or the latest versions thereof.
37.3 APPLICATION & SIZES:
37.3.1 The G.I. stranded wires covered in this Specification are intended for use on the
overhead power line poles, distribution transformer structures etc.
37.3.2 The G.I. stranded wires shall be of 7/3.15 mm standard sizes.
37.4 MATERIAL:
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.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 70 ~ Signature of Bidder with Seal
37.5 TENSILE GRADE:
The wires shall be of tensile grade 4, having minimum tensile strength of 700 N/mm2
conforming to IS: 2141.
37.6 GENERAL REQUIREMENTS:
37.6.1 The outer wire of strands shall have a right-hand lay.
37.6.2 The lay length of wire strands shall be 12 to 18 times the strand diameter.
37.7 MINIMUM BREAKING LOAD:
The minimum breaking load of the wires before and after stranding shall be as follows:
No. of wires
& const.
Wire dia
(mm)
Min. breaking load of Single
wire before stranding (KN)
Min. breaking load of the
standard wire (KN)
7 (6/1) 3.15 5.45 36.26
37.8 CONSTRUCTION:
37.8.1 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.
37.8.2 Joints are permitted in the individual wires during stranding but such joints shall not be
less than 15 meter apart in the finished strands.
37.8.3 The wire shall be circular and free from scale, irregularities, imperfection, flaws, splits
and other defects.
37.9 TOLERANCES:
A tolerance of (±) 2.5% on the diameter of wires before stranding shall be permitted.
37.10 SAMPLING CRITERIA:
The sampling criteria shall be in accordance with IS: 2141.
37.11 TESTS ON WIRES BEFORE MANUFACTURE:
The wires shall be subjected to the following tests in accordance with IS: 2141:
37.11.1 Ductility Test
37.11.2 Tolerance on Wire Diameter
37.12 TESTS ON COMPLETED STRAND:
The completed strand shall be tested for the following tests in accordance with IS:
2141.
37.12.1 Tensile and Elongation Test : The percentage elongation of the
Stranded wire shall not be less than 6%
37.12.2 Chemical Analysis
37.12.3 Galvanizing Test : The Zinc Coating shall conform to
“Heavy Coating” as laid down in IS: 4826
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 71 ~ Signature of Bidder with Seal
37.13 MARKING:
Each coil shall carry a metallic tag, securely attached to the inner part of the coil,
bearing the following information:
37.13.1 Manufacturers‟ name or trade mark
37.13.2 Lot number and coil number
37.13.3 Size
37.13.4 Construction
37.13.5 Tensile Designation
37.13.6 Lay
37.13.7 Coating
37.13.8 Length
37.13.9 Mass
37.13.10 ISI certification mark, if any
37.14 PACKING:
The wires shall be supplied in 75-100 Kg. coils. The packing should be done in
accordance with the provisions of IS: 6594.
38.0 7/10 SWG GI STAY WIRES: 38.1 SCOPE:
This Specification covers details of G.I. stranded stay wires for use in rural distribution
system.
38.2 APPLICABLE STANDARDS:
Except when they conflict with the specific requirements of this specification, the G.I.
Stranded Wires shall comply with the specific requirements of IS: 2141-1979. IS: 4826-
1979 & IS: 6594-1974 or the latest versions thereof.
38.3 APPLICATION AND SIZES:
38.3.1 The G.I. stranded wires covered in this Specification are intended for use on the
overhead power line poles, distribution transformer structures etc.
38.3.2 The G.I. stranded wires shall be of 7/2.5 mm, 7/3.15 mm and 7/4.0 mm standard sizes.
38.4 MATERIAL:
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.
38.5 TENSILE GRADE:
The wires shall be of tensile grade 4, having minimum tensile strength of 700 N/mm2
conforming to IS: 2141.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 72 ~ Signature of Bidder with Seal
38.6 GENERAL REQUIREMENTS:
38.6.1 The outer wire of strands shall have a right-hand lay.
38.6.2 The lay length of wire strands shall be 12 to 18 times the strand diameter.
38.7 MINIMUM BREAKING LOAD:
The minimum breaking load of the wires before and after stranding shall be as follows:
No. of wires
& const.
Wire dia
(mm)
Min. breaking load of Single
wire before stranding (KN)
Min. breaking load of the
standard wire (KN)
7(6/1) 2.5 3.44 22.86
7(6/1) 3.15 5.45 36.26
7(6/1) 4.0 8.79 58.45
38.8 CONSTRUCTION:
38.8.1 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.
38.8.2 Joints are permitted in the individual wires during stranding but such joints shall not be
less than 15 meter apart in the finished strands.
38.8.3 The wire shall be circular and free from scale, irregularities, imperfection, flaws, splits
and other defects.
38.9 TOLERANCES:
A tolerance of (±) 2.5% on the diameter of wires before stranding shall be permitted.
38.10 SAMPLING CRITERIA:
The sampling criteria shall be in accordance with IS: 2141.
38.11 TESTS ON WIRES BEFORE MANUFACTURE:
The wires shall be subjected to the following tests in accordance with IS: 2141.
38.11.1 Ductility Test
38.11.2 Tolerance on Wire Diameter
38.12 TESTS ON COMPLETED STRAND:
The completed strand shall be tested for the following tests in accordance with IS:
2141.
38.12.1 Tensile and Elongation Test : The percentage elongation of the
Stranded wire shall not be less than
6%
38.12.2 Chemical Analysis
38.12.3 Galvanizing Test : The Zinc Coating shall conform to
“Heavy Coating” as laid down in
IS: 4826
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 73 ~ Signature of Bidder with Seal
38.13 MARKING:
Each coil shall carry a metallic tag, securely attached to the inner part of the coil,
bearing the following information:
38.13.1 Manufacturer‟s name or trade mark
38.13.2 Lot number and coil number
38.13.3 Size
38.13.4 Construction
38.13.5 Tensile Designation
38.13.6 Lay
38.13.7 Coating
38.13.8 Length
38.13.9 Mass
38.13.10 ISI certification mark, if any
38.14 PACKING:
The wires shall be supplied in 75-100 Kg. coils. The packing should be done in
accordance with the provisions of IS: 6594.
39.0 HT STAY INSULATOR: 39.1 SCOPE:
This Specification covers porcelain guy strain insulators for use in high tension
electrification system.
39.2 APPLICABLE STANDARDS:
Unless otherwise modified in this specification, the insulators shall comply with IS:
5300-1969 or the latest version thereof.
39.3 GENERAL REQUIREMENTS:
39.3.1 The porcelain insulator shall be sound, free from defects, thoroughly vitrified and
smoothly glazed.
39.3.2 The design of the insulator shall be such that the stresses due to expansion and
contraction in any part of the insulator shall not lead to its deterioration.
39.3.3 The glaze, unless otherwise specified, shall be brown in colour. The glaze shall cover
the entire porcelain surface parts except those areas that serve as supports during
firing.
39.4 TYPE OF INSULATORS:
39.4.1 The standard guy strain insulators shall be of designations „A‟ & „C‟ as per IS: 5300.
39.4.2 The recommended type of guy strain insulators for use on guy wires of overhead lines
of different voltage levels are as follows:
Power Line Voltage Designation of Insulators
11000 V C
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 74 ~ Signature of Bidder with Seal
39.5 DIMENSIONS:
The dimensions of guy strain insulators shall be in accordance with Indian standards.
39.6 BASIC INSULATION LEVELS:
The test voltage of the insulators shall be as under:
Designation of
Insulator
Dry one minute power
Frequency withstand Voltage
(KVrms)
Wet one minute power
Frequency withstand voltage
(KVrms)
C 27 13
39.7 MECHANICAL STRENGTH:
The insulators shall be suitable for the minimum failing loads specified as under:
Designation of Insulator Minimum failing load (KN)
C 88
39.8 TESTS:
The insulators shall comply with the following routine, type and acceptance tests as per
IS: 5300.
39.8.1 Routine Test:
39.8.1.1 Visual examination
39.8.2 Type Tests:
39.8.2.1 Visual examination
39.8.2.2 Verification of dimensions
39.8.2.3 Temperature cycle test
39.8.2.4 Dry one-minute power-frequency voltage withstand test
39.8.2.5 Wet one-minute power frequency voltage withstand test
39.8.2.6 Mechanical strength test
39.8.2.7 Porosity test
39.8.3 Acceptance Tests:
Acceptance Tests to be conducted in the following order:
39.8.3.1 Verification of dimensions
39.8.3.2 Temperature cycle test
39.8.3.3 Mechanical strength test
39.8.3.4 Porosity test
39.9 MARKING:
39.9.1 Each insulator shall be legibly and indelibly marked to show the following:
39.9.1.1 Name or trade mark of the manufacturer
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 75 ~ Signature of Bidder with Seal
39.9.1.2 Year of manufacture
39.9.1.3 ISI certification mark, if any
39.9.2 Marking on porcelain shall be applied before firing.
39.10 PACKING:
All insulators shall be packed in wooden crates suitable for easy but rough handling
and acceptable for rail transport. Wooden separators shall be fixed between the
insulators to keep individual insulators in position without movement within the crate.
40.0 LT Stay Set: 40.1 The 16 mm dia. Stay set (LT Line Guy set) will consist of the following components:
40.1.1 ANCHOR ROD WITH ONE WASHER AND NUT:
Overall length of rod should be 1800 mm to be made out of 16 mm dia GS Rod, one
end threaded up to 40mm length with a pitch of 5 threads per cm and provided with
one square GS washer of size 40 x 40 x 1.6 mm and one GS 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 in to a round eye having an inner dia of
40 mm with best quality welding.
40.1.2 ANCHOR PLATE SIZE 200 x 200 x 6 mm:
To be made out of GS plate of 6 mm thickness. The anchor plate should have at its
centre 18 mm dia hole.
40.1.3 TURN BUCKLE & EYE BOLT WITH 2 NUTS:
To be made of 16 mm dia GS 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 5 threads per cm and provided
with two GS Hexagonal nuts of suitable size conforming to IS: 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.
40.1.4 BOW WITH WELDED ANGLE:
To be made out of 16 mm dia GS rod. The finished bow shall have an overall length of
995 mm and height of 450 mm, the apex or top of the bow shall be bent at an angle of
10 R. The other end shall be welded with proper and good quality welding to a GS
angle 180 mm long having a dimension of 50 x 50 x 6 mm. The angle shall have 3
holes of 18 mm dia each.
40.1.5 THIMBLE:
To be made on 1.5 mm thick GS sheet into a size of 75 x 22 x 40 mm and shape as per
standard shall be supplied.
40.2 Galvanizing:
The complete assembly shall be hot dip galvanized.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 76 ~ Signature of Bidder with Seal
40.3 WELDING:
The minimum strength of welding provided on various components of 16mm dia stay
sets shall be 3100 Kg. Minimum 6 mm fillet 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. Minimum length
of weld to be provided at various places in the stay sets shall be indicated by the bidder.
Welding if, found short in lengths as per final approved drawings shall be rejected.
40.4 THREADING:
The threads on the Anchor Rod, Eye Bolt & Nuts shall be as per specification IS: 4218:
1967 (ISO Metric Screw Threads). The nuts shall be conforming to the requirement of
IS: 1367: 1967 & have dimensions as per IS: 163: 1967. The mechanical property
requirement of fasteners shall conform to property Clause: 4.6 each for anchor rod &
Eye bolt and property Clause: 4 for nuts as per IS: 1367: 1967.
Average weight of finished 16 mm dia. Stay Sets : 7.702 Kg. (minimum)
(Excluding Nuts, Thimbles & Washers)
: 8.445 Kg. (maximum)
40.5 TEST CERTIFICATE FOR 16 mm DIA LT STAY SET:
The contractor shall be required to conduct testing of materials at NABL accredited
testing laboratory during pre–dispatch inspection for Tensile Load of 3100 Kg. applied
for one minute on the welding & maintained for one minute for 16 mm dia stay sets.
40.6 IDENTIFICATION MARK FOR 16 mm DIA LT STAY SET:
All stay sets should carry the identification mark of word _______ and size of the stay
set. This should be engraved on the stay plate and on 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 no play or slippage of nuts. Welding wherever
required should be perfect and should not give way after erection.
40.7 TOLERANCES FOR 16 mm DIA LT STAY SET:
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 16 mm dia excluding nuts,
thimbles & washers shall not be less than the weight specified above:
Sl.
No.
Item Section
Tolerance
Fabrication Tolerances Material
1
Anchor
Plate
6 mm thick
+12.5% - 5%
200 x 200 mm + 1% GS plate 6 mm thick
8 mm thick
+12.5% - 5%
300 x 300 mm + 1% GS plate 8 mm thick
2
Anchor Rod
16 mm dia
+5%- 3%
Length 1800 mm + 0.5% GS Round 16 mm dia
Rounded Eye 40 mm inside dia + 3%.
Threading 40 mm + 11% - 5
GS Round 16 mm dia
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 77 ~ Signature of Bidder with Seal
3
3 Turn
Buckle Bow
16 mm dia
+5%- 3%
Length 995 mm + 1% 16 mm dia GS Round 16 mm dia
Length 180 mm + 1% 50x50x6 mm GS Angle
Channel length 200 mm + 1% GS Channel
100 x 50 x 4.7 mm
4
4 Eye Bolt
Rod
16 mm dia
+5%- 3%
Length 450 mm + 1% GS Round
Threading 300 mm + 1% 16 mm dia
Round Eye 40 mm inside dia + 3%
41.0 LT Stay insulator: 41.1 SCOPE:
This Specification covers porcelain guy strain insulators for use in low tension
electrification system.
41.2 APPLICABLE STANDARDS:
Unless otherwise modified in this specification, the insulators shall comply with IS:
5300-1969 or the latest version thereof.
41.3 GENERAL REQUIREMENTS:
41.3.1 The porcelain insulator shall be sound, free from defects, thoroughly vitrified and
smoothly glazed.
41.3.2 The design of the insulator shall be such that the stresses due to expansion and
contraction in any part of the insulator shall not lead to its deterioration.
41.3.3 The glaze, unless otherwise specified, shall be brown in colour. The glaze shall cover
the entire porcelain surface parts except those areas that serve as supports during
firing.
41.4 TYPE OF INSULATORS:
41.4.1 The standard guy strain insulators shall be of designations „A‟ and „C‟ as per IS: 5300.
41.4.2 The recommended type of guy strain insulators for use on guy wires of overhead lines
of different voltage levels are as follows:
Power Line Voltage Designation of Insulators
415/240 V A A
41.5 DIMENSIONS:
The dimensions of guy strain insulators shall be in accordance with Indian standards.
41.6 BASIC INSULATION LEVELS:
The test voltage of the insulators shall be as under:
Designation of
Insulator
Dry one minute power
Frequency withstand Voltage
(KVrms)
Wet one minute power
Frequency withstand voltage
(KVrms)
A 18 8
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 78 ~ Signature of Bidder with Seal
41.7 MECHANICAL STRENGTH:
The insulators shall be suitable for the minimum failing loads specified as under:
Designation of Insulator Minimum failing load (KN)
A 44
41.8 TESTS:
The insulators shall comply with the following routine, type and acceptance tests as per
IS: 5300.
41.8.1 Routine Test:
41.8.1.1 Visual examination
41.8.2 Type Tests:
41.8.2.1 Visual examination
41.8.2.2 Verification of dimensions
41.8.2.3 Temperature cycle test
41.8.2.4 Dry one-minute power-frequency voltage withstand test
41.8.2.5 Wet one-minute power frequency voltage withstand test
41.8.2.6 Mechanical strength test
41.8.2.7 Porosity test
41.8.3 Acceptance Tests:
Acceptance Tests to be conducted in the following order.
41.8.3.1 Verification of dimensions
41.8.3.2 Temperature cycle test
41.8.3.3 Mechanical strength test
41.8.3.4 Porosity test
41.9 MARKING:
41.9.1 Each insulator shall be legibly and indelibly marked to show the following:
41.9.1.1 Name or trade mark of the manufacturer
41.9.1.2 Year of manufacture
41.9.1.3 ISI certification mark, if any
41.9.2 Marking on porcelain shall be applied before firing.
41.10 PACKING:
All insulators shall be packed in wooden crates suitable for easy but rough handling and
acceptable for rail transport. Wooden separators shall be fixed between the insulators to
keep individual insulators in position without movement within the crate.
42.0 LT STAY CLAMP (1.4 KG./PAIR): LT stay clamp suitable for R.S. Joist poles & PSC poles made out of 50x6 mm M.S
Flat, confirming to latest IS Specification. After fabrication, the clamp for LT stay shall
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 79 ~ Signature of Bidder with Seal
be painted with two coats of Red Oxide and two coats of aluminium paint conforming to
REC construction standard and drawing.
43.0 GI STAY WIRES: 43.1 SCOPE:
This Specification covers details of G.I. stranded stay wires for use in rural distribution
system.
43.2 APPLICABLE STANDARDS:
Except when they conflict with the specific requirements of this specification, the G.I.
Stranded Wires shall comply with the specific requirements of IS: 2141-1979. IS: 4826-
1979 & IS: 6594-1974 or the latest versions thereof.
43.3 APPLICATION AND SIZES:
43.3.1 The G.I. stranded wires covered in this Specification are intended for use on the
overhead power line poles, distribution transformer structures etc.
43.3.2 The G.I. stranded wires shall be of 7/2.5 mm, 7/3.15 mm and 7/4.0 mm standard sizes.
43.4 MATERIAL:
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.
43.5 TENSILE GRADE:
The wires shall be of tensile grade 4, having minimum tensile strength of 700 N/mm2
conforming to IS: 2141.
43.6 GENERAL REQUIREMENTS:
43.6.1 The outer wire of strands shall have a right-hand lay.
43.6.2 The lay length of wire strands shall be 12 to 18 times the strand diameter.
43.7 MINIMUM BREAKING LOAD:
The minimum breaking load of the wires before and after stranding shall be as follows:
No. of wires
& const.
Wire dia
(mm)
Min. breaking load of Single
wire before stranding (KN)
Min. breaking load of the
standard wire (KN)
7(6/1) 2.5 3.44 22.86
7(6/1) 3.15 5.45 36.26
7(6/1) 4.0 8.79 58.45
43.8 CONSTRUCTION:
43.8.1 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
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 80 ~ Signature of Bidder with Seal
completed strand, each wire shall take an equal share of the pull.
43.8.2 Joints are permitted in the individual wires during stranding but such joints shall not be
less than 15 meter apart in the finished strands.
43.8.3 The wire shall be circular and free from scale, irregularities, imperfection, flaws, splits
and other defects.
43.9 TOLERANCES:
A tolerance of (±) 2.5% on the diameter of wires before stranding shall be permitted.
43.10 SAMPLING CRITERIA:
The sampling criteria shall be in accordance with IS: 2141.
43.11 TESTS ON WIRES BEFORE MANUFACTURE:
The wires shall be subjected to the following tests in accordance with IS: 2141.
43.11.1 Ductility Test
43.11.2 Tolerance on Wire Diameter
43.12 TESTS ON COMPLETED STRAND:
The completed strand shall be tested for the following tests in accordance with IS:
2141.
43.12.1 Tensile and Elongation Test : The percentage elongation of the
Stranded wire shall not be less than 6%
43.12.2 Chemical Analysis
43.12.3 Galvanizing Test : The Zinc Coating shall conform to
“Heavy Coating” as laid down in IS: 4826
43.13 MARKING:
Each coil shall carry a metallic tag, securely attached to the inner part of the coil,
bearing the following information:
43.13.1 Manufacturers‟ name or trade mark
43.13.2 Lot number and coil number
43.13.3 Size
43.13.4 Construction
43.13.5 Tensile Designation
43.13.6 Lay
43.13.7 Coating
43.13.8 Length
43.13.9 Mass
43.13.10 ISI certification mark, if any
43.14 PACKING:
The wires shall be supplied in 75-100 Kg. coils. The packing should be done in
accordance with the provisions of IS: 6594.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 81 ~ Signature of Bidder with Seal
44.0 MS CHANNEL, ANGLE & FLAT: 44.1 APPLICABLE STANDARDS:
The mild steel shall conform to IS: 2062 grade „A‟ modified up to date or equivalent
international standard for steel materials, documents for which shall be made available
at the time of inspection to the owner‟s representative.
44.2 GENERAL REQUIREMENTS:
Material shall be supplied as per the following sizes:
44.2.1 100 x 50 x 6 ISMC channel conforming to IS: 2062 grade „A‟ modified up to date or
its equivalent International Standard having length of 3 meter. & weight of 9.2 Kg/mtr.
44.2.2 75 x 40 x 6 ISMC channel conforming to IS: 2062 grade „A‟ modified up to date or its
equivalent International Standard having length ranging from 5.5 to 13.5 meters &
weight of 6.8 Kg/mtr.
44.2.3 50 x 50 x 6 mm ISA angles conforming to IS: 2062 grade „A‟ modified up to date or
its equivalent international standard having length ranging from 5.5 to 13.5 meters &
weight of 4.5 Kg/mtr.
44.2.4 50x6 mm galvanised flats conforming to IS: 2062 grade „A‟ modified up to date or its
equivalent international standard having length ranging from 5.5 to 9.5 meters.
44.3 INSPECTION:
All inspection/test will be carried out by representative of owner. All tests and
inspection shall be made at the place of manufacturer unless otherwise specially agreed
upon by the manufacturer and the owner. The manufacturer shall provide all reasonable
facilities without charge to satisfy him that the material is being supplied in accordance
with the specification.
45.0 EARTHING COIL: 45.1 Technical Requirement:
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 &
4826/1969 with latest amendments. Galvanizing should be heavily coated and should
stand for the following tests.
45.1.1 Galvanizing Test
45.1.2 Adhesion Test
45.2 GALVANIZING TESTS:
45.2.1 Minimum Mass of Zinc:
45.2.1.1 On GI Wire : 280 cm/m2
45.2.1.2 After Coiling : 266 gm/m2
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 82 ~ Signature of Bidder with Seal
45.2.2 The certificate from recognized laboratory shall be submitted towards mass of zinc.
45.2.3 Dip Test shall stand 3 dips of 1 minute and one dip of ½ minute before coiling and 43
dips of 1 minute after coiling as per IS: 4826/1979.
45.3 ADHESION TEST :
Adhesion test should be carried out as per IS: 4826 – 1979.
45.4 DIMENSION:
The dimensional requirement shall be as follows:
45.4.1 Nominal dia of GI Wire : 4 mm (Tolerance + 2.5%)
45.4.2 Minimum no. of turns : 115 nos.
45.4.3 External dia of Coil (Min) : 50 mm
45.4.4 Length of Coil (Min : 460 mm
45.4.5 Free length of
45.4.6 GI Wire at one end coil (Min.) : 2500 mm
45.4.7 The turns should be closely bound
45.4.8 Weight of one
Finished Earthing Coils (min.) : 1.850 Kg.
46.0 EYE HOOKS FOR GUARDING: 46.1 General Requirement:
46.1.1 Eye hooks shall be of Hot dip GI as per REC construction standard E-35 (Type: A)
46.1.2 It should be made of forged hot dip galvanized steel as per IS: 1570
46.1.3 The clamp corrosion resistance should conform to standards IS: 2629 & IS: 2633
46.1.4 Eye looks should be designed as to hold suspension clamps and Dead end clamps and
to be installed with the pole clamp.
46.1.5 Eye-hooks should be made of forged Galvanized steel.
46.1.6 Bolts and nuts should be made of hot dip Galvanized steel according to VDE 0210 and
VDE 0212.
46.1.7 Ultimate Tensile strength (UTs) of the clamp should 20 KN.
46.2 TEST:
46.2.1 TYPE TEST:
46.2.1.1 Mechanical strength
46.2.1.2 Galvanizing test
46.2.2 ACCEPTANCE TEST:
46.2.2.1 Verification of dimensions
46.2.2.2 Galvanizing test
46.2.2.3 Minimum breaking load (KN)
The Acceptance Tests are to be conducted as per REC Spec. and as per relevant IS
Specifications & sampling plan as per clause No.: 08.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 83 ~ Signature of Bidder with Seal
46.3 DRAWINGS & SAMPLES:
GA drawing, GTP and other particulars along with samples are to be submitted along
with offer.
47.0 G.I. NUTS, BOLTS & WASHER (ASSORTED SIZE): 47.1 GENERAL:
47.1.1 The bolts & Nuts shall be ISI Marked Mild Steel of Black Grade “B” and shall be
round with hexagonal head.
47.1.2 The Bolts and Nuts shall be manufactured by Hot/Cold forging process neatly and
cleanly finished and shall have metric threads as per IS: 4218/1967 with its latest
amendments.
47.1.3 The dimensions of the bolts & nuts and tolerances should conform to IS: 1363 with
their latest amendments in all respect.
47.1.4 The eccentricity and angular errors of various elements shall be within specified limits
as per IS: 1367/1967 with its latest amendments the bolts & nuts shall be free from
forging and threading defects such as cuts, spats, burns, bulging taper eccentricity &
loose fill etc. which may affect their serviceability.
47.1.5 The colt heads and nuts shall be chamfered on one face only and other face shall be
machined made.
47.1.6 Mechanical property requirement of tester shall conform to IS: 1367 (Part-III): 1979
property class: 4.6 for bolts & property class: 5 for nuts as per IS: 1367 (Part VI):
1980.
47.1.7 The bolts, nuts & washer are to be galvanized with hot dip as per IS: 2633/1989 with
latest amendment.
47.1.8 The assorted size of bolts & nuts shall be supplied in well-cleaned conditions and
suitably protected against corrosion in bags of 50 Kg.
47.2 ACCEPTANCE TEST:
The bidder should furnish test certificate from recognized Govt. Laboratory (NABL
accredited) giving the results of tests as per IS: 1367 (Part-Ill)-1979 & IS: 1367 (Part-
VI) 1980. The test certificate shall be in respect of the following for all sizes of both
bolts & nuts as applicable given below:
47.2.1 Dimensional particulars (Sampling accordance with IS: 2614 for both bolts & nuts
(tolerance as per drawing).
47.2.2 Tensile strength test on full size (for bolts minimum 400 NI sq. mm and for Nuts Proof
Stress test Mm 610 N/sq. mm).
47.2.3 Power load test on full size bolts and M-12-51400 N for 15 sec.
47.2.4 Head soundness tests for bolts (no fracture).
47.2.5 Brinnel hardness tests or Rockwell Hardness or Vickers‟s Hardness tests for bolts min-
114 & max. 209 or min. 67 & max. 95 or min. 120 & max. 220 respectively.
47.2.6 For nuts Vickers‟s Hardness min. 130 & max. 302.
47.3 MARKING:
On the bolt head, there shall be identification marking of the manufacturer as well as
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 84 ~ Signature of Bidder with Seal
property class „4.6‟. If possible property class “5” shall be marked on Nuts also. Further
„ISI‟ mark shall be marked on Gunny Bags for proper identification.
48.0 40 mm DIA 3 mtr. LONG GI PIPE EARTHING: The scope of supply shall include design, engineering, manufacture, pre-delivery
inspection at your works, loading at your works, transit insurance, transportation,
supply/delivery & unloading at WESCO‟s Store/Site including guaranteed obligation of
complete supply of 40 mm medium gauge dia 3 mtr. long GI Pipe Earthing as specified
here under and in conformity to the guaranteed technical particulars enclosed herewith.
49.0 MATERIAL FOR MASSIONARY WORK FOR EARTH
PIT: Good quality of materials to be used for masonry work for construction of earth pit and
the work to be executed as per REC guideline. The design & drawing to be approved by
WESCO Utility prior to execution of work.
50.0 CHARCOAL & SALT ETC. FOR EARTHING: Good quality of Charcoal & Salt to be used for achieving proper earthing for safety of
equipment & line and the work to be executed as per REC guideline. The design &
drawing to be approved by WESCO Utility prior to execution of work.
51.0 11 KV & 33 KV 400 AMPERE AIR BREAK
SWITCHES: 51.1 SCOPE:
This specification provides for manufacture, testing at works and supply of 11 KV & 33
KV AB switches. The 11 KV and 33 KV AB switches shall conform to IS: 9920 (Part-I
to IV).
51.2 AB SWITCHES:
The 11 KV & 33 KV 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.
The equipment offered by the bidder shall be designed for a normal current rating
of 400 Amps and for continuous service at the system voltage specified as under:
i) 11 KV AB Switch : 11 KV+ 10% continuous 50 C/s
solidly grounded earthed neutral system
ii) 33 KV AB Switch : 33 KV+ 10% continuous 50 C/s
solidly grounded earthed neutral system
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 85 ~ Signature of Bidder with Seal
The length of break in the air shall not be less than 400 mm for 11 KV AB Switches and
500 mm for 33 KV AB Switches. The 11 KV & 33 KV 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 bidder. However, the AB Switches shall be
supplied with base channel for mounting on the structure which will be provided by the
owner. The phase to phase spacing shall be 750 mm in case of 11 KV AB Switches &
1200 mm in case of 33 KV AB Switches.
51.3 POST INSULATORS:
The complete set of three phase AB Switches shall have stacks of post insulators.
11 KV AB Switches: 1 No. 11 KV Post Insulator per stack
33 KV AB Switches: 2 No. 22 KV Post Insulator per stack
The post insulators should conform to the latest applicable Indian standards IS: 2544
Specification for Porcelain Post insulator of compact solid core or long rod insulators is
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.
Each 11 KV & 33 KV Post Insulators should have technical particulars as detailed
below:
Sl.
No.
Technical Particulars 11 KV 33 KV
1. Nominal system voltage (KVrms) 11 33
2. Highest system voltage (KVrms) 12 36
3. Dry Power Frequency one kV minute withstand voltage (KVrms) 35 75
4. Wet Power frequency one minute withstand voltage (KVrms) 35 75
5. Power Frequency puncture Voltage (KVrms) 1.3 times the actual dry
flashover voltage
6. Impulse withstand voltage (KVPeak) 75 170
7. Visible discharge voltage (KVrms) 9 27
8. Creepage distance in mm (minimum) 320 580
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 86 ~ Signature of Bidder with Seal
The rated insulation level of the AB Switches shall not be lower than the values specified
below:
Sl.
No.
Standard declared
voltage (KVrms)
Rated Voltage
of the AB
Switches
Standard impulse with
stand voltage (positive &
negative polarity (KVPeak)
One Minute power
frequency withstand voltage
(KVrms)
Across the
Isolating
distance
To earth &
Between
poles
Across the
Isolating
distance
To earth &
between
poles
1. 11 12 85 75 32 28
2. 33 36 195 170 80 70
51.4 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.
51.5 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
interchangeability 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.
a) Electro-dynamic withstands ability during short circuits without any risk of
repulsion of contacts.
b) Thermal withstands ability during short circuits.
c) 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.
d) Wiping action during closing and opening.
e) Fault alignment assuring closing of the switch without minute adjustments.
51.6 CONNECTORS:
The connectors shall be made of hard drawn electrolytic copper or brass suitable for
Raccoon/Dog AAAC conductor for both 11 KV & 33 KV AB Switches. The connector
should be 4 -bolt type.
51.7 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
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 87 ~ Signature of Bidder with Seal
visible for the AB Switches. The AB Switch will be supplied with following
accessories:
Sl.
No.
ITEM Size of 11 KV AB Switch Size of 33 KV AB
Switch
1. Operating Rod (GI dia) ISI mark Length 5.50 meter dia: 25
mm
Length 5.50 meter
dia: 40 mm
2. Phase coupling square rod (GI) ISI mark Length: 1800 mm Length: 2700 mm
Size: 25x25 mm Size: 40 x 40 mm
3. Hot dip galvanized Operating handle (GI) 1 no. 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 („B‟ class or Medium class Blue strip) ISS: 1239-68 and
ISI marked by embossing.
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 as
per IS: 4759-1979 and zinc coating shall not be less than 610 gm/sq. meter. All brass
parts should be silver plated and all nuts and bolts should be hot dip galvanized.
51.8 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.
51.9 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.
51.10 DESIGN, MATERIALS AND WORKMANSHIP:
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 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 have
the following type test certificate. The type test should be from CPRI or equivalent lab:
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 88 ~ Signature of Bidder with Seal
a) 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 10 K Amp
and the peak short circuit current should correspond to minimum of 25 K Amp.
b) Lightning impulse voltage test with positive & negative polarity.
c) Power Frequency voltage dry test and wet test
d) Temperature rise test
e) Mill volt drop tests
The above tests should be performed on the AB Switches, manufactured as per owner
approved drawing with the specification. Along with the type test certificate, the
certified copy of the drawing (from the testing lab) should also be kept for inspection of
our officer. Also the test certificates should not be older than 5 years from the date of
opening of tender. Dimension of 11 & 33 KV AB Switches in (Max.) Tolerance 5%.
Sl.
No.
Particulars 11 KV AB Switch 33 KV AB Switch
1. MS Channel 450 x 75 x 40 675 x 100 x 50
2. Creepage distance of Post Insulator (minimum) 320 mm 580 mm
3. Highest of Port shell 254 mm 368 mm
4. Fixed contact assembly:
a) Base 165 x 36 x 8 165 x 36 x 8
b) Contact 70 x 30 x 6 70 x 30 x 6
c) GI Cover 110 x44 140 x 44
d) Spring 6 nos. 10 nos.
51.11 Moving Contact Assembly:
Base Assembly 135x25x8 170x40x8
Moving 180x25x9 290x25x14
Bush Bronze Metal Bronze Metal
Thickness of Grooves 7 11
51.12 Connectors:
Connector 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.
52.0 11 KV 400 A 3 POLE H.G. FUSE: 52.1 DESCRIPTION OF THE MATERIALS:
The 11 KV 400 Amps 3 Pole H.G. Fuse Sets shall confirm to the following parameters:
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 89 ~ Signature of Bidder with Seal
a) Number of Poles : 3
b) No. of insulator per pole : 2 nos. 12 KV Post Insulator/ Phase
c) Nominal system voltage : 11 KV
d) Highest system voltage : 12 KV e) Rated frequency : 50 Hz
f) System earthing : Effectively earthed
g) Rated normal current : 400 Amps
h) Altitude of installation : Not exceeding 1000 mtr.
The post insulator used in the H.G. Fuse set shall have the following ratings:
a) Power frequency withstand voltage (dry) : 35 KV (RMS)
b) Power frequency withstand voltage ( wet) : 35 KV (RMS)
c) Impulse withstand voltage (dry) : 75 KV (Peak)
d) Power frequency puncture withstand voltage : 1.3 times the actual Dry
Flashover Voltage of the unit
52.2 STANDARDS:
The H.G. Fuse Set shall conform to the following:
a) IS: 5792- 1973 (For high voltage expulsion fuses & similar fuses)
b) IS: 2544-1973 (For porcelain post insulators)
c) IS: 9385-1979 or its latest amendments if any
d) IS: 2633-1979 (For Galvanization of ferrous parts)
52.3 INSULATORS:
The 12 KV post insulators complete with pedestal cap duly cemented to be used in
the H.G. Fuse sets confirming to IS: 2544/1973. The bidder shall mention make, type of
insulation materials, metal fittings, Creepage distance, protected Creepage distance,
tensile strength compression strength, torsion strength and cantilever strength. The
bidder shall furnish the type test certificate of the post insulators from their
manufacturer for reference & scrutiny.
52.4 CLIMATIC CONDITIONS:
The H.G. Fuse Set shall be suitable for operation under the following climatic
conditions:
a) Maximum ambient air temperature : 49 ˚C
b) Maximum daily average air temperature : 35 ˚C
c) Maximum yearly average ambient air temperature : 30 ˚C
d) Maximum temperature attainable by a body Exposed to the sun : 50 ˚C
e) Minimum ambient air temperature : 10 ˚C
f) Maximum relative humidity : 100%
g) Minimum number of rainy days per annum : 70
h) Average number of rainy days per annum : 120
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 90 ~ Signature of Bidder with Seal
i) Average annual rain fall : 150 cm
j) Number of months of tropical monsoon conditions : 4
k) Maximum wind pressure : 260 Kg/ mm2
l) Degree of exposure to atmospheric pollution : Normally
Polluted
atmosphere
52.5 TECHNICAL DETAILS:
The H.G. Fuses shall have adjustable arcing horns made of solid copper rod having 7.62
mm dia. The horns shall be fitted with screwing devices with fly nuts for fixing and
tightening the fuse wire. It shall have robust terminal connector 5s of size 80 mm x 50
mm x 8 mm made of copper casting (95% minimum copper composition) duly silver
plated with two numbers of 12 mm dia brass bolts and double nuts with flat brass
washers. The connector should be capable of connecting crimp able conductor up to 232
sq. mm size (ACSR/ AAAC) with bimetallic solder less sockets.
The H.G. Fuse Set shall suitable for horizontal mounting on sub- station structures. The
minimum clearance between the adjacent phases of the fuse set shall be 1200 mm and
the centre to centre (distance between two post insulators of the same phase) shall be
760 mm. All metal (ferrous) parts shall be galvanized and polished. Only post insulator
(original cemented) and not pin insulators shall be used for the H.G. Fuse Set.
52.6 DRAWIING & LITERATURES:
Three copies of drawings of each item of 11 KV, 400 Amp, 3 Pole H.G. Fuse shall be
furnished along with the tender for reference. The details of construction and materials
of different parts of the H.G Fuse shall clearly be indicated in the tender and illustrative
pamphlet/ literature for the same shall be submitted along with the tender.
52.7 TESTS & TEST CERTIFICATE:
52.7.1 Type Test:
Certificates for the following type tests conducted within five years prior to the date of
opening of tender on a prototype set of H.G. Fuse in a Govt. Approved Testing
Laboratory preferably at CPRI Bangalore shall be submitted along with the tender.
a) Impulse voltage dry test
b) Power frequency voltage dry test
c) Power frequency voltage wet test
d) Temperate of resistance Test to prove the capability of carrying the rated peak
short circuit current and the rated short time current Mainly active load braking
capacity test e) Transformer off-load breaking test
f) Line charging breaking capacity test
g) Operation tests
h) Mechanical endurance test i) Mechanical strength test for the post insulator as per IS:2544/1973, 5350 (Pt-
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 91 ~ Signature of Bidder with Seal
II)/1970 & relevant IEC
j) Test for galvanization of metal (ferrous) parts as per IS- 2633/1973
Besides above, mechanical endurance test will have to be conducted on one set in
the presence of our authorized person who shall be deputed to carryout acceptance test
before delivery of the materials.
52.7.2 Routine Test:
The following routine tests shall have to be conducted on each sets and results are to
be furnished for consideration for acceptance of deputing inspecting Officer for
inspection & conducting testing of the materials.
a) Power frequency voltage dry test
b) Tests to prove satisfactory operation
c) Dimension check
d) Galvanization test
52.8 GUARANTEED TECHNICAL PARTICULARS:
The bidders are required to furnish the guaranteed technical particulars at
Schedules attached to this specification duly filled in along with the tender.
52.9 COMPLETENESS OF EQUIPMENT:
Any fittings accessories or apparatus which may not have been specifically mentioned
in this specification but which are usually necessary in equipment of similar plant shall
be deemed to be included in the specification and shall be supplied by the bidder
without extra charge. All plant and equipment shall be complete in all details whether
such details are mentioned in the specification or not.
52.10 INSPECTION AND TESTING:
The Owner shall have free entry at all times, while work on the contract is being
performed, to all parts of the manufacturer‟s works which concern the processing of
the equipment ordered. The manufacturer shall afford the Purchaser without charge, all
reasonable facilities to assure that the equipment being furnished is in accordance with
this specification.
The equipment shall successfully pass all the type tests and routine tests referred to
and those listed in the most recent edition of the standards given in this specification.
The Purchaser reserves the right to reject an item of equipment if the test results do
not comply with the values specified or with the data given in the technical data
schedule.
Type tests shall have been / shall be carried out at CPRI / National Govt. approved
Laboratory and be witnessed by a representative of such laboratory or some other
representative acceptable to the Purchaser. Routine tests shall be carried out by the
Supplier at no extra charge at their works. Adequate facility with calibrated testing
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 92 ~ Signature of Bidder with Seal
equipment must be provided by the manufacturer free of cost to carry out the tests.
Type test certificates must be furnished along with the tender for reference of the
Purchaser. All costs in connection with the testing, including any necessary re-testing,
shall be borne by the Supplier who shall provide the Purchaser with all the test
facilities which the latter may require, free of charge. The Purchaser shall have the
right to select the samples for test and shall also have the right to assure that the
testing apparatus is duly calibrated and correct. Measuring apparatus for routine tests
shall be calibrated at the expense of the Supplier at an approved laboratory and
shall be approved by the Purchaser.
The Supplier shall be responsible for the proper testing of the plant or materials
supplied by sub- suppliers to the same extent as if the work, plant or materials
were completed or supplied by the Supplier. Any cost, incurred by the Purchaser in
connection with inspection and re-testing as a result of failure of the equipment under
test or damage during transport or offloading shall be to the account of the
Supplier.
The supplier shall submit to the Purchaser five signed copies of the test
certificates, giving the results of the tests as required. No materials shall be
dispatched until the test certificates have been received by the Purchaser and the
Supplier has been informed that they are acceptable.
The test certificates must show the actual values obtained from the tests, in the units
used in this specification, and not merely confirm that the requirements have been met.
In the case of components for which specific type tests or routine tests are not given in
this specification, The Supplier shall include a list of the tests normally required for
these components.
All materials used in the Contract shall withstand and shall be certified to have
satisfactorily passed such tests. The Purchaser at his discretion may re-confirm the
Test Results in his own laboratory or laboratory of his choice. No inspection or lack of
inspection or passing by the Purchaser‟s Representative of equipment or materials
whether supplied by the Supplier or sub-supplier, shall relieve the Supplier from his
liability to complete the contract works in accordance with the contract or exonerate
him from any of his guarantees.
53.0 33 KV XLPE POWER CABLES: 53.1 SCOPE:
This section covers the standard technical requirements of design, manufacturing,
testing, packing & dispatching of 33 KV XLPE HT Power Cable.
53.2 APPLICABLE STANDARDS:
The materials shall conform to the latest editions of the following Indian/International
Standards:
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 93 ~ Signature of Bidder with Seal
Sl.
No.
Standards Description
1. IS: 7098 Part 2: 1985 XLPE insulated PVC sheathed cables For working voltages from
3.3 KV up to and including 33 KV
2. IS: 5831: 1984 PVC Insulation and Sheath of electric Cables
3. IS: 8130: 1984 Conductors for insulated electric cables and flexible cords
4. IS: 613: 1984 Copper rods and bars for electrical purposes
5. IS: 3975: 1988 Mild steel wires, formed and tapes for armouring of cable
6. IS: 10810: 1984 Method of tests for cables
7. IEEE: 383: 1974 Standard for type test of class IE electric cables, field splices, and
connections for nuclear power generating stations
8. ASTM: D2843, 1993 Standard test method for density of smoke from burning or
decomposition of plastics
9. ASTM: D2863, 1991 Standard test method for measuring minimum oxygen
concentration to support candle like combustion of plastics (oxygen
index)
10. NEMA: WC5, 1992 Thermoplastic Insulated Wire and cable for the transmission and
distribution of Electrical Energy
11. IEC: 754 Test on gases evolved during combustion of electric cables
12. IEC: 754 (Part-1): 1994 Determination of the amount of halogen acid gas evolved during
combustion of polymeric materials taken from cables
13. IEC: 332 Test on electric cables under fire conditions
14. IEC: 332 (Part I): 1993 Test on a single vertical insulated wire or cable
15. IS: 3961 Recommended current rating for cables
16. IS: 3961 (Part II): 1967 PVC insulated and PVC sheathed heavy duty cables
17. IS: 10418:1982 Drums for electric cables
53.3 GENERAL REQUIREMENTS:
53.3.1 All cables shall be suitable for high ambient, high humid tropical Indian Climatic
conditions. Cables shall be designed to withstand the mechanical, electrical and
thermal stresses under the unforeseen steady state and transient conditions and shall be
suitable for proposed method of installation. Conductor shall be of uniform of good
quality, free from defects Aluminium copper.
53.3.2 Insulation shall be Cross Linked Polyethylene (XLPE). For 33 KV cables, conductor
screen and insulation screen shall both be extruded, semiconducting compound and
shall be applied along-with XLPE insulation in a single operation by triple extrusion
process.
53.3.3 Method of curing for 33 KV cable shall be "Dry curing/ gas curing" only, Extruded
Semi-conducting screening and metallic screening of copper tape shall be generally as
per IS: 7098 (Part-II) with latest amendments.
53.3.4 The semi conducting compound shall be suitable for the operating temperature of the
cable and compatible with the insulating material.
53.3.5 The insulation screen shall be an extruded layer of black semi-conducting compound
and continuously covers the whole area of insulation.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 94 ~ Signature of Bidder with Seal
53.3.6 The semi-conducting screens should be effectively cross linked to achieve 90 ºC cable
rating. The contact surface between insulation and insulation screen shall be smooth
and free from protrusion and irregularities.
53.3.7 The interface between insulation and insulation screen shall be free of any voids.
Insulation screen shall be strippable type.
53.3.8 The metallic screen shall consist of a layer of copper cable applied in helical form.
53.4 Inner Sheath:
All armoured and multi-core un-armoured cables shall have distinct extruded inner PVC
sheath of black colour.
53.4.1 Armouring: For multicore cable, it shall be GS wire / flat. Armouring shall be as per
relevant IS and it shall have minimum 90% coverage.
53.4.2 Breaking Load of the joints shall be minimum 95% of the normal armour.
53.5 Outer Sheath:
It shall be of black colour PVC (type ST2 as per IS: 5831) with Cable size and Voltage
grade embossed on it.
53.5.1 Sequential marking shall be at every 1 (one) Meter distance. Word "FRLS" shall also
be embossed on it at every 5 (Five) meter distance.
53.5.2 FRLS Properties: All cable shall be Flame Retardant, Low Smoke (FRLS) type.
53.5.3 Outer sheath shall have the following properties:
Acid Gas Generation Max 20% (as per IEC: 754-1)
Smoke density rating 60% (As per ASTMD: 2843)
Flammability test As per Swedish chimney test F3 as per
SEN 4241475
Minimum bending radius shall be 10 D As per IEC 332 part-3 (Category B)
Repaired cables shall not be acceptable
53.6 CURRENT RATING OF CABLES:
53.6.1 Normal current rating shall not be less than that covered by IS: 3961. Vendor shall
submit data in respect of all cables in the prescribed format.
53.6.2 Tables given de-rating factors for various conditions of cable installation including the
following for all types of cables shall be furnished.
Sl.
No.
Conditions related to Cable
Installation
1. Variation in ambient air temperature
2. Variation in ground temperature
3. Depth of laying
4. Cables laid in the ground
5. Cables laid in trench
6. Cables laid in ducts
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 95 ~ Signature of Bidder with Seal
7. Soil resistivity
8. Grouping of cables
53.6.3 The value of short circuit withstand current ratings of all cables shall be indicated for a
short circuit for 1 second duration and should also specify the maximum temperature
during short circuit.
53.6.4 The following factors shall also be accounted for, while specifying the maximum short
circuit withstand of the cables.
53.6.5 Deformation of the insulation, due to thermo-mechanical forces produced by the short
circuit conditions, can reduce the effective thickness of insulation.
53.6.6 Conductor and core screens can be adversely affected with loss of screening effect.
Likewise the thermal properties of the outer sheath material can be the limitation. It is
essential that the accessories which are used in the cable system with mechanical
and/or soldered connections are suitable for the temperature adopted for the cables.
53.6.7 Formula for calculating short circuit current for different duration or curve showing
short time current v/s time for different sizes of cables shall be furnished by vendor.
53.7 CABLE DRUMS:
53.7.1 Cables shall be supplied in non-returnable wooden or steel drums of heavy
construction and drum shall be properly seasoned, sound and free from defects. Wood
preservative shall be applied to the entire drum.
53.7.2 All Power Cables shall be supplied in drum length of 1000 m. Each drum shall contain
one continuous length of cable. Owner shall have the option of rejecting cable drums
with shorter lengths. The cable length per drum is allowed a tolerance of +5%. The
tolerance allowed on total quantity of each size is as given below.
53.7.2.1 3.250 meters for cable length up to 10 Km.
53.7.2.2 3.3100 meters for cable length more than 10 Km. and up to 20 Km.
53.7.2.3 3.4150 meters for cable length more than 20 Km.
Where the ordered quantity is not multiple of 1000 m and the incremental quantity is
very small, the same may be included in one of the drums. Otherwise, an additional
length for the incremental quantity will be supplied.
53.7.3 A layer of water proof paper shall be applied to the surface of the drums and over the
outer most cable layer.
53.7.4 A clear space of at least 40 mm shall be left between the cables and the logging.
53.7.5 Each drum shall carry manufacturer‟s name, purchaser‟s name, address and contract
number, item number and type, size and length of the cable, net and gross weight
stenciled on both sides of drum. A tag containing the same information shall be
attached to the leading end of the cable. An arrow and suitable accompanying
wordings shall be marked on one end of the reel indicating the direction in which it
should be rolled.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 96 ~ Signature of Bidder with Seal
53.7.6 Packing shall be sturdy and adequate to protect the cables, from any injury due to
mishandling or other conditions encountered during transportation, handling and
storage. Both cable ends shall be sealed with PVC/Rubber caps so as to eliminate
ingress of water during transportation and erection.
53.8 TEST:
53.8.1 TYPE TEST:
The following shall constitute type tests:
53.8.1.1 Tests on conductor:
53.8.1.1.1 Annealing test (for copper)
53.8.1.1.2 Tensile tests (for aluminium)
53.8.1.1.3 Wrapping tests (for aluminium)
53.8.1.1.4 Resistance test
53.8.1.2 Tests for armouring wires/strips
53.8.1.3 Test for thickness of insulation and sheath
53.8.1.4 Physical tests for insulation
53.8.1.4.1 Tensile strength and elongation at break
53.8.1.4.2 Ageing in air oven
53.8.1.4.3 Hot test
53.8.1.4.4 Shrinkage test
53.8.1.4.5 Water absorption (gravimetric)
53.8.1.5 Physical tests for out sheath
53.8.1.5.1 Tensile strength and elongation at break
53.8.1.5.2 Ageing in air oven
53.8.1.5.3 Hot test
53.8.1.5.4 Shrinkage test
53.8.1.6 Bleeding and blooming tests (for outer sheath)
53.8.1.7 Partial discharge test
53.8.1.8 Bending test
53.8.1.9 Dielectric power factor test
53.8.1.9.1 As a function of voltage
53.8.1.9.2 As a function of temperature
53.8.1.10 Insulation resistance (volume receptivity) tests
53.8.1.11 Heating cycle test
53.8.1.12 Impulse withstand test
53.8.1.13 High voltage test
53.8.1.14 Flammability test
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 97 ~ Signature of Bidder with Seal
53.8.2 ACCEPTANCE TEST:
The following shall constitute acceptance tests:
53.8.2.1 Annealing test (for copper)
53.8.2.2 Tensile test (for aluminium)
53.8.2.3 Wrapping tests (for aluminium)
53.8.2.4 Conductor resistance test
53.8.2.5 Test for thickness of insulation
53.8.2.6 Hot set test for insulation
53.8.2.7 Tensile strength and elongation at break test for insulation and sheath
53.8.2.8 Partial discharge test (for screened cables only)
53.8.2.9 High voltage test and
53.8.2.10 Insulation resistance (volume resistively) test
53.8.3 ROUTINE TEST:
The following shall constitute routine tests:
53.8.3.1 Conductor resistance test
53.8.3.2 Partial discharge test (for screened cables only)
53.8.3.3 High voltage tests
53.8.4 OPTIONAL TEST:
Cold impact tests for outer sheath (IS: 5831: 1984) shall constitute the optional tests.
53.9 SPECIFIC TECHNICAL REQUIREMENTS AND QUANTITIES
53.9.1 SCOPE:
This section of the specification covers project information, site condition, desired
Technical parameters and quantity of XLPE Cable.
53.9.1.1 Project Information:
53.9.1.1.1 Customer:
53.9.1.1.2 Engineer/Consultant:
53.9.1.1.3 Project Location:
53.9.1.1.4 Transport facilities
53.9.1.1.4.1 Nearest Railway station: /Gauge
53.9.1.1.4.2 Distance from site:
53.9.1.1.5 Access Roads :
53.9.1.2 SITE CONDITIONS:
53.9.1.2.1 Ambient air temp. (max.) °C:
53.9.1.2.2 Ambient air temp. (min.) °C:
53.9.1.2.3 Design ambient temp. °C:
53.9.1.2.4 Relative humidity for design: purposes
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 98 ~ Signature of Bidder with Seal
53.9.1.2.5 Height above mean sea level in : meters
53.9.1.2.6 Earth quake data:
53.9.1.2.6.1 Seismic zone: IS: 1893-84
53.9.1.2.6.2 Seismic acceleration: As per IS: 2.2.4
53.9.1.2.7 Wind data:
53.9.1.2.8 Site Wind Pressure Kg. f/m2: As per IS: 2.3
53.10 SYSTEM PARTICULARS:
a) Line Voltage (KV): 11/33
b) Highest System Voltage (KV): 12/36
c) Number of Circuits: 1
d) Frequency (HZ): 50
e) Neutral effectively earthed
f) Short circuit level (KA): 22.77/ 31.8/ 22.5/ 45
53.11 SPECIFIC TECHNICAL REQUIREMNTS:
Technical Parameters of the cable shall be as follows:
Sl.
No.
Particular Unit Requirement
1. Rated Voltage KV 33
2. Type of Insulation - XLPE
3. Single core/ Multi core - Three core
4. Armoured / Unarmoured - Armoured
5. Material of Conductor - Aluminium/Copper
6. System - 33 KV Earthed
7. Highest System Voltage KV 36
8. Conductor size mm2 400
9. Material - Stranded Aluminium/copper
10. Shape of Conductor - Circular
11. Short Circuit Current KA 13.12, 26.24 for 3 sec.
12. Power Frequency Withstand Voltage KVrms 70
13. Lightning Impulse Withstand Voltage KVP 170
14. Continuous Withstand Temperature ºC 90
15. Short Circuit withstand Temperature ºC 250
16. Oxygen Index - Min 29 (as per ASTMD: 2863)
17. Acid Gas Generation - Max. 20% (as per IEC: 754-1)
18. Smoke Density Generation - 60% (As per ASTMD: 2843)
19. Flammability Test - As per Swedish Chimney test
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 99 ~ Signature of Bidder with Seal
54.0 3½ CORE 300 mm2 LT PVC CABLE:
54.1 SCOPE:
This specification covers Manufacture, testing at works, supply and delivery of
unarmored 3½ CORE 300 mm2 PVC CABLE with sector shape aluminum conductor of
H4 grade Class: 2.
54.2 CLIMATIC CONDITIONS:
The unarmored L.T. PVC insulated cables are required to be laid outdoor either for LT
distribution system on transformer center. The climatic conditions will be as under.
Sl. No. Description Desired Value
1) Temperature Variation 5 ºC to 55 ºC
2) Relative humidity Up to 95%
3) Altitude 0 to 1000 mtr.
4) No. of tropical monsoon months 3 (Three)
5) Max. wind pressure 150 Kg./cm²
6) Average annual rainfall 750/800 mm
7) Average thunder storm base per annum Fifteen (15)
54.3 INSTALLATIONS:
54.3.1 These cables are required to be laid outdoors on the transformer structures for LT
power distribution, i.e., from transformer L.T. bushings to LT distribution box and
from LT distribution box to LT overhead lines supported on poles.
54.3.2 These cables are required to be laid overhead, hung, exposed to Atmosphere in
climatic condition as mentioned above. These are also to be used for giving power
supply to LT motive power consumers.
54.4 APPLICABLE STANDARDS:
The applicable standard for LT PVC cable is as follows:
Sl.
No.
Standard Description
1) IS: 1554 (Part-I) 1983 For cable
2) IS: 5831/1984 For PVC Insulation/Sheath
3) IS: 8130 of 1984 For Aluminum Conductor
4) IS: 10418 of 1982 For wooden Drums
5) IS: 10810 of 1984 Methods of tests for Cables
6) IS: 10462(Part-I) 1983 Fictitious calculation method for determination
of dimensions of protective covering of cables
54.5 TECHNICAL PARTICULARS:
54.5.1 The LT PVC cables shall be unarmored PVC insulated and sheathed with shaped
stranded aluminum conductor for earthen neutral system confirming to IS: 1554 (Pt-I)
1988 with latest amendment or revision if any.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 100 ~ Signature of Bidder with Seal
54.5.2 The cable shall be ISI marked and shall have characteristics suitable for voltage rating
of 1100 V in standard length as mentioned Clause: 9A.
54.5.3 The word WESCO, Voltage, Grade Electric, Year of Manufacture, IS Number and
Manufacturer‟s Trademark shall be embossed clearly on every meter of cable.
54.6 INSULATION AND SHEATH:
54.6.1 The type of insulation shall be type „A‟ as per IS: 5831 of 1984 with latest
amendment/revision if any.
54.6.2 The PVC of sheath shall be type „ST-1‟ as per IS: 5831 of 1984 (with latest
amendment/revision) if any.
54.6.3 Colour of Insulation of each core as specified in IS.
54.6.4 Colour of outer sheath shall be yellow only.
54.6.5 Colour of inner sheath is black.
54.7 PACKING AND MARKING/EMBOSSING:
54.7.1 The LT PVC cable of size 3.5 Core x 300 mm² shall be wound on non-returnable
wooden drums with standard length of 500/250 mtr.
54.7.2 The wooden drums shall be as per IS: 10418/1982.
54.7.3 The outer surface of the drums shall be painted with white Aluminum paint.
54.7.4 Similarly, the inside surface of the drums shall have the protective layer of
varnish/paint to protect it from white ants.
54.7.5 The ends of the cable shall be sealed by means of non-hydroscopic sealing materials.
54.7.6 The following information must be either stenciled on the drums:
54.7.6.1 IS: 1554(Part: I) / 88 or as applicable
54.7.6.2 Manufacturer‟s Name, Brand Name or Trade Mark
54.7.6.3 Type of cable & Voltage Grade
54.7.6.4 Number of cores
54.7.6.5 Nominal cross sectional area of conductor
54.7.6.6 Cable Code
54.7.6.7 Colour of Cores
54.7.6.8 Length of cable on the reel, drums or coil
54.7.6.9 Number of lengths on reel, drum or coil
54.7.6.10 Direction of rotation of drum (by means of arrow)
54.7.6.11 Approximate gross weight & Drum No.
54.7.6.12 Country of Manufacture
54.7.6.13 Year of Manufacture
54.7.6.14 W.O. No. and Date
54.7.6.15 Date of dispatch
54.7.6.16 Property of WESCO
54.7.6.17 Details of consignee (on wooden drums only)
54.7.6.18 ISI Mark
54.7.7 The following words shall be duly embossed on sheath of very meter length of cables.
The embossing should be clear and visible.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 101 ~ Signature of Bidder with Seal
54.7.7.1 Name of Purchaser: WESCO
54.7.7.2 Voltage Grade
54.7.7.3 Year of Manufacture
54.7.7.4 Trade Mark of Supplier
54.7.7.5 IS Number
54.8 MARKING:
Progressive running length of the cable shall be marked on outer sheath at an interval of
not more than 1 mtr.
54.9 TOLERANCE:
54.9.1 Tolerance of ± ½ % of standard length is allowed.
54.9.2 STANDARD LENGTH:
Cable Up to and including the size 3.5core x 300 mm² shall be packed in 500/250
Meters± ½ %.
54.9.3 NON-STANDARD LENGTH:
The non-standard length of not less than 100 Meters up to 3% of Order quantity (for
all sizes).
54.10 SUBMISSION OF ISI LICENSE & G.T.P.:
Cables bearing ISI Mark only will be acceptable. The bidder should submit attested
copy of ISI License of IS: 1554 (Part-I) 1988 valid at least up to the date of tender. If
applied for renewal, the copy of receipt of fees and or acknowledgement of ISI/BSI
shall be furnished along with copy of ISI License (Expired) with the offer. The firm
shall also furnish G.T.P. as per Appendix-“A” attached.
54.11 SUBMISSION OF TYPE TEST CERTIFICATE:
Type test certificate not more than five years old to be submitted. The copy of the type
test certificate for all type tests carried out as per IS: 1554 (Part-I) 1988 with latest
amendment/revision in force, on date of opening of tender on any of the sizes
mentioned and specified in the tender and offered by the firm, at any NABL
Accredited Laboratory has to be submitted along with the offer. The party has to
submit type test certificate for the all sizes ordered on him before commencement of
bulk supply and get it approved without affecting delivery scheduled.
54.12 INSPECTION & TESTING:
54.12.1 Testing will be carried out at the works of Manufacturers in presence of Company‟s
Engineers at firm‟s cost according to IS: 1554 (Part-I) 1988 with latest amendment /
revision if any and in force on date of inviting tender. Materials shall not be
dispatched by the supplier without having been inspected and test certificate
approved by Company‟s Inspector and obtaining of specific dispatch instruction in
writing.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 102 ~ Signature of Bidder with Seal
54.12.2 The Company reserves the right to select sample from any offered/inspected lot
against the A/T to be issued which will be get type tested at any CPRI/NABL
Accredited laboratory as decided by the Company.
54.12.3 The results of this type-tested sample shall be applicable for the entire quantity of the
particular lot offered or supplied by the supplier.
54.12.4 The Company shall bear the testing charges if sample passes all the tests and if
sample fails in any one of the tests, supplier shall have to bear testing charges, same
are recoverable from the supplier‟s any pending bill, security deposit, Bank
Guarantee or by any suitable means, whichever deem fit by the Company.
54.12.5 In case of sample failing in aforesaid type tests, supplier shall have to replace the
whole lot materials, which should pass through the type tests, the re-testing charges
will have to be paid by supplier.
54.12.6 If any quantity against the particular lot is consumed by the Company, the supplier
will agree for any penalty/deduction in price as decided by the competent authority
of Company. Decision of competent authority in case of any dispute will be final and
binding to supplier.
54.13 IMPORTANT:
In absence of valid ISI License, Guaranteed Technical Particulars and copy of type test
certificate attested by authorized person, the offer is liable to be ignored without any
further correspondence.
54.14 SEALING:
Both the ends of cable are to be provided with lead seals with seal wire.
54.15 MACHINE/METER CALIBRATION:
All machines and meters to be used in testing shall be calibrated within valid time limit
either at the Laboratory of manufacturer or machine/meter or at Govt. recognized
laboratory. The machine/meter to be used in testing shall be in tolerance limit as per
their accuracy class.
55.0 MATERIAL PROPERTIES AND OTHER TECHNICAL
REQUIREMENTS FOR HEAT SHRINKABLE CABLE
TERMINATIONS AND JOINTS SUITABLE FOR XLPE
CABLES: 55.1 GENERAL:
The term heat shrink refers to extruded or moulded polymeric materials which are cross
linked to develop elastic memory and supplied in expanded or deformed size or shape.
55.2 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.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 103 ~ Signature of Bidder with Seal
55.3 TYPE TEST REPORTS:
The Joints and terminations should have been type tested and type test reports made
available.
55.4 KITS CONTENTS:
The Kits should generally consist of:
55.4.1 Heat shrinkable clear insulating tubes
55.4.2 Stress control tubing where necessary
55.4.3 Ferrule insulating tubing for joints
55.4.4 Conductive cable break outs for terminations, non tracking, erosion and weather
resistant tubing both outer / inner
55.4.5 Non tracking erosions and weather resistant outdoor sheds in case of terminations
55.4.6 High permittivity mastic wedge
55.4.7 Insulating mastic
55.4.8 Aluminium crimping lugs of ISI specification
55.4.9 Tinned copper braids
55.4.10 Wrap around mechanical protection for joints
55.4.11 Cleaning solvents, abrasive strips
55.4.12 Plumbing metal
55.4.13 Binding wire etc. adequate in quantity and dimensions to meet the service and test
conditions.
The kit shall have installation instructions and shall be properly packed with shelf life of
over 5 years.
56.0 WAY-LEAVE AND TREE CUTTING:
56.1 Way-leave permission which may be required by the contractor shall be arranged at
own cost without any extra financial cost to WESCO Utility.
56.2 While submitting final-survey report for approval, proposals for way-leave right of
way shall be submitted by the contractor. Employer may extend help to get the
permission within a reasonable time as mutually agreed upon for which due notice
shall be given by the contractor in such a way so that obtaining permission from
appropriate authority do not hinder the continued and smooth progress of the work.
56.3 The employer shall not be held responsible for any claim on account of damage done
by the contractor or his personnel to trees, crops and other properties.
56.4 The contractor shall take necessary precaution to avoid damage to any ripe and
partially grown crops and in the case of unavoidable damage, the employer shall be
informed and necessary compensation shall be paid by the contractor.
56.5 All the documents required for application to the statutory authorities must be prepared
by the contractor & submitted to the employer for submission of the application towards
approval of Railway Crossing etc. However, the responsibilities lie with the contractor
to get the clearance.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 104 ~ Signature of Bidder with Seal
Trimming of tree branches or cutting of a few trees en-route during survey is within
the scope of survey to be done by the contractor. Contractor shall arrange for necessary
way-leave and compensation in this regard. During erection of the line, compensation
for tree cutting, damage caused to crops, actual cutting and falling of the trees including
way-leave permission for such route clearance shall be arranged by the contractor at his
cost. The contractor will identify the number of trees and detail of obstructions to be
removed for erection of the line and intimate the employer well in advance in case of
any help. Other related works like construction of temporary approach roads, etc. as
required, shall be done by the contractor and the same will lie within the scope of
contractor‟s work and such cost shall be considered to be included in the rates quoted
by him.
57.0 TECHNICAL SPECIFICATION OF RCC SLAB:
The scope of works for RCC Slab must covers the followings & as per Drawing.
57.1 Steel having IS: 1786 shall be used of any reputed brand which are established, reliable,
indigenous and primary producer of steel having integrated steel plant (ISP), using iron
ore as basic raw materials as per ministry of steels guideline. No re rolled steel shall be
permitted in work.
57.2 53 grade cement shall be used of any reputed manufacturers of cement inside the state.
57.3 Pond watering shall be provided for RCC work as per the instruction of site in-charge.
The contractor has to arrange adequate supply of clean water required for the work
whenever necessary at his/her own cost.
57.4 The successful bidder shall make his own arrangement for all materials and T&Ps such
as concrete mixture, vibrator, PRR etc. for the work.
57.5 The quoted rate for the work will deem to include all incidental items which may
necessary for construction of benchmarks, level pillars, profiles, benching levels of the
ground etc where required. No extra payment or claim will be admissible on this
ground.
57.6 Cleaning of debris where necessary shall be considering as incidental to the work and
shall be contractor‟s responsibility to clean it.
57.7 Cement concrete (1:1.5:3) with 12 mm size broken hard granite chips for RCC works
including hoisting and lying including cost of all materials, labours, T&P reqd. etc.
complete (In RCC Slab) Cum 242.4.
57.8 Supplying fitting and placing uncoated HYSD bar reinforcement complete as drawing
and technical specification Qntl. 331.41.
57.9 Lifting of New Slabs and lying of new slabs over the cable trench at desired place Cem.
242.4.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 105 ~ Signature of Bidder with Seal
58.0 PLINTH FOR TRANSFORMER INSTALLATION: 58.1 Construction of plinth using first class KB bricks masonry in cubic meter (1:6) of size L
5‟ x W 5‟ H 4‟ and 4” thick reinforcement on the top using steel bar and 20 mm thick
cement plaster over bricks masonry in cubic meter (1:6). The foundation shall be
providing of 4” thick sand filling and height of 1‟10” bricks masonry of size L 5‟ x W 5‟
in cubic meter (1:6).
58.2 The constructed plinth will be 112.5 cubic feet above ground level and having the
following procedure to be maintained.
58.2.1 First footing of wall size : 1‟ x 3”
58.2.2 Second footing of wall size : 10”
58.2.3 Middle portion : Middle portion filled with stand
59.0 8” HDPE PIPE: 8” HDPE Pipe as per PE-80, PN-4 as per IS: 4984 (1995) suitable for XLPE Cable to be
used for railway crossing. The design & drawing to be approved by WESCO Utility
prior to execution of work.
60.0 8” GI ROUND PIPE: 8” GI ROUND PIPE suitable for XLPE Cable to be used for railway crossing & riser
purpose. The design & drawing to be approved by WESCO Utility prior to execution of
work.
61.0 CONSTRUCTION OF EARTH PIT CHAMBERS:
Sl.
No.
Description of Works Unit Quantity
1. Excavation of soil up to a depth of 0.175 mtr. and disposal of the same
outside the switch yard within 5km distance
cu. mtr. 51.51
2. Brick work with Fly ash bricks 23 cm x 11 cm x 8 cm sizes having
crushing strength not less than 75 Kg/ cm2 with dimensional tolerance
+8% in cement mortar (1:6) in superstructure
cu. mtr. 10.52
3. 12 mm thick Cement plastering with mortar of (1:6) for Brick work sq mtr. 101.44
4. Cement concrete (1:2:4) with 12 mm size broken hard granite chips for
R.C.C. Works including hoisting and laying
cu. mtr. 3.22
5. Supplying, fitting and placing uncoated 8mm HYSD bar reinforcement
complete as per drawing and technical specification
MT 0.343
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 106 ~ Signature of Bidder with Seal
62.0 30 KV 10 KA STATION CLASS HEAVY DUTY TYPE
PORCELAIN CLAD LIGHTNING ARRESTOR: 62.1 30 KV VOLTAGE CLASS SURGE ARRESTORS:
Lightning Arrestors at Grid Substation shall be of Station class only in 33 KV System.
62.2 INTRODUCTION:
The section covers the specification of 33 KV voltage level, 10 KA, Station class heavy
duty, gapless metal (zinc) oxide Surge Arrestors complete with insulating base, terminal
clamps, complete fittings & accessories for installation on outdoor type 33 KV
switchgear/transmission lines / transformers.
62.3 STANDARDS:
The design, manufacture and performance of Surge Arrestors shall comply with IS:
3070 Part-3 and other specific requirements stipulated in the specification. Unless
otherwise specified, the equipment, material and processes shall conform to the latest
applicable Indian/International Standards as listed hereunder:
IS: 2071-1993 (Part-1) Methods of High Voltage Testing General Definitions & Test Requirements
IS: 2071-1974(Part-2) Test Procedures
IS: 2629-1985 Recommended Practice for hot dip galvanizing on Iron & Steel
IS: 2633-1986 Method for Testing uniformity of coating of zinc coated Articles
IS: 3070-1993 (Part –3) Specification for surge arrestor for alternating current systems. Metal-Oxide
lightening Arrestors without gaps
IS: 4759-1996 Specification for hot dip zinc coating on Structural Steel and Other allied
products
IS: 5621-1980 Hollow Insulators for use in Electrical Equipment
IS: 6209-1982 Methods of Partial discharge measurement
IS: 6745 Method for determination of mass of zinc coating on zinc coated iron and
steel articles
ANSI/IEEE-C:.62.11 Metal oxide, Surge Arrestor for AC Power Circuits
IEC: 60099-4 Surge Arrestors
The equipment complying with any other internationally accepted standards shall also
be considered if it ensures performance equivalent to or superior to the Indian Standards.
62.4 GENERAL REQUIREMENT:
62.4.1 The metal oxide gap less Surge Arrestor without any series or shunt gap shall be
suitable for protection of 33 KV switchgear, transformers, associated equipment and
33 KV lines from voltage surges resulting from natural disturbance like lightning as
well as system disturbances.
62.4.2 The surge arrestor shall draw negligible current at operating voltage and at the same
time offer least resistance during the flow of surge current.
62.4.3 The surge arrestor shall consist of non-linear resistor elements placed in series and
housed in electrical grade porcelain housing / silicon polymeric of specified creepage
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 107 ~ Signature of Bidder with Seal
distance.
62.4.4 The assembly shall be hermetically sealed with suitable rubber gaskets with effective
sealing system arrangement to prevent ingress of moisture.
62.4.5 The surge arrestor shall be provided with line and earth terminals of suitable size. The
ground side terminal of surge arrestor shall be connected with 25 x 6 mm galvanized
strip, one end connected to the surge arrestor and second end to a separate ground
electrode. The bidder shall also recommend the procedure which shall be followed in
providing the earthing system to the Surge Arrestor.
62.4.6 The surge arrestor shall not operate under power frequency and temporary over
voltage conditions but under surge conditions, the surge arrestor shall change over to
the conducting mode.
62.4.7 The surge arrestor shall be suitable for circuit breaker performing 0-0.3 sec.-CO-3 min
– CO - duty in the system.
62.4.8 Surge arrestors shall have a suitable pressure relief system to avoid damage to the
porcelain/silicon polymeric housing and providing path for flow of rated fault currents
in the event of arrestor failure.
62.4.9 The reference current of the arrestor shall be high enough to eliminate the influence of
grading and stray capacitance on the measured reference voltage.
62.4.10 The arrestors for 33 KV system shall be suitable for mounting on transformers, Bus,
Line & structure as per scheme. The supplier shall furnish the drawing indicating the
dimensions, weights etc. of the surge arrestors for the design of mounting Structure.
62.4.11 The arrestor shall be capable of handling terminal energy for high surges, external
pollution and transient over voltage and have low losses at operating voltages.
62.5 ARRESTOR HOUSING:
62.5.1 The arrestor housing shall be made up of porcelain housing and shall be homogenous,
free from laminations, cavities and other flaws of imperfections that might affect the
mechanical and dielectric quality. The housing shall be of uniform brown (for
porcelain) colour, free from blisters, burrs and other similar defects. Arrestors shall be
complete with fasteners for stacking units together and terminal connectors.
62.5.2 The housing shall be so coordinated that external flashover shall not occur due to
application of any impulse or switching surge voltage up to the maximum design value
for arrestor. The arrestors shall not fail due to contamination. The 33 KV arrestors
housing shall be designed for pressure relief class as given in Technical Parameters of
the specification. Sealed housings shall exhibit no measurable leakage.
62.6 FITTINGS & ACCESSORIES:
62.6.1 The surge arrestor shall be complete with fasteners for stacking units together and
terminal connectors.
62.6.2 The terminals shall be non-magnetic, corrosion proof, robust and of adequate size and
shall be so located that incoming and outgoing connections are made with minimum
possible bends. The top metal cap and base of surge arrestor shall be galvanized. The
line terminal shall have a built in clamping device which can be adjusted for both
horizontal and vertical takeoff.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 108 ~ Signature of Bidder with Seal
62.7 TEST:
62.7.1 TEST ON SURGE ARRESTORS:
The Surge Arrestors offered shall be type tested and shall be subjected to routine and
acceptance tests in accordance with IS: 3070 (Part-3)/IEC: 60099-4. In addition, the
suitability of the surge arresters shall also be established for the followings.
i) Acceptance Test:
a) Measurement of power frequency reference voltage of arrester units.
b) Lightning impulse residual voltage on arrester units (IEC clause 6.3.2)
c) Internal ionization or partial discharge test
ii) Special Acceptance Test:
a) Thermal stability test (IEC: 99-4 Clause: 7.2.2)
b) Watt loss test
iii) Routine Test:
a) Measurement of reference voltage
b) Residual voltage test of arrester unit
c) Internal ionization or partial discharge test
d) Sealing test
e) Verticality check on completely assembled surge arresters as a sample test on
each lot if applicable.
iv) Type Test:
Following shall be type test as per IS: 3070 (Part 3): 1993 or its latest amendment.
1) Insulation Withstand Test:
a) Lightning Impulse
b) Power Frequency (Dry/Wet)
2) Residual Voltage Test:
a) Steep current impulse residual voltage test
b) Lightning impulse residual voltage test
c) Switching Impulse Residual voltage test
3) Long duration current impulse withstand test
4) Switching surge operating duty test
5) Power frequency voltage Vs. Time characteristics
6) Accelerated Ageing test
7) Pressure relief test:
a) High Current
b) Low Current
8) Artificial pollution test (for porcelain housing)
9) Seismic Test
10) Partial Discharge test
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 109 ~ Signature of Bidder with Seal
11) Bending test
12) Temperature cycle test (for porcelain housing)
13) Porosity test (for porcelain housing)
14) Galvanizing test on metal parts
15) Seal Leakage test (for porcelain housing)
16) Seal leak test and operation tests ( for surge monitor)
17) Weather ageing test (for polymer housing)
62.7.2 The maximum residual voltages corresponding to nominal discharge current of 10 KA
for steep current, impulse residual voltage test, lightning impulse protection level and
switching impulse level shall generally conform to Annex-K of IEC: 99-4.
62.7.3 The contractor shall furnish the copies of the type tests and the characteristics curves
between the residual voltage and nominal discharge current of the offered surge
arrestor and power frequency voltage v/s time characteristic of the surge arrestor
subsequent to impulse energy consumption as per clause No.: 6.6.7 of IS: 3070 (Part-
3) offered along with the GTP/Drawing.
62.7.4 The surge arrestor housing shall also be type tested and shall be subjected to routine
and acceptance tests in accordance with IS: 5621.
62.7.5 Galvanization Test:
All Ferrous parts exposed to atmospheric condition shall have passed the type tests and
be subjected to routine and acceptance tests in accordance with IS: 2633 & IS: 6745.
62.8 NAME PLATE:
62.8.1 The name plate attached to the arrestor shall carry the following information:
a) Rated Voltage
b) Continuous Operation Voltage
c) Normal discharge current
d) Pressure relief rated current
e) Manufacturers Trade Mark
f) Name of Sub-station
g) Year of Manufacturer
h) Name of the manufacture
i) Name of Client: “WECO UTILITY”
j) Work Order Number along with date
62.9 DRAWINGS & INSTRUCTION MANUALS:
Within 15 days of receipt of the order, the successful tenderer shall furnish to the
purchaser the following drawings and literature for approval:
a) Outline dimensional drawings of Surge Arrestor and all accessories
b) Assembly drawings and weights of main component parts
c) Drawings of terminal clamps
d) Arrangement of earthing lead.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 110 ~ Signature of Bidder with Seal
e) Minimum air clearance to be maintained of line components to ground
f) Name plate
g) Instructions manual
h) Drawing showing details of pressure relief valve
i) Volt-time characteristics of surge arrestors
j) Detailed dimensional drawing of porcelain housing/Silicon polymeric, i.e.,
internal diameter, external diameter, thickness, height, profile, creepage
distance, dry arcing distance etc.
62.10 TECHNICAL PARTICULARS:
62.10.1 The surge arrestors shall conform to the following standard technical requirements.
The Insulation values shall be enhanced considering the altitude of operation & other
atmospheric conditions. System Parameters are as follows:
Nominal system voltage 33 KV
Highest system voltage 36 KV
System earthing Solidly earthed system
Frequency (Hz) 50
Lightning Impulse withstand Voltage (KVP) 170
Power frequency withstand Voltage (KVrms) 70
Connection to system Phase to Earth
62.10.2 Surge Arrestors:
Type of Surge Arrestor Gapless Metal
oxide outdoor
Arrestor rating KVrms 30
Continuous Operating voltage KVrms 25
Standard Nominal Discharge Current Rating (8 x 20 micro impulse
shape)
KA 10
Line discharge class 2
Degree of protection IP: 67
Lightning Impulse at 10 KA 85
Partial discharge at 1.05 COV not greater than 50 (PC)
Energy capability corresponding to:
Arrestor rating KJ/KV 4.5
COV KJ/KV 4.9
Peak current for high current impulse operating duty of arrestor
classification 10 KA
Amp. 100
62.10.3 Insulator Housing:
Power frequency withstand test voltage (wet) KVrms 70
Lightning impulse withstand/tests voltage KVP 170
Pressure Relief Class 40
Creepage distance not less than mm 900
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 111 ~ Signature of Bidder with Seal
62.10.4 Galvanization:
Fabricated Steel Articles 5 mm thick cover 610 g/m2
Under 5 mm but not less than 2 mm thickness 460 g/m2
Under 2 mm but not less than 1.2 mm thickness 340 g/m2
Castings Grey Iron, malleable iron 610 g/m2
Threaded works other than tubes &
tube fittings
Under 10 mm dia 270 g/m2
10 mm dia & above 300 g/m2
63.0 9 KV 10 KA STATION CLASS HEAVY DUTY
GAPLESS LIGHTNING ARRESTOR 63.1 INTRODUCTION:
63.1.1 This section covers the specification of 9 KV 10 KA Station class Lightning Arrestors
for installation on outdoor type 11 KV switchgear, transmission lines, transformers etc.
11 KV side of which is not enclosed in a cable box.
63.1.2 Station class surge arrestors shall be complete with fasteners for stacking units.
63.2 STANDARDS:
63.2.1 The design, manufacture and performance of Surge Arrestors shall comply with IS:
3070 Part-3 and other specific requirements stipulated in the specification.
63.2.2 Unless otherwise specified, the equipment, material & processes shall conform to the
latest amendments of the following:
IS: 2071-1993 (Part-1) Methods of High Voltage Testing General Definitions & Test
Requirements
IS: 2071-1974 (Part-2) Test Procedures
IS: 2629-1985 Recommended Practice for hot dip galvanizing on Iron & Steel
IS: 2633-1986 Method for testing uniformity of coating of zinc coated articles
IS: 3070-1993 (Part – 3) Specification for surge arrestor for alternating current systems.
Metal-Oxide lightening Arrestors without gaps
IS: 4759-1996 Specification for hot dip zinc coating on structural steel and other
allied products
IS: 5621-1980 Hollow Insulators for use in Electrical Equipment
IS: 6209-1982 Methods of Partial discharge measurement
IS: 6745 Method for determination of mass of zinc coating on zinc coated
iron and steel articles
ANSI/IEEE-C: 62.11 Metal oxide, Surge Arrestor for AC Power Circuits
IEC: 60099-4 Surge Arrestors
The equipment complying with any other internationally accepted standards shall also
be considered if it ensures performance equivalent to or superior to the Indian Standards.
63.3 GENERAL REQUIREMENT:
63.3.1 The metal oxide gap less Surge Arrestor without any series or shunt gap shall be
suitable for protection of 11 KV side of power transformers, associated equipment and
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 112 ~ Signature of Bidder with Seal
11 KV lines from voltage surges resulting from natural disturbance like lightning as
well as system disturbances.
63.3.2 The surge arrestor shall draw negligible current at operating voltage and at the same
time offer least resistance during the flow of surge current.
63.3.3 The surge arrestor shall consist of non-linear resistor elements placed in series and
housed in electrical grade porcelain housing / silicon polymeric of specified Creepage
distance.
63.3.4 The assembly shall be hermetically sealed with suitable rubber gaskets with effective
sealing system arrangement to prevent ingress of moisture.
63.3.5 The surge arrestor shall be provided with line and earth terminals of suitable size. The
ground side terminal of surge arrestor shall be connected with 25 x 6 mm galvanized
strip, one end connected to the surge arrestor and second end to a separate ground
electrode. The bidder shall also recommend the procedure which shall be followed in
providing the earthing system to the Surge Arrestor.
63.3.6 The surge arrestor shall not operate under power frequency and temporary over
voltage conditions but under surge conditions, the surge arrestor shall change over to
the conducting mode.
63.3.7 The surge arrestor shall be suitable for circuit breaker performing 0-0.3 min-CO-3
min-CO- duty in the system.
63.3.8 Surge arrestors shall have a suitable pressure relief system to avoid damage to the
porcelain/ silicon polymeric housing and providing path for flow of rated fault currents
in the event of arrestor failure.
63.3.9 The reference current of the arrestor shall be high enough to eliminate the influence of
grading and stray capacitance on the measured reference voltage.
63.3.10 The Surge Arrestor shall be thermally stable and the bidder shall furnish a copy of
thermal stability test with the bid.
63.3.11 The arrestor shall be capable of handling terminal energy for high surges, external
pollution and transient over voltage and have low losses at operating voltages.
63.3.12 The surge arrestor shall be provided with line and earth terminals of suitable size.
63.4 ARRESTOR HOUSING:
63.4.1 The arrestor housing shall be made up of porcelain/silicon polymeric housing and
shall be homogenous, free from laminations, cavities and other flaws of imperfections
that might affect the mechanical and dielectric quality. The housing shall be of
uniform brown (for porcelain)/Grey (for silicon polymeric) colour, free from
blisters, burrs and other similar defects. Arrestors shall be complete with fasteners for
stacking units together and terminal connectors.
63.4.2 The housing shall be so coordinated that external flashover shall not occur due to
application of any impulse or switching surge voltage up to the maximum design value
for arrestor. The arrestors shall not fail due to contamination. The 11 KV arrestors
housing shall be designed for pressure relief class as given in Technical Parameters of
the specification.
63.4.3 Sealed housings shall exhibit no measurable leakage.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 113 ~ Signature of Bidder with Seal
63.5 ARRESTOR MOUNTING:
The arrestors shall be suitable for mounting on 4 pole/2 pole structure used for
pole/plinth mounted transformer and for incoming and outgoing lines. Arrestor may also
be required to be mounted on a bracket provided in the Transformers.
63.6 FITTINGS & ACCESSORIES:
63.6.1 The surge arrestor shall be complete with fasteners and terminal connectors.
63.6.2 The terminals shall be non-magnetic, corrosion proof, robust and of adequate size and
shall be so located that incoming and outgoing connections are made with minimum
possible bends. The top metal cap and base of surge arrestor shall be galvanized. The
line terminal shall have a built in clamping device which can be adjusted for both
horizontal and vertical takeoff.
63.7 TEST:
63.7.1 TEST ON SURGE ARRESTORS:
63.7.1.1 The Surge Arrestors offered shall be type tested and shall be subjected to routine
and acceptance tests in accordance with IS: 3070 (Part-3) / IEC: 600994.
63.7.1.2 In addition, the suitability of the surge arresters shall also be established for the
followings.
63.7.1.2.1 Acceptance Test:
63.7.1.2.1.1 Measurement of power frequency reference voltage of arrester units
63.7.1.2.1.2 Lightning impulse residual voltage on arrester units (IEC clause 6.3.2)
63.7.1.2.1.3 Internal ionization or partial discharge test
63.7.1.2.2 Special Acceptance Test:
63.7.1.2.2.1 Thermal stability test (IEC clause 7.2.2)
63.7.1.2.2.2 Watt loss test
63.7.1.2.3 Routine Test:
63.7.1.2.3.1 Measurement of reference voltage
63.7.1.2.3.2 Residual voltage test of arrester unit
63.7.1.2.3.3 Internal ionization or partial discharge test
63.7.1.2.3.4 Sealing test
63.7.1.2.3.5 Verticality check on completely assembled surge arresters as a sample test on
each lot if applicable
63.7.1.2.4 Type Test:
Following shall be type test as per IS 3070 (Part 3): 1993 or its latest amendment
63.7.1.2.4.1 Insulation Withstand test
63.7.1.2.4.1.1 Lightning Impulse
63.7.1.2.4.1.2 Power Frequency (Dry/Wet)
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 114 ~ Signature of Bidder with Seal
63.7.1.2.4.2 Residual Voltage Test
63.7.1.2.4.2.1 Steep current impulse residual voltage test
63.7.1.2.4.2.2 Lightning impulse residual voltage test
63.7.1.2.4.2.3 Switching Impulse Residual voltage test
63.7.1.2.4.3 Long duration current impulse withstand test
63.7.1.2.4.4 Switching surge operating duty test
63.7.1.2.4.5 Power frequency voltage Vs. Time characteristics
63.7.1.2.4.6 Accelerated Ageing test
63.7.1.2.4.7 Pressure relief test
63.7.1.2.4.7.1 High Current
63.7.1.2.4.7.2 Low Current
63.7.1.2.4.8 Artificial pollution test (for porcelain housing)
63.7.1.2.4.9 Seismic Test
63.7.1.2.4.10 Partial Discharge test
63.7.1.2.4.11 Bending test
63.7.1.2.4.12 Temperature cycle test (for porcelain housing)
63.7.1.2.4.13 Porosity test (for porcelain housing)
63.7.1.2.4.14 Galvanizing test on metal parts
63.7.1.2.4.15 Seal Leakage test (for porcelain housing)
63.7.1.2.4.16 Seal leak test and operation tests (for surge monitor)
63.7.1.2.4.17 Weather ageing test (for polymer housing)
63.7.2 The maximum residual voltages corresponding to nominal discharge current of 10 KA
for steep current, impulse residual voltage test, lightning impulse protection level and
switching impulse level shall generally conform to Annex-K of IEC: 99-4.
63.7.3 The contractor shall furnish the copies of the type tests and the characteristics curves
between the residual voltage and nominal discharge current of the offered surge
arrestor and power frequency voltage v/s time characteristic of the surge arrestor
subsequent to impulse energy consumption as per clause 6.6 of IS: 3070 (Part-3)
offered along with the bid.
63.7.4 The surge arrestor housing shall also be type tested and shall be subjected to routine
and acceptance tests in accordance with IS: 5621.
63.7.5 Galvanization Test:
All Ferrous parts exposed to atmospheric condition shall have passed the type tests and
be subjected to routine and acceptance tests in accordance with IS: 2633 & IS: 6745.
63.8 NAME PLATE:
The name plate attached to the arrestor shall carry the following information:
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 115 ~ Signature of Bidder with Seal
63.9 Rated Voltage
63.10 Continuous Operation Voltage
63.11 Normal discharge current
63.12 Pressure relief rated current
63.13 Manufacturers Trade Mark
63.14 Name of Sub-station
63.15 Year of Manufacturer
63.16 Name of the manufacture
63.17 Name of Client
63.18 Purchase Order Number along with date
63.9 DRAWINGS AND INSTRUCTION MANUALS:
Within 15 days of receipt of the order, the successful tenderer shall furnish to the
purchaser, the following drawings and literature for approval:
a) Outline dimensional drawings of Surge Arrestor and all accessories
b) Assembly drawings and weights of main component parts
c) Drawings of terminal clamps
d) Arrangement of earthing lead
e) Minimum air clearance to be maintained of line components to ground
f) Name plate
g) Surge monitor, if applicable
h) Instructions manual
i) Drawing showing details of pressure relief valve
j) Volt-time characteristics of surge arrestors
k) Detailed dimensional drawing of porcelain housing/Silicon polymeric i.e. internal
diameter, external diameter, thickness, height, profile, creepage distance, dry arcing
distance etc.
63.10 TECHNICAL PARTICULARS:
63.10.1 The surge arrestors shall conform to the following standard technical requirements.
The Insulation values shall be enhanced considering the altitude of operation & other
atmospheric conditions.
Sl.
No.
System Parameters Requirement
1. Nominal system voltage 11 KV
2. Highest system voltage 12 KV
3. System earthing Effectively earthed system
4. Frequency 50 Hz
5. Lightning Impulse withstand Voltage 75 KVP
6. Power frequency withstand Voltage 28 KVrms
7. Arrestor duty:
a) Connection to system Phase to earth
b) Type of equipment to be protected transformers & switchgear
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 116 ~ Signature of Bidder with Seal
63.10.2 Surge Arrestors:
Type Gapless Metal oxide outdoor
Arrestor rating 9 KVrms
Continuous Operating voltage 7.65 KVrms
Standard Nominal Discharge Current 10 KA (8x20 micro impulse shape)
Degree of protection IP: 67
Line discharge Class: 2
Steep current at 10 KA 45
Lightning Impulse at 10 KA 40
Energy capability corresponding to:
Arrestor rating 4.5 KJ/KV
COV 4.9 KJ/KV
Peak current for high current impulse operating duty
of Standard TS for arrestor classification 10 KA
100
63.10.3 Insulator Housing:
i) Power frequency withstand test voltage (Wet) (KVrms) : 28
ii) Lightning impulse withstand/tests voltage (KVP) : 75
63.10.4 Galvanization:
i) Fabricated Steel Articles:
a) 5 mm thick cover : 610 g/m2
b) Under 5 mm but not less than 2 mm thickness : 460 g/m2
c) Under 2 mm but not less than 1.2 mm thickness : 340 g/m2
ii) Castings:
a) Grey Iron, malleable iron 610 g/m2
iii) Threaded works other than tubes & tube fittings:
a) Under 10 mm dia : 270 g/m2
b) 10 mm dia & above : 300 g/m2
NOTE: Surge Monitor shall have to be provided if covered in BPS.
64.0 CABLE LAYING METHODOLOGY: 64.1 CABLE LAYING:
Notwithstanding anything stated in these specifications, WESCO reserves the right to
assess the bidder‟s capability to fulfill the scope of the bid, should the circumstances
warrant such assessment.
64.2 DESIGN – WORKMANSHIP AND INTERPRETATION OF CLAUSES: 64.2.1 The design and quality of goods supplied and the workmanship shall be in
accordance with the best engineering practice to ensure satisfactory performance of
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 117 ~ Signature of Bidder with Seal
the system throughout the service life.
64.2.2 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 deemed to be included. All
such components, accessories, etc., shall be supplied at no extra cost.
64.2.3 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.
64.2.4 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.
64.2.5 Goods and accessories so offered shall conform to type test and shall also be subjected
t o acceptance and routine tests i n accordance with t h e requirements stipulated in
this specification. The WESCO reserves the right for repeating any or all of the type
tests to be conducted on the goods supplied.
64.3 STANDARDS:
64.3.1 Except as modified by this specification all materials to be supplied shall conform to
the requirements of the latest editions of the following standards:
64.3.1.1 IS: 1255: Code of practice for Installation and maintenance of power cables up to
33 KV and including 11 KV rating.
64.3.1.2 IS: 7098 (Part 2): Cross – linked Polyethylene PVC sheathed cables.
64.3.1.3 IEC: 332: Tests on erected cables.
64.3.1.4 IEC: 1329: Allied steel, tubes, tubular and other rough iron fittings.
64.3.1.5 IEC: 2629: Recommended practice for hot dip galvanizing of iron & steel.
64.3.1.6 ASTM-D: 2671: Standard method of testing heat shrinkable or push on Tapex or
cold type tubing for electrical use.
64.3.1.7 ASTM-D 3111: Flexibility determination of hot melt adhesives by mandrel bends
test method.
64.3.1.8 IEC: 60: High Voltage test
64.3.1.9 IS: 3043: Code of practice for Earthing
64.3.1.10 IS: 8309: Compression type tubular for aluminum conductors of insulated cable.
64.4 DEVIATION IN SPECIFICATION:
64.4.1 All deviations in specification shall be brought out by the bidder and detailed clause
by clause in appropriate annexure form.
64.4.2 Deviations brought out elsewhere or in any other format will not be considered and
are liable for rejection. The WESCO in such an event shall also deem that the
bidder has conformed to the clauses in this specification scrupulously.
64.4.3 Deviation in specification shall if possible be quoted with reference to standards.
The bidder shall then furnish an authentic English version of such standards.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 118 ~ Signature of Bidder with Seal
64.5 LOCAL CONDITIONS:
64.5.1 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.
64.5.2 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.
64.5.3 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.
64.6 DETAILS OF WORK:
64.6.1 The scope of work involves Supply and laying, testing and commissioning of 33
KV 3 Core 400 mm2 XLPE UG cable, 11 KV 3 Core 300 mm
2 XLPE UG cable &
1.1 KV 3½ C 185 mm sq LT XLPE Cable.
64.6.2 33 KV 3 Core 300 mm2 XLPE UG cable, 11 KV 3 Core 300 mm
2 XLPE UG cable
& 1.1 KV 3½ C 185 mm sq LT XLPE Cable by trenchless technology adopting
horizontal Boring (HDD) by machines with adequate drawing capacity, under the
railway track.
64.6.3 The contract will be on the semi-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.
64.6.4 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 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.
64.7 SERVICE CONDITIONS:
64.7.1 The cables are being laid in the Jharsuguda district, Odisha, where temperature,
humidity effect is heavily experienced.
64.7.2 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.
64.7.3 The underground cables are to be laid where other utility services like telephone,
EHT lines and PHD lines are encountered.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 119 ~ Signature of Bidder with Seal
64.8 CLIMATIC CONDITIONS:
Climatic conditions
Sl.
No.
Particulars Details
1. Location Under Kachery Road Section,
Jharsuguda
2. Altitude Not exceed 100 M above
MSL- Almost at the Sea level
3. Max. Ambient air temperature 50 ºC
4. Max. Daily average air temp 45 ºC
5. Minimum ambient air temp 40 ºC
6. Ground temperature at depth of laying assumed 35 ºC
7. Isokeraunic 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 Cuttack
is Tropical moderately hot and
humid. sub- soil water at certain
location at depth of burial of
cables may be anticipated
11. Soil Normally Dry
64.9 COMPLIANCE WITH REGULATIONS:
64.9.1 All services carried out by the bidder 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.
64.9.2 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.
64.9.3 The WESCO 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. WESCO will also co-ordinate with the traffic police
authorities for regulation of traffic during cutting of roads.
64.10 INSPECTION BY ELECTRICAL INSPECTOR:
64.10.1 All Electrical installations and equipments are to be inspected and approved by
the Chief Electrical Inspector to the Government of Odisha, before commissioning.
64.10.2 The Contractor will arrange for the payment of the necessary fees for inspection.
64.10.3 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.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 120 ~ Signature of Bidder with Seal
64.11 INSTALLATION OF U.G. CABLES:
64.11.1 Method Of UG Cable Laying:
Laying 33 and 11 KV HT UG cables at a depth not less than 0.9 Mtr and not
more than 3 mtr. by trenchless technology, adopting horizontal boring using
appropriate standard machines. Boring & Drawing of cable including preparation at
site.
64.11.2 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 WESCO Engineers approve the
final route. The WESCO reserves the right to change, alter deviate the route on
technical reasons.
64.11.3 TRIAL PITS:
64.11.3.1 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.
64.11.3.2 It is the responsibility of the bidder to maintain as far as possible the required
statutory clearances from other utility services.
64.11.3.3 Any damage caused, inadvertently to any utility services shall be the sole
responsibility of the contractor.
64.11.4 STATUTORY NOTICES AND WAY LEAVES:
The Contractor shall arrange the necessary way leaves from the concerned public
utility authorities and WESCO shall give the required assistance to the contractor
in completing the project.
64.12 LAYING OF CABLES:
64.12.1 33 KV H.T. 3 core HT UG Cables:
64.12.1.1 Laying 11 kV HT UG cables by trenchless technology by adopting horizontal
boring at a depth at a depth not less than 0.9 Mtr and not more than 3
Mtrs, by trenchless technology, adopting horizontal boring using appropriate
standard machines.
64.12.1.2 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.
64.12.1.3 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.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 121 ~ Signature of Bidder with Seal
64.12.2 Loop Cable:
One complete loop of the cable has to be kept at each termination point.
64.12.3 FLAKING:
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.
64.12.4 CABLES AND OVER BRIDGES: 64.12.4.1 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.
64.12.4.2 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.
64.12.5 CABLE CROSSING OPEN DRAINS WITH LONG SPAN:
64.12.5.1 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.
64.12.5.2 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 least 300-mm shall be maintained.
64.12.5.3 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.
64.12.6 CABLE AND JOINT MARKERS:
64.12.6.1 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.
64.12.6.2 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.
64.12.6.3 The position of fixing the markers will be at the discretion of the Engineer-In-
charge.
65.0 JOINTING OF CABLES:
65.1 GENERAL:
65.1.1 It shall be noted that the U.G. cables are of XLPE insulation and needs special
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 122 ~ Signature of Bidder with Seal
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.
65.1.2 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.
65.2 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.
65.3 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.
65.4 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 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.
65.5 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.
65.6 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.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 123 ~ Signature of Bidder with Seal
65.7 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.
65.8 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.
65.9 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 WESCO. 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.
65.10 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.
a) Between cables having two different types of insulation viz., paper and XLPE
b) Between cables having two different types of conductor material, viz. copper
and aluminum.
c) Or a combination of the above
The transition joints shall conform to IS: 13705 – Transition joints for cables for
working voltages including 33 KV– performance requirements and type tests.
65.11 CABLE TERMINATIONS:
65.11.1 Cable terminations required are both indoor and outdoor type and invariably be of
heat shrinkable types conforming to the specifications vide Sec-iv. Alternatively
push-on or Tapex or cold shrinkable type can be used with the approval of WESCO
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
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 124 ~ Signature of Bidder with Seal
specifications as per IS: 13573 – 1992. The instructions furnished by the
manufacturer of termination boxes/kits should strictly be followed.
65.11.2 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:
65.11.2.1 One coil to made and left in the ground for future needs.
65.11.2.2 The rise of cable, immediately from the ground level should be enclosed in
suitable diameter GI pipe to height of 2 mtr.
65.11.2.3 The balance portion of the cable should be neatly curved, in „S‟ shape.
65.11.2.4 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.
65.11.2.5 The lugs on the termination shall be compressed with a suitable compression
tool.
65.12 EARTHING AND BONDING:
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.
65.13 TESTING AFTER LAYING AND JOINTING:
65.13.1 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.
65.13.2 All test results should be recorded in tabular form in logbooks kept for the purpose.
65.13.3 The cable cores should be tested for:
a) Continuity
b) Absence of cross phasing
c) Insulation resistance to earth; insulation resistance between conductors.
65.14 H.V. TEST:
65.14.1 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.
65.14.2 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.
65.15 TESTING AND RECORD OF CABLE CONSTANTS:
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
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 125 ~ Signature of Bidder with Seal
inductance are determined.
65.16 GUARANTEE:
All the cable joints / termination done by the contractor shall be guaranteed
for 12 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 WESCO to re-do the joint / termination will be recovered from the performance
guarantee amount held with the WESCO.
65.17 CABLE RECORDS:
65.17.1 Accurate neat plans / sketches, drawn to suitable scale (1 cm = 10 M) should be
prepared and furnished by the contractor after the completion of each work.
65.17.2 All relevant information should be collected at site, during the progress of work
and preserved for preparation of drawings.
65.17.3 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.
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 WESCO‟s Engineer as a part of the contract as soon as the cable
is charged.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 126 ~ Signature of Bidder with Seal
GTP OF 9 mtr. long 150 x 150 mm R.S. Joist (34.6 Kg./mtr.)
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No. Description
Unit Requirement
Bidders
Offer
1. R.S. Joist Designation 150 x 150 mm ISHB
2. Length of Joist in mtr with +100/-0% Tolerance mtr. 10 mtr.
3. Weight with ±2.5% Tolerance Kg./m 34.6
4. Sectional Area sq. cm 44.10
5. Depth(D) of section with +3.0mm/-2.0mm
Tolerance as per IS 1852-1985
mm 150
6. Width (B) of Flange with ±2.5mm Tolerance as
per IS 1852-1985.
mm 150
7. Thickness of Flange (Tf) with ±1.5mm Tolerance. mm 9
8. Thickness of Web (Tw) with ±1.5mm Tolerance. mm 11.8
9. Corner Radius of fillet or root (R1) mm 8
10. Corner Radius of Two (R2) mm 4
11. Moment of Inertia
a) Ixx cm4 1635.00
b) Iyy cm4 494.90
12. Radius of Gyration
a) Rxx cm 6.09
b) Ryy cm 3.35
13. Modulus of Section
a) Zxx cm3 218.1
b) Zyy cm3 63.2
14. Flange Slope(α) in Degree 94
15. Tolerance in Dimension As per IS:1852
16. MECHANICAL PROPERTIES:
a) Tensile Test
Requirement as per IS:
2062/ 1999 Grade: A
b) Yield Stress (MPa) Min250
c) Tensile Strength (MPa) Min410
d) Lo = (5.65√So) Elongation% Min23
e) Bend Test Shall not Crack
17. CHEMICAL PROPERTIES:
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 127 ~ Signature of Bidder with Seal
a) Chemical Composition
Requirement As per
IS:2062/1999 Grade-A
b) Grade A
c) Chemical Name Fe-410W A
d) Carbon (max.) % 0.15-0.23
e) Manganese (max.) % 0.45-1.5
f) Sulphur (max.) % 0.045
g) Phosphorous (max.) % 0.045
h) Silicon (max.) % 0.010-0.45
i) Carbon Equivalent (max.) % 0.42
18. Deoxidation Mode Semi-killed or killed
19. Supply condition As rolled
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 128 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR 90 KN
PORCELAI TYPE DISC INSULATOR (B&S TYPE)
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No. Description
Unit Requirement Bidder's
Offer
1. Applicable Standard
2. Type of Insulator
90 KN B&S Type
Antifog type Disc
Insulator
3. Nominal System Voltage KV 33 11
4. Highest System Voltage KV 36 12
5. Dry Impulse withstand voltage KVPeak 170 155
Dry Impulse flashover voltage KVPeak 170 170
6. Wet power frequency 1 min. withstand voltage KVrms 75 50
Dry power frequency 1 min. withstand voltage KVrms 18 18
7. Dry critical impulse flashover voltage KVrms
8. Dry power frequency critical flashover voltage KVPeak 100 100
9. Wet power frequency critical flashover voltage KVPeak 60 60
10. Power frequency puncture voltage KV 140 140
11. Mechanical routine test load 45 45
12. Shattered Strength (Glass) NA NA
13. Electromechanical failing load KN 90 90
14. Safe working load KN Up to 90 Up to 90
15. Minimum failing load KN 10 10
16. Creepage Distance mm 580 430
17. Protected Creepage Distance mm 300 270
18. Type & Grade of Insulator Porcelain
19. Type & Grade of CAP material GI MS Forged
20. Type & Grade of PIN GI MS Forged
21. Type & Grade of Locking PIN Brass
22. Type & Grade of Cement Portland
23. Type of Semiconducting Glaze Ceramics
24. Colour of Insulator Glazed Brown
25. Weight of Insulator 8.2 8.2
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 129 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
3 BOLTED HARDWARE FITTING SUITABLE FOR 90
KN PORCELAIN TYPE DIC INULATOR (B&S) TYPE
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No. Description
Unit Requirement Bidder's
Offer
1. Applicable Standard IS: 2486 (Part-I, II & III)
2. Ultimate Strength (minimum) Kg. 4500
3. Dimension in accordance with mm IS: 2486 (Part-II)
4. Material used & reference standard
5. Clamp Type Al. Alloy
6. U Bolt M16 MS (E.G.)
7. Nut M16 MS
8. Sp. Washer M16 MS
9. Flat Washer M16 MS
10. Cross Arm Strap
11. Body & Keeper Al. Alloy
12. M/R Clip SS / Brass
13. Socket Eye 16 mm Forged Steel
14. Bolt M16 x 145
15. Rivet 16 mm MS HDG
16. Split Pin SS / HDG
17. Nut M16 MS HDG
18. Spring Washer Kg. M16 MS HDG
19. Strap 35 x 6 MS Galvanised
20. UTS of Hardware Fittings KN 90
21. Wight of Hardware Fittings in
complete shape
22. Tolerance
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 130 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
33 KV PIN INSULATOR
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No. Description
Unit Requirement Bidder's
Offer
1. Applicable Standard IS: 731 of 1971
2. Nominal Working Voltage KV 33
3. Highest System Voltage KV 36
4. Visible Discharge Voltage 27
5. Dry power frequency 1 minute withstand voltage KVrms 95
6. Wet power frequency 1 minute withstand voltage KVrms 75
7. Power frequency puncture withstand voltage KVPeak 180
8. Impulse withstand voltage KVPeak 170
9. Dry Power Frequency Flashover Voltage KVrms 85
10. Wet Power Frequency Flashover Voltage KVrms 80
11. Minimum failing load KN 10
12. Minimum creepage distance mm 580
13. Colour of Porcelain Glazed Brown
14. Weight per Unit
15. Size of Insulator
a) Height mm 215
b) Diameter mm 280
16. Type & Grade of Insulator Porcelain
17. Material of Thimble Lead
18. Type & Grade of Cement Portland
19. Type of Semiconducting material Ceramic
20. Steel Head Large Head
21. Weight per unit of Insulator Kg. 7.0
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 131 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
33 KV GI PIN
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No. Description
Unit Requirement Bidder's
Offer
1. Applicable Standard IS: 2486
2. Minimum failing load KN 10
3. Dimension:
a) Total Length mm
b) Shank Length mm
c) Stalk length mm
Length of thread portion in the shank mm
4. Type of thread
5. Thread per Inch
6. Type of Galvanization of PIN & Nut
7. Mass of Zinc (minimum) gms.
8. No. of Nuts with each pin & its size M24
9. No. of spring washer with each PIN & its size M24
10. Packing Details:
a) Type of Packing mm
b) Weight of each pin approx. (with nut & washer) mm 2.8
c) No. of Pins in each packing (Kg.)
11. Tolerance in Weight/dimension, if any As per IS: 2486
& IS: 1852
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 132 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
33 KV „F‟ CLAMP
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No. Description
Unit Requirement Bidder's
Offer
1. Type of Clamp 33 KV F-CLAMP
2. Grade of Steel 43A M.S.
3. Steel Standards IS: 2062/1992
4. Fabrication Standards IS: 802 (P-2)/1978
5. Dimension 75 x 10 MS Flat
6. Steel Sections Utilized mm 75 x 10 MS Flat
7. Steel Tensile Strength N/cm2 1500 Kg F/cm²
8. Working Load Kg. 400/ 450/ 550/ 600 Kg.
9. Details of Construction Standard As per IS
10. Details of Galvanizing Method Utilized and
Standard/ Specification Conforming to?
NA
11. Weight of 33 KV F-CLAMP (min.) Kg.
4.9 Kg.
12. Whether Drawing has been Submitted with
the Bid
Yes/No
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 133 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
33 KV “V” CROSS ARM
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No. Description Requirement
Bidder's
offer
Item 33 KV “V” Cross Arm
1. Type of Cross Arm V - TYPE
2. Grade of Steel FY 250: 43 A
3. Steel Standard IS: 2062 - 1992
4. Fabrication Standard IS: 802 (PART-2) - 1978
5. Dimensions mm
6. Steel Section Utilized 100 x 50 x 6 mm
7. Steel Tensile Strength 1500 Kg. f / cm2
8. Working Load 200 / 300 / 350 / 400 Kg.
9. Details of Galvanizing Method utilized & Standard /
Specification confirming to Min 610 gm
10. Weight of Cross Arm (min.) 22 Kg.
11. Whether drawing has been submitted with the bid Yes/No
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 134 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR BACK
CLAMP FOR 33 KV “V” CROSS ARM
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No
.
Description Unit Requirement Bidder's
Offer
1. Type of Clamp Back Clamp for 33 KV
„V‟ CROSS ARM
2. Grade of Steel FY-250
3. Steel Standards IS: 2062/1992
4. Fabrication Standards IS: 8029 (Part-2):1978
5. Dimension mm 50x8 mm MS Flat
6. Steel Sections Utilized 50x8 mm MS Flat
7. Steel Tensile Strength N/cm2 1500 Kg. f/cm²
8. Working Load Kg. 200/300 Kg
9. Details of Construction Standard
10. Details of Galvanizing Method Utilized and
Standard/ Specification Conforming to? NA
11. Weight of Back Clamp for 33 KV V Cross
Arm (min.) Kg. 2.4
12. Whether Drawing has been Submitted with
the Bid Yes/No
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 135 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS OF 11 KV “V”
CROSS ARM
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No. Description Requirement
Bidder's
offer
Item 11 KV “V” Cross Arm
1. Type of Cross Arm V - TYPE
2. Grade of Steel FY 250: 43 A
3. Steel Standard IS: 2062 - 1992
4. Fabrication Standard IS: 802 (PART-2) -
1978
5. Dimensions mm
6. Steel Section Utilized 100 x 50 x 6 mm
7. Steel Tensile Strength 1500 Kg. f / cm2
8. Working Load 200 / 300 / 350 / 400 Kg
9. Details of Galvanizing Method utilized & Standard /
Specification confirming to Min 610 gm.
10. Weight of Cross Arm (min.) 10.2 Kg.
11. Whether drawing has been submitted with the bid Yes/No
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 136 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS OF
BACK CLAMP FOR 11 KV “V” CROSS ARM
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No. Description Unit Requirement
Bidder's
Offer
1. Type of Clamp Back Clamp for 33 KV
„V‟ CROSS ARM
2. Grade of Steel FY-250
3. Steel Standards IS: 2062/1992
4. Fabrication Standards IS: 8029 (Part-2):1978
5. Dimension mm 50 x 8 mm MS Flat
6. Steel Sections Utilized 50 x 8 mm MS Flat
7. Steel Tensile Strength N/cm2 1500 Kg. f/cm²
8. Working Load Kg. 200/300 Kg
9. Details of Construction Standard
10. Details of Galvanizing Method Utilized and
Standard/ Specification Conforming to? NA
11. Weight of Back Clamp for 33 KV V Cross
Arm (min.) Kg. 1.7
12. Whether Drawing has been Submitted with
the Bid Yes/No
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 137 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS OF
11 KV „F‟ CLAMP
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No. Description
Unit Requirement Bidder's
Offer
1. Type of Clamp 11 KV F-CLAMP
2. Grade of Steel 43A M.S.
3. Steel Standards IS: 2062/1992
4. Fabrication Standards IS: 802 (P-2)/1978
5. Dimension 75 x 10 MS Flat
6. Steel Sections Utilized mm 75 x 10 MS Flat
7. Steel Tensile Strength N/cm2 1500 Kg F/cm²
8. Working Load Kg. 400/ 450/ 550/ 600 Kg.
9. Details of Construction Standard As per IS
10. Details of Galvanizing Method Utilized and
Standard/ Specification Conforming to?
NA
11. Weight of 33 KV F-CLAMP (min.) Kg.
2.9 Kg.
12. Whether Drawing has been Submitted with
the Bid
Yes/No
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 138 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS OF 11 KV
PIN INSULATOR
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No. Description
Unit Requirement Bidder's
Offer
1. Applicable Standard IS: 731 of 1971
2. Nominal Working Voltage KV 11
3. Highest System Voltage KV 12
4. Visible Discharge Voltage 9
5. Dry power frequency 1 minute withstand voltage KVrms 95
6. Wet power frequency 1 minute withstand voltage KVrms 75
7. Power frequency puncture withstand voltage KVPeak 180
8. Impulse withstand voltage KVPeak 95
9. Minimum failing load KN 10
10. Minimum creepage distance mm 380
11. Colour of Porcelain Glazed Brown
12. Weight per Unit
13. Size of Insulator
a) Height mm
b) Diameter mm
14. Type & Grade of Insulator Porcelain
15. Material of Thimble Lead
16. Type & Grade of Cement Portland
17. Type of Semiconducting material Ceramic
18. Steel Head Large Head
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 139 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS
OF 11 KV GI PIN
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No. Description
Unit Requirement Bidder's
Offer
1. Applicable Standard IS: 2486
2. Minimum failing load KV 10
3. Dimension:
a) Total Length
b) Shank Length KVrms
c) Stalk length KVrms
4. Type of thread KVPeak
5. Thread per Inch KVPeak
6. Type of Galvanization of PIN & Nut KN
7. Mass of Zinc (minimum) mm
8. No. of Nuts with each pin & its size
9. No. of spring washer with each PIN & its size
10. Packing Details:
a) Type of Packing mm
b) Weight of each pin approx. (with nut & washer) mm
c) No. of Pins in each packing (Kg.)
11. Tolerance in Weight/dimension, if any ± 5%
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 140 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
20 mm dia HT STAY SET COMPLETE
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
SL
.
N
O.
DESCRIPTION
Specified Parameters BIDDER'S
OFFER Section
Tolerance Fabrication Tolerance Material
1. Anchor Plate 8 mm Thick
+12.5% -5% 300 x 300 mm + 1%
GI Plate 8
mm thick
2. Anchor Rod 20 mm diameter
+3% -2%
Length: 1800 mm + 0.5%
Round Eye: 40 mm inside dia.
+ 3% Threading: 40 mm
+11% -5%
GI Round
20 mm dia
3. Turn Buckle
Bow
20 mm diameter
+5% -3%
Length 995 mm +1% GI Round
20 mm dia
Length 200 mm +1%
GI Channel
100 x 50 x
4.7 mm
4. Eye Bolt Rod 20 mm diameter
+3% -2%
Length: 450 mm + 1%
Threading: 300 mm + 1%
Round Eye: 40 mm inside dia
+3%
GI Round
20 mm dia
5. Galvanization
Thickness All galvanization shall be carried out in accordance with
IS: 2629. The weight of Zinc deposit shall be in accordance
with IS: 2629 & shall not be less than 0.61 Kg/m sq (64
micron) for items of thickness between 2 mm & 5 mm &
0.33 Kg/m sq (47 micron) for items less than 2 mm
thickness
6. Anchor Plate
7. Anchor Rod
8. Turn Buckle
9. Eye Bolt Rod
10. Thimble 2 nos. to be made of 1.5 mm thick G.S. sheet in to a size of
75 x 22 x 40 mm & shape as per standard
11. Nut & Washer
One G.S. Hexagonal Nut confirming to IS: 1363 & 1367
with one square washer of size 50 x 50 x 6 mm (G.S.)
along with Anchor Rod
Two G.S. Hexagonal nuts of suitable size along with Eye
Bolt rod
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 141 ~ Signature of Bidder with Seal
GUARANTEED TECHNICAL PARTICULARS FOR
LT STAY SET COMPLETE
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
ITEM DETAILS
Sl.
No. Description
Specified Parameters Bidder's
Offer Section
Tolerance Fabrication Tolerance Material
1. Anchor Plate 6 mm Thick
+2.5% -5% 200 x 200 mm + 1%
GI Plate 6
mm thick
2. Anchor Rod
16 mm
diameter
+5% -3%
Length: 1800 mm + 0.5%
Round Eye: 40 mm inside
dia. + 3% Threading: 40
mm +11% -5%
GI Round 20
mm dia
3. Turn Buckle Bow
16 mm
diameter
+5% -3%
Length 995 mm +1% GI Round 20
mm dia
Length 180 mm +1%
GI Channel
100 x 50 x
4.7 mm
4. Eye Bolt Rod
16 mm
diameter
+5% -3%
Length: 450 mm + 1%
Threading: 300 mm +
1% Round Eye: 40 mm
inside dia +3%
GI Round 16
mm dia
5. Galvanization
Thickness All galvanization shall be carried out in accordance
with IS: 2629. The weight of Zinc deposit shall be in
accordance with IS: 2629 & shall not be less than
0.61 Kg/m sq (64 micron) for items of thickness
between 2 mm & 5 mm & 0.33 Kg/m sq (47 micron)
for items less than 2 mm thickness
6. Anchor Plate
7. Anchor Rod
8. Turn Buckle
9. Eye Bolt Rod
10. Thimble 2 nos. to be made of 1.5 mm thick G.S. sheet in to a
size of 75 x 22 x 40 mm & shape as per standard
11. Nut & Washer
One G.S. Hexagonal Nut confirming to IS: 1363 &
1367 with one square washer of size 50 x 50 x 6 mm
(G.S.) along with Anchor Rod
Two G.S. Hexagonal nuts of suitable size along with
Eye Bolt rod
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 142 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
HT STAY CLAMP (140 x 85 mm)
Name of the Bidder:
Name of Manufacturer:
Place of Manufacture:
Sl.
No. Description Unit
Bidder‟s
Offer
1. Type of Clamp HT Stay Clamp
2. Grade of Steel FY: 250
3. Steel Standard IS: 2062/1992
4. Fabrication Standard IS: 802 (P-2)/1978
5. Dimension mm 50 x 8 mm MS Flat
6. Steel section utilized mm 50 x 8 mm MS Flat
7. Steel Tensile strength Kg.
N/Cm² 500
8. Working load Kg 500
9. Weight of Stay Clamp Kg 1.9
10. Whether drawing has been submitted with the bid Yes
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 143 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
7/8 SWG GI STAY WIRE
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No. Unit
Requirement Bidder‟s
Offer
1. Nominal diameter of wire mm 3.15
2. Tolerance in diameter
± 2.5%
3. Sectional Area (In Sq. mm.) mm2 70.16
4. Tensile strength:
a) Min. N/mm²
7.1/40
b) Max. N/mm²
81.42
5. Minimum breaking load (KN)
3697.5
6. Type of coating Heavy/Medium/Light
Heavy
7. Variety Hard/Soft
Soft
8. Weight of Zinc coating (Gms/Sq. Mtr.) Min.
476
9. No. of dips the coating is able to withstand as 18 ± 20 ºC No. 3 dip x 1
min.
10. Adhesion Test (Wrap Test at 1 turn per second coiling while stress not exceeding %
nominal tensile strength) exceeding % nominal tensile strength):
a) Min. complete turn of wrap
As per IS
b) Dia of mandrel on which wrapped
As per IS
11. Bend Test:
a) Angle
As per IS
b) Dia. Round a format to be bent
As per IS
12. Freedom from defect
As per IS
13. Chemical composition the MS Wire used shall not exceed:
a) Sulphur - 0.060% % 0.06
b) Phosphorous - 0.065% % 0.065
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 144 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS OF 7/10
SWG GI STAY WIRE
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No. Unit
Requirement Bidder‟s
Offer
1. Nominal diameter of wire mm 3.15 mm
2. Tolerance in diameter
± 2.5%
3. Sectional Area (In Sq. mm.) mm2 70.16
4. Tensile strength:
a) Min. N/mm²
71.4
b) Max. N/mm²
5. Minimum breaking load (KN)
3697.5
6. Type of coating Heavy/Medium/Light
Heavy
7. Variety Hard/Soft
Soft
8. Weight of Zinc coating (Gms/Sq. Mtr.) Min.
476
9. No. of dips the coating is able to withstand as 18 ± 20 ºC No. 3 dip min.
10. Adhesion Test (Wrap Test at 1 turn per second coiling while stress not exceeding %
nominal tensile strength) exceeding % nominal tensile strength):
a) Min. complete turn of wrap
8
b) Dia of mandrel on which wrapped
12.6 mm
11. Bend Test:
a) Angle
As per IS
b) Dia. Round a format to be bent
As per IS
12. Freedom from defect
As per IS
13. Chemical composition the MS Wire used shall not exceed:
a) Sulphur - 0.060% % 0.06%
b) Phosphorous - 0.065% % 0.07%
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 145 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
HT STAY INSULATOR
Name of the Bidder:
Name of Manufacturer:
Place of Manufacture:
Sl.
No. Description Unit
Bidder‟s
Offer
1 Type of Insulator HT Stay Insulator
2 Applicable standard
3 Type of insulator (Porcelain or toughened glass)
4 Dry impulse withstand voltage
5 Wet power frequency, 1 minute, withstand voltage
6 Dry, Critical Impulse Flashover Voltage
7 Dry, power frequency, Critical Flashover Voltage
8 Wet, power frequency, Critical Flashover Voltage
9 Power frequency Puncture Voltage
10 Safe Working Load
11 Minimum Failing Load
12 Creepage Distance
13 Protected Creepage Distance
14 Type and Grade of Materials : Insulator
15 Colour of Insulator
16 Weight of Insulator
17 Number of Insulators per Crate
18 Type of semi-conducting glaze
19 Minimum dia of Stay wire hole
20
Gross Weight of Loaded Crate Whether drawing
showing dimensional details have been furnished
along with Bid
21 Whether Type Test Certificates have been furnished
22 Other particulars (if any)
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 146 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS OF LT
STAY SET COMPLETE
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
SL.
NO. DESCRIPTION
Specified Parameters BIDDER'S
OFFER Section
Tolerance Fabrication Tolerance Material
1. Anchor Plate
6 mm thick
+12.5% - 5%
200 x 200 mm + 1% GS plate 6
mm thick
8 mm Thick
+12.5% -5% 300 x 300 mm + 1%
GI Plate 8
mm thick
2. Anchor Rod 16 mm dia
+5%- 3%
Length: 1800 mm + 0.5%
Round Eye: 40 mm inside dia.
+ 3% Threading: 40 mm +11%
-5%
GS Round
16 mm dia
3. Turn Buckle
Bow
16 mm dia
+5%- 3%
Length 995 mm +1%, 16 mm
dia
GI Round
16 mm dia
Length 180 mm + 1% 50x50x6
mm GS Angle
Channel length 200 mm + 1% GS
Channel
100 x 50 x
4.7 mm
4. Eye Bolt Rod 16 mm diameter
+5% -3%
Length 450 mm + 1% GI Round
16 mm dia Threading 300 mm + 1%
Round Eye 40 mm inside dia + 3%
5. Galvanization
Thickness All galvanization shall be carried out in accordance with
IS: 2629. The weight of Zinc deposit shall be in
accordance with IS: 2629 & shall not be less than 0.61
Kg/m sq (64 micron) for items of thickness between 2
mm & 5 mm & 0.33 Kg/m sq (47 micron) for items less
than 2 mm thickness
6. Anchor Plate
7. Anchor Rod
8. Turn Buckle
9. Eye Bolt Rod
10. Thimble 2 nos. to be made of 1.5 mm thick G.S. sheet in to a size
of 75 x 22 x 40 mm & shape as per standard
11. Nut & Washer
One G.S. Hexagonal Nut confirming to IS: 1363 & 1367
with one square washer of size 50 x 50 x 6 mm (G.S.)
along with Anchor Rod
Two G.S. Hexagonal nuts of suitable size along with Eye
Bolt rod
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 147 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
LT STAY INSULATOR
Name of the Bidder:
Name of Manufacturer:
Place of Manufacture:
Sl.
No. Description Unit
Bidder‟s
Offer
1 Type of Insulator LT Stay Insulator
2 Applicable standard
3 Type of insulator (Porcelain or toughened glass)
4 Dry impulse withstand voltage
5 Wet power frequency, 1 minute, withstand voltage
6 Dry, Critical Impulse Flashover Voltage
7 Dry, power frequency, Critical Flashover Voltage
8 Wet, power frequency, Critical Flashover Voltage
9 Power frequency Puncture Voltage
10 Safe Working Load
11 Minimum Failing Load
12 Creepage Distance
13 Protected Creepage Distance
14 Type and Grade of Materials : Insulator
15 Colour of Insulator
16 Weight of Insulator
17 Number of Insulators per Crate
18 Type of semi-conducting glaze
19 Minimum dia of Stay wire hole
20
Gross Weight of Loaded Crate Whether drawing
showing dimensional details have been furnished
along with Bid
21 Whether Type Test Certificates have been furnished
22 Other particulars (if any)
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 148 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
LT STAY CLAMP
Name of the Bidder:
Name of Manufacturer:
Place of Manufacture:
Sl.
No. Description Unit
Bidder‟s
Offer
1. Type of Clamp HT Stay Clamp
2. Grade of Steel FY: 250
3. Steel Standard IS: 2062/1992
4. Fabrication Standard IS: 802 (P-2)/1978
5. Dimension mm 50 x 6 mm MS Flat
6. Steel section utilized mm 50 x 6 mm MS Flat
7. Steel Tensile strength Kg.
N/Cm² 500
8. Working load Kg 500
9. Weight of Stay Clamp Kg 1.4
10. Whether drawing has been submitted with the bid Yes
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 149 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS OF 7/12
SWG GI STAY WIRE
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No. Unit
Requirement Bidder‟s
Offer
1. Nominal diameter of wire mm 3.15 mm
2. Tolerance in diameter
± 2.5%
3. Sectional Area (In Sq. mm.) mm2 70.16
4. Tensile strength:
a) Min. N/mm²
71.4
b) Max. N/mm²
5. Minimum breaking load (KN)
3697.5
6. Type of coating Heavy/Medium/Light
Heavy
7. Variety Hard/Soft
Soft
8. Weight of Zinc coating (Gms/Sq. Mtr.) Min.
476
9. No. of dips the coating is able to withstand as 18 ± 20 ºC No. 3 dip min.
10. Adhesion Test (Wrap Test at 1 turn per second coiling while stress not exceeding %
nominal tensile strength) exceeding % nominal tensile strength):
a) Min. complete turn of wrap
8
b) Dia of mandrel on which wrapped
12.6 mm
11. Bend Test:
a) Angle
As per IS
b) Dia. Round a format to be bent
As per IS
12. Freedom from defect
As per IS
13. Chemical composition the MS Wire used shall not exceed:
a) Sulphur - 0.060% % 0.06%
b) Phosphorous - 0.065% % 0.07%
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 150 ~ Signature of Bidder with Seal
GUARANTEED TECHNICAL PARTICULARS FOR
3.5 Core x 300 mm2 LT PVC CABLE
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No. Description
Unit Requirement
Bidder‟s
Offer
1. Type of Cable 3.5 Core x 300 mm2
2. Standard 1554 (Part-I)/ 1988
3. Rated Voltage in KV 1.1
4. Embossing on each meter of the cable.
ISI Mark, ISS No:,
Manufacturer's B.I.S
Licence No., Name of
Purchaser: WESCO
5. Information to be Printed on each Cable drum
6. Short Circuit current rating for 1 sec duration in KA
7. Nominal Area of Cross section in mm2
a) Main Core 300
b) Neutral
8 Material of Core / Neutral Conductor
Aluminium wires
complying IS: 8130-
1984
9 No of Strands/min. average strand dia. In mm for
each Core
10 No of Strands /min average strand dia in mm for
Neutral
11. Insulation:
a) Material of insulation
Type 'A' PVC
Compound as per IS:
5831/1948
b) Insulation Thickness in mm.(Nominal/Minimum) Core 1.60/1.34,
Neutral-1.40/1.16
c) Minimum Volume Resistivity of Insulation at 27
deg. C in Ohm-cm
d) Minimum Tensile Strength of insulation without
aging in N/mm2
e) Minimum elongation at Break % 150%
12. Inner/ Outer Sheath
a) Inner/ Outer Sheath material ST-I- PVC
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 151 ~ Signature of Bidder with Seal
conforming to IS:
5831/1984
b) Inner Sheath thickness in mm
13. Outer sheath thickness in mm(Nom/min)
14. Approx. Over all dia of Cable in mm
15. Maximum DC resistance for core conductor at 20
deg. C in Ohm/Km
16. Maximum DC resistance for neutral conductor at 20
deg. C in Ohm/Km
17. Maximum AC resistance for core conductor at 70
deg. C in Ohm/Km
18. Capacitance of each core in m. fd/Km
19. Reactance of each core at 50 Hz in Ohm/Km
20. Delivery Length per drum in meter 500/250 meter ± 5%
21. Approx. Net Weight of cable in Kg./Km
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 152 ~ Signature of Bidder with Seal
GUARANTEED TECHNICAL PARTICULARS FOR
XLPE CABLE
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No.
Item Particulars Unit Requirement Bidder‟s
Offer 3 Core 400
mm2 33 KV
XLPE Cable
3 Core 300
mm2 11 KV
XLPE Cable
3½ Core 185
mm2 1.1 KV
XLPE Cable
1. Manufacturers Name &
Address
2. Country of manufacturer
3. Type of Cable
4. Applicable standards for
manufacturing
5. Applicable standards for
testing
6. Rated voltage KV 33 11 1.1
7. Maximum service voltage KV 36 12 1.2
8. Maximum continuous current
carrying capacity per cable
when laid in air at an ambient
air temperature of 50 ºC
(single core cables solid
bonded)
A
9. Maximum continuous current
carrying capacity per cable
when laid in ground at a depth
of 1.0 m (ground temp. 40 ºC
and soil thermal resistivity of
150 ºC/watt/cm max.
Conductor temp. 90 ºC)
(single core cables solid
bonded)
A
10. Maximum continuous current
carrying capacity per cable
when drawing into duct./pipes
(single core cables solid
bonded)
A
11. Maximum continuous current
carrying capacity per cable
when laid in covered RCC
trenches at an ambient
A
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 153 ~ Signature of Bidder with Seal
temperature of 50 ºC laying
conditions to be specified
(Single core cables solid
bonded)
12. Short circuit withstand
capacities for 1 second of
(With a conductor
temperature of 90 ºC at the
commencement
a) Conductor KA
b) Screen KA
c) Armour KA
13. Conductor:
a) Material & Grade
b) Nominal cross – sectional
area
mm2
c) No. of strands
d) Diameter of each strand
(Nominal)
mm
e) Max. DC resistance of
conductor at 20 Deg. C
Ω-KM
f) Max. AC resistance of
conductor at 90 Deg. C
Ω-KM
14. Reactance of cable at normal
frequency (Approx)
Ω-KM
15. Electrostatic capacitance at
normal frequency
µF/KM
16. Charging current
17. Loss tangent at normal
frequency at Uo
18. Conductor Screen:
a) Material
b) Nominal thickness mm
19. XLPE Insulation:
a) Composition
b) Type of curing
c) Thickness of insulation
(nominal)
mm
d) Tolerance on thickness mm
e) Dielectric constant at normal
frequency
f) Dielectric constant at normal
frequency
Ω/KM
g) Specific insulation resistance
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 154 ~ Signature of Bidder with Seal
at 20 deg. C
h) Min. Volume resistivity at 20
deg. C
i) Min. volume resistivity at 90
deg. C
j) Min. Tensile strength Kg/
cm2
k) Min. Elongation percentage at
rapture
%
l) Identification of cores
20. 1.2/50 microsecond impulse
wave withstand voltage
KVP
21. 5 min. power frequency
withstand voltage
KV
22. Max. Dielectric stress at the
conductor
KV/cm
23. Max. Dielectric stress at the
conductor screen
KV/cm
24. Insulation screen:
a) Material
b) Extruded/wrapped
c) Nominal thickness mm
d) Colour
25. Metallic Screen:
a) Material / Composition
b) Nominal radial thickness / dia
26. Nominal diameter over
metallic screen
Mm
27. Nominal radial clearance
allowed under metal sheath
mm
28. Type and material of filler
29. Armour:
a) Material and type
b) Dia
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 155 ~ Signature of Bidder with Seal
GUARANTEED TECHNICAL PARTICULARS FOR
MILD STEEL CHANNEL (100 x 50 x 6 mm)
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No. Description Unit
Requirement as per Tender
Norms
Bidder's
Offer
1. M.S. Channel Designation
100 x 50 x 6 mm Channel
2. Length of Channel in mtr with + 100/-
0% Tolerance As per requirement
3. Weight Kg./m with ± 2.5% Tolerance
9.2
4. Sectional Area (sq. cm)
12.2
5. Quality Specification for M.S. Channel IS: 2062 Grade: A
6. Chemical and Physical Composition of
Materials IS: 2062
7. Rolling and Cutting Tolerances for Hot
Rolled Steel Products IS: 1852
8. Raw Material
The steel section shall be re-
rolled from the BILLETS /
INGOTS of tested quality as per
latest version of IS: 2830
9. Chemical Composition Conform to IS: 2062/1984
a) Grade
A
b) Chemical Name
Fe-410 W A
c) C 0.23% Max
d) Mn 1.5% Max
e) S 0.05% Max
f) P 0.05% Max
g) SI 0.4% Max
h) Carbon Equivalent
0.42% Max
i) Deoxidation Mode
Semi-killed or killed
j) Supply Condition
As rolled
10. Mechanical Properties:
a) Tensile Test
Requirement as per IS:2062/
1999 Grade-A
b) Tensile strength Kg. f/sq. mm 410
c) Yield stress Min for thickness/diameter 250
(i) Less than 20 mm 26 Kg. f /sq. mm or 250 N/sq.
mm
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 156 ~ Signature of Bidder with Seal
(ii) 20-40 mm 24 Kg. f /sq. mm or 240 N/sq.
mm
(iii) More than 40 mm 23 Kg. f /sq. mm or 230 N/sq.
mm
d) Elongation Lo=(5.65√So) 23%
e) Bend Test (Internal Dia) Min 3 T is the thickness of the
material & shall not crack
11. Tolerance
Variation in order quantity for
any destination and overall
ordered quantity be only to the
extent of +/-2%
12. Marking
The mark shall be in legible
English letter given with marking
dies of minimum 18mm size
13.
Depth(D) of section (mm) with
+2.5mm/-2.5mm Tolerance as per IS
1852-1985
100
14. Width (B) of Flange (mm) with ±2.0mm
Tolerance as per IS 1852-1985 50
15. Thickness of Flange (Tf) (mm) with
±0.2mm Tolerance 7.7
16. Thickness of Web (Tw) (mm) with
±0.2mm Tolerance 5
17. Corner Radius of fillet or root (R1) (mm) 9
18. Corner Radius of Two (R2) (mm) 2.4
19. Moment of Inertia:
a) Ixx (cm4) 192
b) Iyy (cm4) 26.7
20. Radius of Gyration (cm):
a) Rxx 3.97
b) Ryy 1.48
21. Modulus of Section:
a) Zxx(cm3) 33.5
b) Zyy(cm3) 7.71
22. Flange Slope(α) in Degree 96
23. Tolerance in Dimension As per IS:1852
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 157 ~ Signature of Bidder with Seal
GUARANTEED TECHNICAL PARTICULARS FOR
M.S. CHANNEL (75 x 40 x 6 mm)
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
SL.
NO. DESCRIPTION Unit
REQUIREMENT AS PER
TENDER NORMS
Bidder's
Offer
1. M.S. Channel Designation
75 x 40 x 6 mm Channel
2. Length of Channel in mtr with + 100/-
0% Tolerance As per requirement
3. Weight Kg./m with ± 2.5% Tolerance
6.8
4. Sectional Area (sq. cm)
9.1
5. Quality Specification for M.S. Channel IS: 2062 Grade: A
6. Chemical and Physical Composition of
Materials IS: 2062
7. Rolling and Cutting Tolerances for Hot
Rolled Steel Products IS: 1852
8. Raw Material
The steel section shall be re-
rolled from the BILLETS /
INGOTS of tested quality as per
latest version of IS: 2830
9. Chemical Composition Conform to IS: 2062/1984
a) Grade
A
b) Chemical Name
Fe-410 W A
c) C 0.23% Max
d) Mn 1.5% Max
e) S 0.05% Max
f) P 0.05% Max
g) SI 0.4% Max
h) Carbon Equivalent
0.42% Max
i) Deoxidation Mode
Semi-killed or killed
j) Supply Condition
As rolled
10. Mechanical Properties:
a) Tensile Test
Requirement as per IS:2062/
1999 Grade-A
b) Tensile strength Kg. f/sq. mm 410
c) Yield stress Min for thickness/diameter 250
(i) Less than 20 mm 26 Kg. f /sq. mm or 250 N/sq.
mm
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 158 ~ Signature of Bidder with Seal
(ii) 20-40 mm 24 Kg. f /sq. mm or 240 N/sq.
mm
(iii) More than 40 mm 23 Kg. f /sq. mm or 230 N/sq.
mm
d) Elongation Lo=(5.65√So) 23%
e) Bend Test (Internal Dia) Min 3 T is the thickness of the
material & shall not crack
11. Tolerance
Variation in order quantity for
any destination and overall
ordered quantity be only to the
extent of +/-2%
12. Marking
The mark shall be in legible
English letter given with marking
dies of minimum 18mm size
13.
Depth(D) of section (mm) with
+2.5mm/-2.5mm Tolerance as per IS
1852-1985
75
14. Width (B) of Flange (mm) with ±2.0mm
Tolerance as per IS 1852-1985. 40
15. Thickness of Flange (Tf) (mm) with
±0.2mm Tolerance. 7.5
16. Thickness of Web (Tw) (mm) with
±0.2mm Tolerance. 4.8
17. Corner Radius of fillet or root (R1) (mm) 8.5
18. Corner Radius of Two (R2) (mm) 2.4
19. Moment of Inertia:
a) Ixx (cm4) 78.5
b) Iyy (cm4) 12.9
20. Radius of Gyration (cm):
a) Rxx 2.94
b) Ryy 1.19
21. Modulus of Section:
a) Zxx(cm3) 20.9
b) Zyy(cm3) 4.81
22. Flange Slope(α) in Degree 96
23. Tolerance in Dimension As per IS:1852
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 159 ~ Signature of Bidder with Seal
GUARANTEED TECHNICAL PARTICULARS FOR
M.S. ANGLE (50 x 50 x 6 mm)
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
SL.
NO. DESCRIPTION Unit
REQUIREMENT AS PER TENDER
NORMS
Bidder's
Offer
1. M.S. Angle Designation
50 x 50 x 6 mm
2. Quality Specification for M.S Angle IS: 2062 Grade A
3. Chemical and Physical Composition
of Materials IS: 2062
4. Rolling and Cutting Tolerances for
Hot Rolled Steel Products IS: 1852
5. Raw Material
The steel section shall be re-rolled from
the BILLETS/INGOTS of tested
quality as per latest version of IS: 2830
6. Chemical Composition Conform to IS: 2062/1984 &
IS:2062/1999 Grade-A
a) Grade
A
b) Chemical Name
Fe-410W A
c) C 0.23% Max
d) Mn 1.5% Max
e) S 0.05% Max
f) P 0.05% Max
g) SI 0.4% Max
h) Carbon Equivalent (%Max.)
0.42
i) De-oxidation Mode
Semi-killed or killed
7. Mechanical Properties:
a) Tensile strength Kg. f/sq mm 410 as per IS:2062/ 1999 Grade-A
b) Yield stress Min for thickness/diameter:
(i) Less than 20 mm 26 Kg. f /sq. mm or 250 N/sq. mm
(ii) 20-40 mm 24 Kg. f /sq. mm or 240 N/sq. mm
(iii) More than 40 mm 23 Kg. f /sq. mm or 230 N/sq. mm
c) Elongation (min.) (LO = 5.65√SO) 23%
d) Bend Test (Internal Dia) Min 3 T is the thickness of the material
& shall not crack
8. Tolerance
Variation in order quantity for any
destination and overall ordered quantity
be only to the extent of +/-2%
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 160 ~ Signature of Bidder with Seal
9. Marking
The mark shall be in legible English
letter given with marking dies of
minimum 18mm size
10. Weight kg/m with ±2.5% Tolerance 4.5
11. Sectional Area(sq cm) 5.68
12.
Width (B) of Flange (mm) with
±2.0mm Tolerance for 50x50x6 as
per IS: 1852-1985
50
13. Thickness of Flange (Tf) (mm) with
±0.2mm Tolerance 6
14. Corner Radius of fillet or root (R1)
(mm) 6
15. Corner Radius of Two (R2) (mm) Reasonable Square
16. Moment of Inertia:
a) Ixx (cm4) 6.9
b) Iyy (cm4) 6.9
17. Radius of Gyration (cm)
a) Rxx 1.53
b) Ryy 1.53
18. Modulus of Section
a) Zxx(cm3) 1.9
b) Zyy(cm3) 1.9
19. Tolerance in Dimension As per IS:1852
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 161 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
GI COIL EARTHING
Name of the Bidder:
Name of Manufacturer:
Place of Manufacture:
Sl.
No. Description
Requirement Bidder's
Offer
1 Nominal diameter of wire mm 4 (8 SWG)
2 No. of Turns No. 115
3 External dia. Of coil mm 50
4 Length of Coil mm 460
5 Free length of GI wire at one end coil mm 2500
6 Mass of Zinc Gm/m² 266
7 Total weight of Coil Kg. 1.850
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 162 ~ Signature of Bidder with Seal
GUARANTEED TECHNICAL PARTICULARS FOR
ALUMINIUM BINDING WIRE
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No.
Description Unit Bidder‟s
Offer
1. IS: 398 (P-4) – 1994 follows or not Yes/No
2. Material of Binding Wire
3. Dia. Of Wire
4. Max. DC resistance at 20 ºC
5. Individual Alluminium Ally Standards
i) Tensile Breaking Stress
ii) Elongation on 200 mm length in breaking
6. Particulars of Raw Materials:
(i) Aluminium: Minimum purity of aluminium
(ii) Aluminium Alloy:
i) Aluminium redraw rod confirming to :
ii) Elements:
a) Si
b) Cu
c) Other Elements
7. Linear mass of Wire
8. Modulus of Elasticity
9. Coefficient of Linear Expansion (per ⁰C)
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 163 ~ Signature of Bidder with Seal
GUARANTEED TECHNICAL PARTICULARS FOR
EYE HOOK FOR GUARDING
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No.
Description Unit Requirement Bidder‟s
Offer
1. Applicable standard
2. Type of Hook
3. Type of Hot Dip Galvanizing
4. Thickness of Zinc Coating
5. Dimensions in mm
6. Net Weight in Kg
7. Ultimate tensile strength
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 164 ~ Signature of Bidder with Seal
GUARANTEED TECHNICAL PARTICULARS FOR SPIKE
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No.
Description Requirement
Bidder‟s
Offer
1. Flat to be used for Spike
clamp 50 x 6
2. Diameter of Hole 18 mm
3. Length of Slotted Holes 36 mm
4. Width of Slotted Holes 18 mm
5. M.S. parts confirms to IS: 2062
6. M.S. fabricate items Hot dip galvanized as per IS: 2629
7. Washer Electrogalvanised
8. Clamps, Angles &
Channels shall confirm
to
IS: 808
9. Grade of M.S. item E250A (Fe 410W)
10 Manufacturing
Tolerance As per IS: 1852
Sl.
No.
Item Section to
be used
Length
in mm
Weight
(Kg./mtr.)
Quantity
(Nos.)
Total Weight
in Kg.
1. Spike Clamp 50 x 6 413 2.6 4 4.2952
2. Spike Rod 8 mm 200 0.502 56 5.622
3. Spike Jointing Rod 8 mm 223 0.502 8 0.896
4. Total Weight 10.8132
5. Bolt & Nut M10 60 0.058 4 0.232
6. Spring Washer M10 0.003 4 0.012
7. Flat Washer 0.005 4 0.020
8. Total Weight 0.264
9. Gross weight of 2 set of
Spike in complete shape
to be used in one pole
11.0772
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 165 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
40 mm DIA GI PIPE EARTHING
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No. Description Unit
Requirement Bidder's
Offer
1 Type of Pipe
40 mm dia GI Pipe
Earthing
2 Size of:
a) Pipe mm 40 mm N.B.
b) Earthing Strips
N.A.
3 Length mtr. 3 mtr.
4 Thickness of Pipe mm 3.2 mm
5 Galvanization Process
IS: 2629/85
6 Galvanization thickness:
a) For Earthing device micron 86
b) For Connecting No. 6 SWG Wire
N.A.
7 Galvanization tests to be conducted as per ISS
IS: 2633
8 Any other Particulars ( like details of Clamp/ G.I. Bolts)
50 mm width 6 mm
thickness 65 mm
flange each side
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 166 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
No.: 8 GI WIRE for EARTHING
Name of the Bidder:
Name of Manufacturer:
Place of Manufacture:
Sl.
No. Description Unit
Requirement Bidder's
Offer
1 Nominal diameter of wire mm 4.00 mm
2 Tolerance in diameter
2.50%
3 Sectional Area (In Sq. mm.)
As per IS
4 Tensile strength
a) Min. N/mm²
As per IS
b) Max. N/mm²
As per IS
5 Minimum breaking load (KN)
As per IS
6 Type of coating Heavy/Medium/Light
Heavy
7 Variety Hard/Soft
Hard
8 Weight of Zinc coating (Gms/Sq. Mtr.) Min.
275
9 No. of dips the coating is able to withstand as 18 ± 20ºC No. 3 nos. * 1 min, 1
no. * 1/2 min
10
Adhesion Test (Wrap Test at 1 turn per second coiling
while stress not exceeding % nominal tensile strength)
exceeding % nominal tensile strength)
Yes / No
a) Min. complete turn of wrap
As per IS
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 167 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
30 KV 10 KA GAPLESS METAL OXIDE PORCELAIN
CLAD STATION CLASS LIGHTNING ARRESTOR
Name of the Bidder:
Name of Manufacturer:
Place of Manufacture
Sl.
No. Description
Unit Requirement as per tender norms
Bidder‟s
offer
Item Details: 33 KV
LA
A. General:
1. Name & Address of the
Manufacturer
2. Type & Model
Metal Oxide Gapless Lightening
Arrester, Station Class, Morester Type
3. Standards to which it complies
IEC: 60099-4 (2009) / IS: 3070 (Part -
3) of 1993
B. Rating:
1. Frequency Hz 50
2. Rated Voltage KVrms 33
3. Continuous operating voltage KVrms 30
4. Nominal discharge current,
8/20 µs KArms 10
5. Long duration discharge class Grade Class-2
6. Temporary Over Voltage Capability:
a) 1 Second KVPeak
b) 10 Seconds KVPeak
c) 3 Hours KVPeak
7. Release voltage KVrms 8. Maximum lightening impulse residual voltage with:
a) 1.5 KA, 8/20 µs wave form KVPeak
b) 5.0 KA, 8/20 µs wave form KVPeak
c) 10 KA, 8/20 µs wave form KVPeak
9. Steep current impulse residual
voltage, 1/20 µs KVPeak
10. Long duration Impulse Withstand Capability:
a) Peak KA As per Type Test (Minimum 400-500 A)
b) Virtual Duration µs As per Type Test (Minimum 2000)
11. High current impulse KAPeak 100
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 168 ~ Signature of Bidder with Seal
withstand value, 4/10 µs
12. Leakage current through arrester:
a) 100% of rated voltage mA ‹ 3
b) 60% of rated voltage mA ‹ 800
c) 40% of rated voltage mA ‹ 500
d) 22% of rated voltage mA ‹ 300
13. Partial Discharge Level pC ‹ 10
14. Energy Absorption capacity KJ/KV 6 KJ/KV (for 3 sequential shots)
C. Arrestor Housing Insulation:
1. Impulse withstand voltage
(1.2/50 µs wave-peak) KVPeak
2. One minute power frequency
withstand voltage (Wet) KVPeak
3. Power frequency voltage vs
Time curve (Attach Curve)
As per Type Test
4. Creepage distance mm
5. Type of materials & Grade of
Housing
Porcelain
D. Constructional Details:
1. Type of materials & Grade of
MOV Discs
Zinc Oxide
2. Filling medium
Dry Air / Air
3. Pressure relief class
„Class A'
4. Type of mounting
arrangement
Vertical
5. Type of moisture sealing
Hermetically sealed with neoprene
gaskets
6. Cantilever strength of
lightning arrester KN/m Min. 3 KN
7. Colour of Insulator
Brown
8. Height of Lightning arrestor mm As per Type Test Drawing
9. Weight of lightning arrester in
service Kg As per Type Test Drawing
E. TERMINAL:
1. Type of materials & grade of
terminals
M.S. / Aluminium
2. Type of terminal corrosion
protection
Zn Plat Clamp Body: Aluminium,
Hardware: Zinc Plate
3. Range of conductor type &
size it suits mm²
4. Bi-metallic or not Yes/No
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 169 ~ Signature of Bidder with Seal
5. Material of earth terminal
MS (HDG)
6. Size of earth terminal mm²
F. Clearances:
1.
Recommended minimum
clearances of arresters, centre
to centre mm
2.
Recommended minimum
clearances from centre to
arrester to nearest earthed
object mm
3. Clearance from live parts to
earth mm
G. Seal Leakage Test:
1. Method to be adopted for seal
leakage test
Rubber "O" ring cementing / Bubble
Method / Dumble Ring
H. Corrosion Prevention:
1 Surface preparation
Galvanized
2 Rust inhibition
Hot Dip Galvanized
3 Galvanization: Weight
Deposited Kg/m² 460
4 Treatment of fasteners
GI
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 170 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
9 KV 10 KA GAPLESS METAL OXIDE PORCELAIN
CLAD STATION CLASS LIGHTNING ARRESTOR
Name of the Bidder:
Name of Manufacturer:
Place of Manufacture
Sl.
No. Description
Unit Requirement as per tender norms
Bidder‟s
offer
Item Details: 11 KV
LA
A. General:
1. Name & Address of the
Manufacturer
2. Type & Model
Metal Oxide Gapless Lightening
Arrester, Station Class, Morester Type
3. Standards to which it complies
IEC: 60099-4 (2009) / IS: 3070 (Part -
3) of 1993
B. Rating:
1. Frequency Hz 50
2. Rated Voltage KVrms 11
3. Continuous operating voltage KVrms 9
4. Nominal discharge current,
8/20 µs KArms 10
5. Long duration discharge class Grade Class-2
6. Temporary Over Voltage Capability:
a) 1 Second KVPeak
b) 10 Seconds KVPeak
c) 3 Hours KVPeak
7. Release voltage KVrms 8. Maximum lightening impulse residual voltage with:
a) 1.5 KA, 8/20 µs wave form KVPeak
b) 5.0 KA, 8/20 µs wave form KVPeak
c) 10 KA, 8/20 µs wave form KVPeak
9. Steep current impulse residual
voltage, 1/20 µs KVPeak
10. Long duration Impulse Withstand Capability:
a) Peak KA As per Type Test (Minimum 400-500 A)
b) Virtual Duration µs As per Type Test (Minimum 2000)
11. High current impulse KAPeak 100
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 171 ~ Signature of Bidder with Seal
withstand value, 4/10 µs
12. Leakage current through arrester:
a) 100% of rated voltage mA ‹ 3
b) 60% of rated voltage mA ‹ 800
c) 40% of rated voltage mA ‹ 500
d) 22% of rated voltage mA ‹ 300
13. Partial Discharge Level pC ‹ 10
14. Energy Absorption capacity KJ/KV 6 KJ/KV (for 3 sequential shots)
C. Arrestor Housing Insulation:
1. Impulse withstand voltage
(1.2/50 µs wave-peak) KVPeak
2. One minute power frequency
withstand voltage (Wet) KVPeak
3. Power frequency voltage vs
Time curve (Attach Curve)
As per Type Test
4. Creepage distance mm
5. Type of materials & Grade of
Housing
Porcelain
D. Constructional Details:
1. Type of materials & Grade of
MOV Discs
Zinc Oxide
2. Filling medium
Dry Air / Air
3. Pressure relief class
„Class A'
4. Type of mounting
arrangement
Vertical
5. Type of moisture sealing
Hermetically sealed with neoprene
gaskets
6. Cantilever strength of
lightning arrester KN/m Min. 3 KN
7. Colour of Insulator
Brown
8. Height of Lightning arrestor mm As per Type Test Drawing
9. Weight of lightning arrester in
service Kg As per Type Test Drawing
E. TERMINAL:
1. Type of materials & grade of
terminals
M.S. / Aluminium
2. Type of terminal corrosion
protection
Zn Plat Clamp Body: Aluminium,
Hardware: Zinc Plate
3. Range of conductor type &
size it suits mm²
4. Bi-metallic or not Yes/No
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 172 ~ Signature of Bidder with Seal
5. Material of earth terminal
MS (HDG)
6. Size of earth terminal mm²
F. Clearances:
1.
Recommended minimum
clearances of arresters, centre
to centre mm
2.
Recommended minimum
clearances from centre to
arrester to nearest earthed
object mm
3. Clearance from live parts to
earth mm
G. Seal Leakage Test:
1. Method to be adopted for seal
leakage test
Rubber "O" ring cementing / Bubble
Method / Dumble Ring
H. Corrosion Prevention:
1 Surface preparation
Galvanized
2 Rust inhibition
Hot Dip Galvanized
3 Galvanization: Weight
Deposited Kg/m² 460
4 Treatment of fasteners
GI
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 173 ~ Signature of Bidder with Seal
GUARANTEED TECHNICAL PARTICULARS FOR XLPE
CABLE JOINTING KIT
A. MATERIAL SPECIFICATION FOR HEAT
SHRINKABLE TUBING:
Name of The Bidder:
Manufacturer's Name &
Address:
Place of Manufacture:
Sl.
No.
Description Standard Requirement Bidder‟s
Offer Non-Tracking
Tube
Stress
Control
Tubing
Ferrule
Insulating
Tubing
Clear
Insulating
Tubing
Inner
Outer
Tubing
for Joint
1. Tensile
Strength
ISO: 37 8 N/ mm2 min. 14 N/
mm2
min.
10 N/
mm2 min.
12 N/
mm2 min.
14 MPa
min.
2. Ultimate
Elongation
ISO: 37 300% min. 250%
min.
300%
min.
200%
min.
500%
min.
3. Accelerated
Ageing 168
hrs. at 120 ⁰C
ISO: 188
4. -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.
5. -Ultimate
Elongation
ISO: 37 200% min. 130%
min.
300%
min.
200%
min.
300%
min.
6. Thermal
Endurance
IEC: 216 110 ⁰C min. 90 ⁰C
min.
105 ⁰C
min.
110 ⁰C
min.
120 ⁰C
min.
7. Electric
Strength
IEC: 243 Wall Elec.
Thickness
strn. (Normal)
KV/cm
Wall
Elec. Thickness strn.
(Normal)
KV/cm
Wall
Elec. Thickness strn.
(Normal)
KV/cm
100
KV/cm
min.
3.0
mm
100
min
3.0
mm
100
min
*1.3 mm
100
min
8. Volume
Resistivity
IEC: 93 1x108 Ω-cm
min.
5x1010
Ω-cm
min.
1x1013
Ω-
cm min.
1x1016
Ω-
cm min.
1x1012
Ω-cm
min.
9. Dielectric IEC: 250 5.0 max 15.0 5.0 max 3.5 max 5.0 max
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 174 ~ Signature of Bidder with Seal
Strength min.
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 min at 3.25
KV
- KA 3C KA 1
11. Water
Absorption
ISO/R62
Procedure
A
1% max after
14 days at
(23±2) ⁰C
1% max
after 14
days at
(23±2)
⁰C
1% max
after 14
days at
(23±2) ⁰C
0.5%
max after
14 days
at (23±2)
⁰C
0.2%
max
after 14
days at
(23±2)
⁰C
12. Resistance to
liquids
ISO: 1817
13. -Transformer
oil to VDE
0370
immersion &
days at (23+2)
⁰C
14. -Tensile
Strength
ISO: 37 5 N/ mm2 min. 13 N/
mm2
min.
7.5 N/
mm2 min.
14 MPa
min.
15. -Ultimate
Elongation
ISO: 37 250% min 250%
min
250%
min
300%
min
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 175 ~ Signature of Bidder with Seal
B. MATERIAL SPECIFICATION FOR HEAT
SHRINKABLE MOULDED PARTS:
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No.
Description Standard Requirement Bidder‟s
Offer Sheds Conductive
Break-outs
1. Tensile Strength ISO: 37 8 N/ mm2 min. 9 N/ mm
2 min.
2. Ultimate Elongation ISO: 37 300% min 230%
3. Accelerated Ageing
168 hrs. at 120 ⁰C
ISO: 188
4. Tensile Strength ISO: 37 min 7.5 N/ mm2 min. 9 N/ mm
2 min.
5. Ultimate Elongation ISO: 37 200% min 150% min
6. Thermal Endurance IEC: 216 110 ⁰C 105 ⁰C
7.
Electric Strength IEC: 243 Wall elec. Thickness
strength (normal) KV/cm
< 3.0 100 mm min.
8. Volume Resistivity IEC: 93 1x1013
Ω-cm min. 200 Ω-cm max
9. Dielectric Strength IEC: 250 5.0 max
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 min at
3.25 KV
11. Water Absorption ISO/R62
Procedure A
1% max after 14 days at
(23±2) ⁰C
1% max after
14 days at
(23±2) ⁰C
12. Resistance to
liquids
ISO 1817
13. Transformer oil to
VDE 0370
immersion & days
at (23+2) ⁰C
14. Tensile Strength ISO: 37 5 N/ mm2 min. 7.5 N/ mm
2
min.
15. Ultimate Elongation ISO: 37 250% min 250% min
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 176 ~ Signature of Bidder with Seal
C. MATERIAL SPECIFICATION FOR HEAT
SHRINKABLE ADHESIVE/SEALANTS:
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No.
Description Requirement Bidder‟s Offer
Black Insulator Mastic Sealant
Break-out
and Sheds
1. Softening Point ASTM E28
2. Electric Strength IEC 243 80 KV/cm MIN
3. Volume Resistivity IEC 93
4. Water Absorption ISO/R 62 Procedure-A 1% MAX AFTER 1
DAY AT (23±2) ⁰C
5. Corrosive effect 16 hrs. at
121 ⁰C
ASTM D2671
Method-B
6. Adhesive peel strength
substrate 2/1
As detailed in master
specification
Below 30 ⁰C
7. NTR/NTR 25 N/25 mm min
8. NTR/CON 20 N/25 mm min
9. NTR/AL 20 N/25 mm min
10. NTR/Pb 20 N/25 mm min
11. 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 20
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 177 ~ Signature of Bidder with Seal
GUARANTEED TECHNICAL PARTICULARS FOR
33 KV 400 amp. A.B. SWITCH
Name of the Bidder:
Name of Manufacturer:
Place of Manufacture
Sl.
No.
Description Unit Requirement Bidder‟s
Offer
1. Type of Switching Rotating Type
2. Suitable for mounting Horizontal only
3. No. of Breakers per phase Single Break
4. No. of Post Insulators per
phase
No. 2 nos. of 22 KV Post Insulators as per IS:
2544 / 1973 per phase
5. Manufacturer of Post
Insulator
Techno Ceramic / Allied Ceramic / JSI/
equivalent Type Test certificates to be
provided along with the offer
6. Type of cementing Original Cementing. The insulator to be
cemented with MCI (Hot dip galvanised / Al
Alloy cap and MCI/Forged steel hot deep
galvanized pedestal)
7. Power frequency withstand
voltage (Dry)
KVrms
8. One minute Power
frequency withstand voltage
(wet)
KVrms
9. Visible discharge voltage KVrms 30
10. Dry flash over voltage KV
11. Power frequency puncture
withstand voltage
KV
12. Creepage distance mm 450
13. Impulse withstand voltage for positive & negative polarity (1.2/50 micro second wave):
a) Across the isolating distance KVPeak 195
b) To earth & between poles KVPeak 170
14. Rated one minute Power frequency withstand voltage:
a) Across the Isolating distance KVrms
b) To earth & between poles KVrms
15. Rated voltage
nominal/maximum
KV 33/36
16. Rated normal current and
rated frequency
amp.
& Hz
400 & 50
17. Rated short-circuit making
capacity
KVPea
k
18. Rated Short-time current KA
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 178 ~ Signature of Bidder with Seal
19. Rated peak withstand current KA
20. Rated mainly active load
breaking capacity
KA
21. Rated transformer off load
breaking capacity
A
22. Rated line charging capacity KArms
23. Rated cable charging
capacity
KArms
24. Minimum clearance between
adjacent phase
a) Switch closed (center to
center)
mm
b) Switch opened (Center of
post insulator to the edge of
the blade)
mm
25. Temperature rise ºC
26. Vertical clearance from top
of insulator cap to mounting
channel
mm
27. Type of contact:
a) Self aligned high pressure jaw type fixed contacts of hard drawn copper
of size 55 x 6 x 70 mm contact is riveted with three nos. copper rivets
with a bunch of copper strips suitable to give desired spring action
Yes/No
b) Solid rectangular blade type moving contact of size 35 x 6 mm and length
220 mm duly silver plated
Yes/No
c) Stainless Steel Pressure springs are used in jaw contacts having 8 nos. of
turns x 28 mm heights x 14.4 mm diameter with 14 SWG wire
Yes/No
d) Terminal connector (fixed) Copper flat of size 35 x 6 mm and length 95
mm duly silver plated with 1 no. long 1/2” dia G.I. Nut Bolt & Spring
washers suitable for 100 sq. mm conductor
Yes/No
e) Terminal connector (Movable) Copper flat of size 35 x 6 mm and length
100 mm duly silver plated with 1 no. long ½” dia G.I. Nut Bolt & Spring
washers suitable to accommodate bimetallic socket up to 100 sq mm
conductor
Yes/No
f) Terminal supporting flat mm Movable terminal contact is supported by
G.I. flat of size 50 x 8 x 370 mm on each
phase
g) Phase Coupling Rod mm ISI mark 25 mm nominal bore G.I. Pipe
(Medium) conforming to IS: 1239/Part - I
h) Operating Rod mm ISI mark 32 mm nominal bore G.I. Pipe
Medium) conforming to IS: 1239/Part-I
i) Arcing Horn mm 10 mm dia G.I. Rod
j) Force of fixed contact spring lbs 30 to 50
k) Copper braided flexible taps No. 320 mm long 2 nos. tin coated copper
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 179 ~ Signature of Bidder with Seal
braided flexible tape both end seated with
copper sheets duly punched for fixing
l) Quick break device Lever mechanism
m) Fasteners All fasteners (nut & bolds) should be hot-
dip galvanized & should be provided with
spring and plane washers.
n) Material & Dimension of
Coupling Pipe
o) Material & Dimension of
Operating Rod
p) Sockets (Lugs) Shall be tinned cupper sholder less crimping
type confirming to IS: 8309 & 8394 suitable
for aluminium conductor. The cable lugs
shall suit the type of terminals provided.
The cable lug shall be of Dowel make.
28. Detailed drawing submitted Yes/No
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 180 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS OF 11 KV
400 amp. A.B. SWITCH
Name of the Bidder:
Name of Manufacturer:
Place of Manufacture
Sl.
No.
Description Unit Requirement Bidder‟s
Offer
1. Type of Switching Rotating Type
2. Suitable for mounting Horizontal only
3. No. of Breakers per phase Single Break
4. No. of Post Insulators per
phase
No. 2 nos. of 11 KV Post Insulators as per IS:
2544 / 1973 per phase
5. Manufacturer of Post
Insulator
Techno Ceramic / Allied Ceramic / JSI/
equivalent Type Test certificates to be
provided along with the offer
6. Type of cementing Original Cementing. The insulator to be
cemented with MCI (Hot dip galvanized / Al
Alloy cap and MCI/Forged steel hot deep
galvanized pedestal)
7. Power frequency withstand
voltage (Dry)
KVrms 65
8. One minute Power
frequency withstand voltage
(wet)
KVrms 40
9. Visible discharge voltage KVrms 9
10. Dry flash over voltage KV 70
11. Power frequency puncture
withstand voltage
KV 110
12. Creepage distance mm 320
13. Impulse withstand voltage for positive & negative polarity (1.2/50 micro second wave):
a) Across the isolating distance KVPeak 85
b) To earth & between poles KVPeak 75
14. Rated one minute Power frequency withstand voltage:
a) Across the Isolating distance KVrms 32
b) To earth & between poles KVrms 28
15. Rated voltage
nominal/maximum
KV 11/12
16. Rated normal current and
rated frequency
amp.
& Hz
400 & 50
17. Rated short-circuit making
capacity
KVPea
k
20
18. Rated Short-time current KA 16
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 181 ~ Signature of Bidder with Seal
19. Rated peak withstand current KA 40
20. Rated mainly active load
breaking capacity
KA 10
21. Rated transformer off load
breaking capacity
A 16.3
22. Rated line charging capacity KArms 2.5
23. Rated cable charging
capacity
KArms 10
24. Minimum clearance between
adjacent phase
a) Switch closed (center to
center)
mm
b) Switch opened (Center of
post insulator to the edge of
the blade)
mm
25. Temperature rise ºC
26. Vertical clearance from top
of insulator cap to mounting
channel
mm
27. Type of contact:
a) Self aligned high pressure jaw type fixed contacts of hard drawn copper
of size 55 x 6 x 70 mm contact is riveted with three nos. copper rivets
with a bunch of copper strips suitable to give desired spring action
Yes/No
b) Solid rectangular blade type moving contact of size 35 x 6 mm and length
220 mm duly silver plated
Yes/No
c) Stainless Steel Pressure springs are used in jaw contacts having 8 nos. of
turns x 28 mm heights x 14.4 mm diameter with 14 SWG wire
Yes/No
d) Terminal connector (fixed) Copper flat of size 35 x 6 mm and length 95
mm duly silver plated with 1 no. long 1/2” dia G.I. Nut Bolt & Spring
washers suitable for 100 sq. mm conductor
Yes/No
e) Terminal connector (Movable) Copper flat of size 35 x 6 mm and length
100 mm duly silver plated with 1 no. long ½” dia G.I. Nut Bolt & Spring
washers suitable to accommodate bimetallic socket up to 100 sq mm
conductor
Yes/No
f) Terminal supporting flat mm Movable terminal contact is supported by
G.I. flat of size 50 x 8 x 370 mm on each
phase
g) Phase Coupling Rod mm ISI mark 25 mm nominal bore G.I. Pipe
(Medium) conforming to IS: 1239/Part - I
h) Operating Rod mm ISI mark 32 mm nominal bore G.I. Pipe
Medium) conforming to IS: 1239/Part-I
i) Arcing Horn mm 10 mm dia G.I. Rod
j) Force of fixed contact spring lbs 30 to 50
k) Copper braided flexible taps No. 320 mm long 2 nos. tin coated copper
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 182 ~ Signature of Bidder with Seal
braided flexible tape both end seated with
copper sheets duly punched for fixing
l) Quick break device Lever mechanism
m) Fasteners All fasteners (nut & bolds) should be hot-
dip galvanized & should be provided with
spring and plane washers.
n) Material & Dimension of
Coupling Pipe
o) Material & Dimension of
Operating Rod
p) Sockets (Lugs) Shall be tinned cupper shoulder less
crimping type confirming to IS: 8309 &
8394 suitable for aluminium conductor. The
cable lugs shall suit the type of terminals
provided. The cable lug shall be of Dowel
make.
28. Detailed drawing submitted Yes/No
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 183 ~ Signature of Bidder with Seal
SECTION – IV
ANNEXURES
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 184 ~ Signature of Bidder with Seal
WESCO UTILITY
Headquarter: At/PO: Burla, Dist: Sambalpur - 768017, Odisha Phone: (0663)2431297, Facsimile: (0663) 2432115
E-Mail: [email protected], Web site: www.wescoorissa.com
DEPARTMENT OF WORKS & PLANNING
Head Quarter Office (EAST BUILDING), Burla-768017
E-Mail: [email protected] ***************************************************************************************
TENDER NOTICE NO: WESCO/WORKS/19-20/03 Date: 01.01.2020
SECTION: III ANNEXURE: I
BID PROPOSAL LETTER
Electrical Installation of Works under WESCO
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
The General Manager (Works & Planning)
Department of Works & Planning
Head Quarter Office (EAST Building)
At/PO: Burla, Dist: Sambalpur-768017
Dear Sir,
We the undersigned bidder have read and examined the detailed specification and
bidding documents for execution of various electrical installations works and do herewith
submit our bid for the following packages:
Sl.
No.
Name of the Owner Name of the
Package
Estimated Cost
(Rs. in Cr.)
1.
2.
3.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 185 ~ Signature of Bidder with Seal
We declare the following:
1.0 PRICES AND VALIDITY:
1.1 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 180 days 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.
1.2 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 items and confirm that any such taxes, duties and levies
additionally payable shall be to our account.
1.3 We confirm that the G.S.T. on Works Contract, Turnover Tax or any other similar
taxes, as applicable, are included in our quoted bid price and there shall not be any
liability on this account to the Owner. We understand that Owner shall, deduct such
taxes at source as per the rules and issue TDS Certificate to us.
1.4 We confirm that, in our Bid Price, we have considered G.S.T. in line with lawful
prevalent practice.
1.5 Price components of various items are indicated in the B.O.Q. for the works.
1.6 We further declare that while quoting the price, the due credit under Input tax credit
scheme, as per relevant Government policies wherever applicable, have been taken into
account.
1.7 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.
1.8 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.
1.9 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
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 186 ~ Signature of Bidder with Seal
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:
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 Bank Draft / Bank Guarantee No.: __________ dtd. ______
amounting to Rs. ______ (Rupees ______ only) issued by Bank ______ branch payable
at Burla/ Sambalpur towards Bid Security against our above Bid. The Bid Security
amount has been computed by adding the Estimated Cost of the work.
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, 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 2.0 „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:
8.1 We declare that the contract shall be executed strictly in 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.
65.18 Commercial Deviations Schedule
65.19 Cost of withdrawal of Deviations on Critical clauses
65.20 Technical Deviation Schedule
8.2 We confirm that specified stipulation of following critical clauses is acceptable to us
and no deviations/exceptions are taken on any account whatsoever in the following
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 187 ~ Signature of Bidder with Seal
clauses:
a) Payment Terms :
b) Bid Guarantee :
c) Contract Performance Guarantee :
d) Liquidated Damages for delay :
e) Prices and Price Adjustment :
f) Guarantee / Warrantees :
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:
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 BOUGHTOUT 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 15
(fifteen) days from the date of „Notice of Award of Contract‟ and enter into a formal
agreement with you immediately thereafter.
Dated this ___________ day of_______ 20__
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 188 ~ Signature of Bidder with Seal
Thanking you,
Yours faithfully,
(Signature of the Authorized Signatory)
Name: ___________________
Designation: ______________
Seal of the company: ________
Date: _____________________
Place:
(Written power of Attorney of all signatories of the bid to commit the Bid 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. .
N.B.: Applicable case of a Bid from Joint Venture of Firms. Further, the Bid must be signed
by each partner of the Joint venture.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 189 ~ Signature of Bidder with Seal
ANNEXURE – II
To
The General Manager (Works & Planning) Department of Works & Planning Head Quarter Office (EAST Building) At/PO: Burla, Dist: Sambalpur-768017
Sir, Having examined the above specifications together with the Tender terms and conditions
referred to therein:
65.20.1 I / We the undersigned do hereby offer to execute the contract covered there on
in complete shape in all respects as per the rules entered in the attached contract
schedule of prices in the tender.
65.20.2 I / We do hereby under take to have executed the contract within the time
specified in the tender.
65.20.3 3 – I / We do hereby guarantee the technical particulars given in the tender
supported with necessary reports from concerned authorities.
65.20.4 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.: __________ dtd. _________.
65.20.5 I / We do hereby agree to furnish the composite Bank Guarantee in the manner
specified / acceptable by WESCO (as the case may be) & 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 Award / Work Order, in the event of Work order being decided in
my / us favour, failing which I / We clearly understand that the said LOA / W.O. shall
be liable to be withdrawn by the Owner.
Signed this ________ Day of __________ 20______
Yours faithfully
(Signature of Bidder with Seal of Company)
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 190 ~ Signature of Bidder with Seal
ANNEXURE – III
PROFORMA FOR COMPOSITE BANK GUARANTEE FOR SECURITY DEPOSIT,
PAYMENT & PERFORMANCE
This Guarantee Bond is executed this ___ day of ___ by us the __________ Bank at _______
P.O. _____ P.S. _______ Dist. ________ State __________
(The Administrator, WESCO Utility, Burla)
Whereas WESCO Utility having head quarter office at Burla, Sambalpur-768017 (here in
after called “the Purchaser”) has placed Purchase Order No._________ Dt.___________
(hereinafter called “the Agreement”) with M/s. _________________ (hereinafter called “the
Contractor”) for supply of ________________ (name of the material) and whereas WESCO
Utility 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 Purchaser 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 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 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 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.
3. We, the ________________________ Bank also undertake to pay to 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.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 191 ~ Signature of Bidder with Seal
4. We, the ____________ Bank further agree that the guarantee herein contain shall
remain in full force and affect during the period that would be taken for the performance
of the said Agreement and it shall continue to remain in force till all the dues of
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_____________
____________________________________ (Local Bank Name, address and code
No.) _________________________________________________, Burla / Sambalpur
in writing on or before __________________ (date) we shall be discharged from all
liability under this guarantee thereafter.
5. We, the _________________________ Bank further agree that 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 Purchaser or any
indulgence by 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 Purchaser in writing.
Dated ___________ the __________ day of Two thousand _________.
Notwithstanding 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.
We or our Bank at Burla / Sambalpur (Name & Address of the Local Bank) are 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 or our local Bank at Burla /
Sambalpur a written claim or demand and received by us or by Local Branch at Burla /
Sambalpur on or before Dt.__________ otherwise bank shall be discharged of all
liabilities under this guarantee thereafter.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 192 ~ Signature of Bidder with Seal
For _____________________________________
(Indicate the name of the Bank)
N.B.:
1. Name of the Contractor:
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 Local Branch:
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:
The Bank Guarantee shall be accepted only after getting confirmation from the respective
Banks.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 193 ~ Signature of Bidder with Seal
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 Authorized Officer of the Administrator
WESCO Utility, Burla
Dear Sir
In consideration of Whereas Administrator WESCO Utility (WESCO) (hereinafter
referred to as the „Owner‟, which expression shall, unless repugnant to the context or
meaning thereof include its successors, administrators and assigns) having awarded to M/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 Owner‟s Letter of Award No.: _______ dated ______
and the same having been acknowledged by the Contractor, resulting in a Contract bearing
No.: __________ dtd. _______ valued at _______ for _______ Scope of work) _________
(Hereinafter called the 'Contract‟) and the Owner 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 Owner, immediately on demand any or, all monies payable
by the Contractor to the extent of _______ as aforesaid at any time up to ____ @
______ without any demur, reservation, contest, recourse or protest and / or without any
reference to the Contractor. Any such demand made by the Owner 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 guarantee herein contained shall be irrevocable and shall
continue to be enforceable till the Owner discharges this guarantee.
The Owner 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 Owner 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 Owner and the Contractor or
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 194 ~ Signature of Bidder with Seal
any other course or remedy or security available to the Owner. The Bank shall not be
released of its obligations under these presents by an exercise by the Owner 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 Owner or any other
indulgence shown by the Owner or by another matter or thing, whatsoever, which under
law would, but for this provision have the effect of relieving the Bank.
Bank also agrees that the Owner 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 Owner 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 up to 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 Owner.
We, the ___________________ Bank lastly undertake not to revoke this Guarantee during
its currency except with the previous consent of Owner in writing.
Dated ____ the ____ day of Two thousand ______
Notwithstanding 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.
Our ________ branch at Burla/Sambalpur (Name & Address of the Burla/Sambalpur
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
Burla/Sambalpur branch a written claim or demand and received by us at our
Burla/Sambalpur 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)
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 195 ~ Signature of Bidder with Seal
(Name) (Name)
(Official Address) (Designation with Bank Stamp)
Attorney as per
Power of Attorney No.:
Date:
@ This date shall be ninety (90) days after the schedule date of completion of
the Contract.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 196 ~ Signature of Bidder with Seal
ANNEXURE: V (A)
LETTER OF COMPLIANCE OF QUALIFYING REQUIREMENT
(In case of Bidder being a Single Firm)
To
The General Manager (Works)
Department of Works & Planning
WESCO UTILITY Head Quarter Office,
EAST Building, At/PO: Burla, Dist.: Sambalpur -768017
Dear Sirs,
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
Quantity
Quantity Installed & Commissioned
Sl.
No.
Financial
Year
Name of
Client
W.O.
Ref.
Qty
Installed
Proof of
Documents
submitted
executed the
works during
the relevant
financial year
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)
Last Three Year preceding to
the year of tender
Total Estimated Cost of
the packages quoted for
Average Turnover
Note: Continuation sheets, of like size and format, may be used as per Bidder‟s
requirements and annexed to this Schedule.
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)
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 197 ~ Signature of Bidder with Seal
ANNEXURE: V (B)
LETTER OF COMPLIANCE OF QUALIFYING REQUIREMENT
(In case of Bidder being a Joint Venture / Consortium Firm)
To
The General Manager (Works)
Department of Works & Planning
WESCO UTILITY Head Quarter Office,
EAST Building, At/PO: Burla, Dist.: Sambalpur -768017
Dear Sirs,
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. ___________________
Table – A: Previous Works Experience: Name of the Member (any one member only):
Package
Quoted
for
Description
of Proposed
Works
Tender
Quantity
Quantity Installed & Commissioned
Sl.
No.
Financial
Year
Name of
Client
W.O.
Ref.
Qty
Installed
Proof of
Documents
submitted executed
the works during
the relevant
financial year
Table – B: Average Annual Turnover:
Package
Quoted
for
Estimated
Cost of the
Package
(Rs. In Lakh)
Annual Turnover Data (Rs. in
Lakh)
Annual Turnover Data (Rs. in
Lakh)
Financial Year Turn Over (Rs.
In Lakh)
Financial Year Turn Over (Rs.
In Lakh)
Last Three
Year preceding
to the year of
tender
Last Three Year
preceding to
the year of tender
Total
Estimated
Cost of
the
packages
quoted for
Average
Turnover
Average
Turnover
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 198 ~ Signature of Bidder with 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.
Date: Signature:
Place: Printed Name:
Designation:
Common Seal:
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 199 ~ Signature of Bidder with Seal
ANNEXURE – VI
DETAILS OF COMMERCIAL DEVIATIONS
Bidder‟s Name & Address: ____________
To
The General Manager (Works)
Department of Works & Planning
WESCO UTILITY Head Quarter Office,
EAST Building, At/PO: Burla, Dist.: Sambalpur -768017
Sub: Commercial Deviation for Construction of Name of the project.
Dear Sir,
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.
Sl.
No.
Ref./Page As specified in the Commercial deviation and variation
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.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 200 ~ Signature of Bidder with Seal
ANNEXURE – VII
DETAILS OF TECHNICAL DEVIATIONS
Bidder‟s Name & Address: ______________
To
The General Manager (Works)
Department of Works & Planning
WESCO UTILITY Head Quarter Office,
EAST Building, At/PO: Burla, Dist.: Sambalpur -768017
Sub: Technical Deviation for Construction of Name of the project.
Dear Sir,
The following are the Technical 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.
Sl.
No.
Ref./Page As specified in the Technical deviation and variation
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.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 201 ~ Signature of Bidder with Seal
ANNEXURE – VIII
ADDITIONAL INFORMATION
Bidder‟s Name & Address:
To
The General Manager (Works)
Department of Works & Planning
WESCO UTILITY Head Quarter Office,
EAST Building, At/PO: Burla, Dist.: Sambalpur -768017
Dear Sir,
We have enclosed with our proposal the following additional information for the
subject, package.
Sl. No. Brief description of Information Ref./Page
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.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 202 ~ Signature of Bidder with Seal
ANNEXURE – IX
BOUGHT OUT & SUB CONTRACTED ITEMS
Bidder‟s Name & Address: _______________
To
The General Manager (Works)
Department of Works & Planning
WESCO UTILITY Head Quarter Office,
EAST Building, At/PO: Burla, Dist.: Sambalpur -768017
Dear Sir,
We hereby furnish the details of the items/sub-assemblies amounting to more than
10% of our bid price, we propose to buy for the purpose of subject package.
Sl.
No.
Item Description Quantity Proposed Source of Supply
Be Bought / Sub-contracted
1.
2.
3.
4.
5.
Date: Signature:
Place: Printed Name:
Designation:
Common Seal:
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 203 ~ Signature of Bidder with Seal
ANNEXURE – X
WORK COMPLETION SCHEDULE
Bidder‟s Name & Address: ________________
To
The General Manager (Works)
Department of Works & Planning
WESCO UTILITY Head Quarter Office,
EAST Building, At/PO: Burla, Dist.: Sambalpur -768017
Dear Sir,
We hereby declare that the following Work Completion Schedule shall be followed
by us for the purpose of subject package.
Sl.
No.
Description Period of months from the
date of LOA /W.O.
1. Completion of detailed engineering
2. Procurement of raw materials
3. Establishment of site stores
4. Erection
a) Commencement
b) Completion
5. Testing & Pre-commissioning
a) Commencement
b) Completion
6. Commissioning
Date: Signature:
Place: Printed Name:
Designation:
Common Seal:
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 204 ~ Signature of Bidder with Seal
ANNEXURE: XI
CHECK LIST
Bidder‟s Name & Address: ________________
To
The General Manager (Works)
Department of Works & Planning
WESCO UTILITY Head Quarter Office,
EAST Building, At/PO: Burla, Dist.: Sambalpur -768017
Dear Sir,
Sl.
No.
Item Description Status of the
Submission of data
Remarks
1. Bid Guarantee Yes / No If yes please give details No, amount
2. Qualifying Data Yes / No
3. Commercial
Deviation
Yes / No
4. Technical Deviation Yes / No
5. Cost of withdrawn of 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
State here briefly
N.B.: The contents of this schedule will be read out during opening of Part-I Bid
Signature:
Date & Seal:
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 205 ~ Signature of Bidder with Seal
ANNEXURE: XII SELF DECLARATION FORM
Name of the Bidder: __________________________
Tender Notice No: ___________________________
Sir,
1) I / we, the undersigned do hereby declare that, I / we have never ever been blacklisted
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,
my bid/contract shall be liable for truncation / cancellation / termination without any
notice at the sole discretion of the owner, without prejudice to the right of WESCO for
claiming compensation/ loss caused due to such hiding of facts.
Yours faithfully,
Signature of the bidder
With seal
Place:
Date:
N.B.: This form shall be duly filled-up and signed by the bidder & submitted along with the
original copy of the Bid.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 206 ~ Signature of Bidder with Seal
ANNEXURE: XIII (A)
PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT
(ON NON-JUDICIAL STAMP PAPER OF Rs.100/-)
Ref.: ____________ Date: __________ Bank Guarantee No.: _________________
In accordance with invitation to Tender Notice No. ______ Dated ____ of Western
Electricity Supply Company of Orissa Ltd. [herein after referred to as the WESCO] for
the purpose of ________________ (name of the material) M/s. ________________ Address
__________ wish/wished to pa r t i c ipa te i n the said tender and as the Bank
Guarantee for the sum of Rs. [Rupees ________ Valid for a period of _________ days (in words) is required to be submitted by the Bidder.
1. We, the __________________ (indicate the name of the bank) [herein after referred to
as the Bank] at the request of M/s. ______________ [herein after referred to as the
supplier (s)] do hereby unequivocally and unconditionally guarantee and under take to
pay during the above said period, on written request by WESCO an amount not
exceeding Rs. ____________ to the WESCO, without any reservation. The guarantee
would remain valid up to 4.00 PM of ______________ (date) and if any further
extension to this is required, the same will be extended on receiving instructions from
M/s. ___________ on whose behalf this guarantee has been issued.
2. We, the _______________ [indicate the name of the bank] do hereby further
undertake to pay the amounts due and payable under this guarantee without any
demur, merely on a demand from the WESCO starting that the amount claimed is due
by way of loss or damage caused to or would be caused to or suffered by the WESCO
by reason of any breach by the said supplier(s) of any of the terms or conditions or
failure to perform the said bid. 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. __________ (in wards).
3. We, the ____________ bank undertake to pay the WESCO any money so
demanded not Withstanding any dispute or disputes so raised by the supplier [s] in
any suit or proceeding instituted/pending before any Court or Tribunal relating
thereto, our liability under this agreement being absolute and unequivocal. The
payment so made by us under this bond shall be a valid discharge of our liability for
payment there under and the supplier(s) shall have no claim against us for making
such payment.
4. We, the _______________ Bank (indicate the name of the bank) or our local branch
at Burla / Sambalpur further agree that the guarantee herein contain shall remain in
full force and effect during the aforesaid period of ___________ days and it shall
continue to be so enforceable till all the dues of the WESCO under by virtue of the
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 207 ~ Signature of Bidder with Seal
said Bid have been fully paid and its claims satisfied or discharged or till
WESCO certifies that the terms and conditions of the said Bid have been fully and
properly carried out by the said Supplier [s] and accordingly discharges this guarantee.
Unless a demand or claim under this guarantee is made on us in writing on or before
__________ (date) we shall be discharged from all liability under this guarantee
thereafter.
5. We, the _______________ Bank (indicate the name of the bank) or our local branch
at Burla / Sambalpur further agree that the WESCO shall have the fullest liberty
without our consent and without affecting in any manner our obligations here under to
vary any of the terms and conditions of the said Bid or to extend time of performance
by the said Supplier [s] from time to time or to postpone for any time or from time
to time any of the powers exercisable by the WESCO against the said supplier [s] and
to forbear or enforce any of the terms and conditions relating to the said bid and we
shall not be relieved from our liability by reason of any such variation, postponement
or extension being granted to the said Supplier [s] or for any forbearance act or
omission on the part of the WESCO or any indulgence by the WESCO to the said
Supplier[s] or by any such matter or thing whatsoever which under the law relating to
sureties would but for this provision, have effect of so relieving us.
6. This guarantee will not be discharged due to the change in the name, style and
constitution of the Bank or the supplier [s].
7. We, the _______________ Bank (indicate the name of the bank) or our local branch
at Burla / Sambalpur lastly undertake not revoke this Guarantee during its currency
except with the previous consent of the WESCO in writing.
8. We, the _______________ Bank further agree that this guarantee shall also be
irrevocable at our place of business at Burla / Sambalpur (Indicate detail address of
local branch with code no.) in the State of Odisha.
Dated __________ day of 2012.
Witness (Signature, names & address)
For _______________ [Indicate the name of the bank]
1.
2.
Power of Attorney No.: ___________
Date: _________
SEAL OF BANK
The non-judicial stamp paper of worth Rs. 100/- shall be purchased in the name of the
bank, which has issued the bank guarantee.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 208 ~ Signature of Bidder with Seal
ANNEXURE – XIII (B)
PROFORMA FOR EXTENSION OF BANK GUARANTEE
(ON NON-JUDICIAL STAMP PAPER OF Rs.100/-)
Ref. No.: _________
Date: ___________
WESCO Utility
Head Quarter Office: Burla – 768017
Ph. No. 0663-2432804, Fax: 0663-2432804
Dear Sirs,
Sub: Extension of Bank Guarantee No._________ for Rs. ____________ favouring
yourselves expiring _________ on account of M/s. ______ in respect of contract No.
_________ dated ________ 9herein after called original bank guarantee).
At the request of M/s. _________ we _______ bank branch office at having its head office
at ________ do hereby extend our liability under the above mentioned guarantee No.
_________ dtd. _________ for a further period of __________ years / months from
________ to expire on ________ except as provided above, all other terms & conditions of
the original bank guarantee No. ___________ dtd. _________ shall remain unaltered and
binding.
Please treat this as an integral part of the original guarantee to which it would be attached.
Yours faithfully
Yours faithfully,
For ___________
Manager/Agent/Accountant
Power of Attorney No.: ___________
Date: __________
SEAL OF BANK
Note: The non-judicial stamp paper of worth Rs.100/- shall be purchased in the name of
the bank, which has issued the bank guarantee.
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 209 ~ Signature of Bidder with Seal
ANNEXURE: XIV
PROFORMA OF INDEMNITY BOND TO BE EXECUTED BY THE
CONTRACTOR FOR THE EQUIPMENT/MATERIAL HANDED OVER BY
WESCO 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
WESCO Utility, Headquarter At/Po-Burla, Dist-Sambalpur (here in after called
“Owner”)”Which expression shall include its successors and assigns):
WHEREAS Owner has awarded to the Contractor a Contract for _____ vide its Letter of
Award / Contract No.: ______ dtd. ______ and its Amendment No.: _______ and
Amendment No.: _____ (applicable when amendments have been issued) hereinafter called
the “Contract”) in terms of which Owner 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 Owner for the Equipment/Material
handed over to it by Owner for the purpose of performance of the Contract / Erection portion
of the Contract (hereinafter called the “Equipment”).
NOW THEREFORE, This Indemnity Bond witness as follows:
That in consideration of various equipment as mentioned in the Contract, valued at Rs.
_____ / - (Rupees _______ only) handed over to the Contractor for the purpose of
performance of the Contract, the Contractor hereby undertakes to indemnify and shall
keep Owner 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 dispatch title documents in
respect of the said Equipment duly endorsed by Owner 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
Owner.
That the Contractor is obliged and shall remain absolutely responsible for the safe transit /
protection and custody of the Equipment at Owner 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 Owner. The Contractor undertakes to keep Owner
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 210 ~ Signature of Bidder with Seal
harmless against any loss or damage that may be caused to the Equipment.
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.
That WESCO (as the case may be) 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 Engineer in Charge /
Engineer or other employees/agents authorized by him in this regard. Further, Owner 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, misutilised
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 Owner to return the Equipment without any demur or reservation.
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 misutilised in any manner whatsoever, then the
Contractor hereby agrees that the decision of the Engineer-in-Charge/Engineer of Owner 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 Owner without demur,
reservation or protest. This is without prejudice to any other right or remedy that may be
available to Owner against the Contractor under the Contract and under this Indemnity
Bond.
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 Owner, 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 authorized
representative under the common seal of the Company, the day, month and year first above
mentioned.
SCHEDULE
Particulars of
equipment
handed over
Quantity Particulars of Dispatch Title
Documents
Value of
Equipment
Signature of Attorney
(authorized representative
as a token of receipt RR / GR / No. / Date
of Bill of Lading
Carrier
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 211 ~ Signature of Bidder with Seal
For an on behalf of M/s. _______________________
WITNESS
Signature: ______________ Signature: _________ Signature: ___________
Name: __________ Name: ______________ Name: _____________
Address: __________ Address: __________ Address:_____________
Authorized representative
(Common Seal in case of Company)
Indemnity Bonds are to be executed by the authorized 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.