chief general manager (d&s), uar assam power …€¦ · hard copy of the techno-commercial bid...
TRANSCRIPT
CHIEF GENERAL MANAGER (D&S), UAR
ASSAM POWER DISTRIBUTION CO. LTD
BID DOCUMENT
FOR
Construction of 1.8km of 33kV Overhead Line (consisting of 800mtrs of 33kV Composite
line) from 33/11kV Dinjan Sub-Station to Dinjan Airforce by Covered Conductor with
“AAAC TRIPLE EXTRUDED, UV PROTECTED, LONGITUDINALLY WATER BLOCKED AND NON
COMPACTED MEDIUM VOLTAGE COVERED CONDUCTOR(MVCC)” and the upgradation of
the 33/11kV Dinjan Sub-Station under Tinsukia El. Circle.
SCHEME: “Deposit Scheme”
NIT NO.CGM(D)/UAR/APDCL/Dinjan Airforce/02 dtd.21.07.2020
2 | P a g e
CONTENTS
➢ SECTION-1: Notice Inviting E-Tender 3-7
➢ SECTION-2: Tender Inviting Proposals (with Terms & Conditions) 8-26
➢ SECTION-3: Bill of Quantity and Price Bidding Schedule 27-39
➢ SECTION-4: General Requirements 40-44
➢ SECTION-5: Form of BIDS 45-57
➢ SECTION-6: Technical Specifications 58-128
➢ SECTION-7: Drawings 129-132
3 | P a g e
SECTION – 1
NOTICE INVITING E-TENDER
4 | P a g e
NIT NO. CGM(D)/UAR/APDCL/Dinjan Airforce/02 dtd. 21.07.2020
E-Tenders are invited from experienced & financially sound Electrical Contractor(s)
(individual or joint venture) /Firm(s), registered under the CMS portal of APDCL and having valid
electrical contractor license up to 33 kV issued by the competent authority of the Govt. of Assam for
– “Construction of 1.8km of 33kV Overhead Line (consisting of 800mtrs of 33kV Composite line)
from 33/11kV Dinjan Sub-Station to Dinjan Airforce by Covered Conductor with “AAAC TRIPLE
EXTRUDED, UV PROTECTED, LONGITUDINALLY WATER BLOCKED AND NON
COMPACTED MEDIUM VOLTAGE COVERED CONDUCTOR(MVCC)” and the upgradation of
the 33/11kV Dinjan Sub-Station under Tinsukia El. Circle.” on “Turnkey” mode under “Deposit
Scheme”. Details may be seen below:
Work description
Average
annual
turnover for
the last 3
consecutive
years (Rs. in lacs)
EMD
amount
(Rs. in
lacs)
Period of
completion
in days
Tender
Processing
Fees (Rs.)
Construction of 1.8km of 33kV Overhead Line (consisting of 800mtrs of 33kV Composite line) from 33/11kV Dinjan Sub-Station to Dinjan Airforce by Covered Conductor with “AAAC TRIPLE EXTRUDED, UV PROTECTED, LONGITUDINALLY WATER BLOCKED AND NON COMPACTED MEDIUM VOLTAGE COVERED CONDUCTOR(MVCC)” and the upgradation of the 33/11kV Dinjan Sub-Station under Tinsukia El. Circle.
539.00
5.50
300
6000.00
The Bid document can be downloaded from www.assamtenders.gov.in or www.apdcl.org
for tender submission purpose from 29.06.2020 onwards. Interested bidders can download the bidding
document from the above mentioned portals free of cost. The bidder shall mandatorily make payment
of Tender processing fees and Earnest Money deposit (EMD) through internet banking (SBMOPS)
or through NEFT/RTGS. Procedure of submission of tender processing fees and EMD may be seen
in “Announcements” tab of E-tendering portal of www.assamtenders.gov.in . Any bid without
payment of cost of tender for package as above will be rejected outright.
-Sd/-
Chief General Manager(D&S)
UAR, APDCL, Bijulee Bhawan.
5 | P a g e
NOTICE INVITING TENDER*
NIT NO. CGM(D)/UAR/APDCL/Dinjan Airforce/02 dtd. 21.07.2020
E-Tenders are invited from experienced & financially sound Electrical Contractor(s)
(individual or joint venture) /Firm(s), registered under the CMS portal of APDCL and having valid
electrical contractor license up to 33 kV issued by the competent authority of the Govt. of Assam for
– “Construction of 1.8km of 33kV Overhead Line (consisting of 800mtrs of 33kV Composite line)
from 33/11kV Dinjan Sub-Station to Dinjan Airforce by Covered Conductor with “AAAC TRIPLE
EXTRUDED, UV PROTECTED, LONGITUDINALLY WATER BLOCKED AND NON
COMPACTED MEDIUM VOLTAGE COVERED CONDUCTOR(MVCC)” and the upgradation of
the 33/11kV Dinjan Sub-Station under Tinsukia El. Circle.” on “Turnkey” mode under “Deposit
Scheme”.
Details may be seen below:
Work description
Average
annual
turnover for
the last 3
consecutive
years (Rs. in lacs)
EMD
amount
(Rs. in
lacs)
Period of
completion
in days
Tender
Processing
Fees (Rs.)
Construction of 1.8km of 33kV Overhead Line (consisting of 800mtrs of 33kV Composite line) from 33/11kV Dinjan Sub-Station to Dinjan Airforce by Covered Conductor with “AAAC TRIPLE EXTRUDED, UV PROTECTED, LONGITUDINALLY WATER BLOCKED AND NON COMPACTED MEDIUM VOLTAGE COVERED CONDUCTOR(MVCC)” and the upgradation of the 33/11kV Dinjan Sub-Station under Tinsukia El. Circle.
539.00
5.50
300
6000.00
• Estimated value of the project: Rs. 295 lacs (approx)
• Eligibility Criteria:
a) The intending Bidder must be registered in the Contract Management System (CMS) portal of
APDCL before submission of bid.
b) Average Annual Turnover of the bidder for last three consecutive financial years should be as
per the requirements shown in the table and duly certified by registered Chartered
Accountant with Registration No. **NB: if any bidder for certain valid reason did not
undertake sufficient work in the previous three years, then APDCL, if satisfied with the
reasons, may take into account the financial turn over & experience of best of three years out
of previous five consecutive years.
6 | P a g e
c) Past and present performance of the bidder in ASEB or in any of its successor companies will
be taken into account to decide the eligibility. The bidder must also submit a list of pending
works in APDCL or any other successor companies of ASEB. Moreover, if there are any
pending court cases of the bidder, they will not be eligible.
d) If any bidder has been issued showcause notice and has been debarred from participation in
APDCL or any of the successor companies of ASEB for a certain period; then the bidder will
be deemed unfit for participation.
e) The bidders must have adequate experience in doing similar electrical construction work and
to be substantiated through certificate issued by an Engineer not below the rank of
DGM/CEO along with supporting copies of the work executed under any reputed utility /
department. Lack of experience of the bidders will render the bid liable for rejection. The
certificate should form a part of the techno-commercial bid.
f) Financial resources: The bidder shall have to specify proposed source of financing, such as
liquid assets, unencumbered real assets, line of credit and other financial means, net current
commitments, available to meet the total construction cash flow demand of the subject
contract (evaluation & qualification criteria).
• Bid Validity: 180 days from the date of submission of Bid.
• Earnest Money: As shown in the table below. In case of SC/ST/OBC bidders the amount
will be 50% of the shown value. However in case of J.V, the lead partner bidder along with
all other bid partners should also be SC/ST/OBC (reserved category) in order to avail 50%
EMD. The EMD should be submitted online while submission of tenders in
https://assamtenders.gov.in .Any tender without EMD will be rejected outright.
• Key Dates:
1. Tender Download Start Date :12:00 Hrs on 23.07.2020.
2. Bid Submission Start Date & Time :12:00 Hrs on 27.07.2020.
3. Bid Submission End Date & Time :12:00 Hrs on 19.08.2020.
4. Techno-Commercial Bid Opening Date & Time :14:00 Hrs on 19.08.2020.
• Note:
1. The work should be carried out as per latest APDCL/REC specification and construction
standard.
2. The participating bidders must visit the site of work for preliminary survey before
submitting the bid documents.
3. Bids must be submitted electronically through e-tendering portal www.assamtenders.gov.in in
two parts as Techno Commercial bid and Price bid. However, it is also requested to submit a
hard copy of the Techno-Commercial bid before the Techno-Commercial Bid opening day.
The hard copy should be submitted to the office of the Chief General Manager (D&S), UAR,
APDCL , Bijulee Bhawan, 6th floor, Paltanbazar, Guwahati-1 in sealed envelope super
scribing (a) Tender No. and (b)Name of the bidder with full address and contact no. for future
7 | P a g e
record purpose only. Please note that no documents shall be accepted after opening of techno-
commercial bid.
For further details regarding online payment of tender processing fees and
EMD, please visit the link:
https://assamtenders.gov.in/nicgep/app;jsessionid=3CE1531EA122696CA1FE6CAEBA5%200
A5D1.asmgeps2?page=Web%20Announcements&service=page#100
Any tender without earnest money will be rejected outright.
4. Quoted rate must be valid for minimum 365 days.
5. The bidders whose Part-I Bid i.e. Techno Commercial bid is found qualified/ acceptable, shall
be considered for opening of Price Bid. The date and time of opening of Part-II Bid (Price)
shall be communicated to those bidders whose bids are qualified for opening.
6. The Company reserves the right to accept or reject any tender in part or in full or spilt the
work or award the contract in phased manner or cancel/withdraw the Notice inviting tender
without assigning any reason thereof whatsoever. In such cases, no bidder shall have any
claim arising out of such actions.
7. The bidding documents are not transferable and cost of bidding document is not refundable
under any circumstances.
8. As per the guidelines of tendering procedures of APDCL and its addendums, the total contract
value offered 10 % below and 10% above of working estimate will be rejected.
9. Bidders are not allowed to withdraw their bids after submission and he/she shall be
considered as active bidder throughout the work order awarding process.
Details may be seen in the website www.apdcl.org -Sd/-
Chief General Manager(D&S)
UAR, APDCL, Bijulee Bhawan.
Memo No. CGM(D)/UAR/APDCL/Dinjan Airforce/02 Dtd- 21.07.2020
Copy to:
1. The PS to the MD, APDCL, Bijulee Bhawan for kind appraisal of the MD.
2. The Lt. Colonel, Garrison Engineer (AF) Mohanbari, MES, Dibrugarh-786012.
3. The CGM(F&A),APDCL, Bijulee Bhawan, for information.
4. The GM, Dibrugarh Zone, UAR, APDCL, for information.
5. The CEO Tinsukia El. Circle, UAR, APDCL, for information.
6. The AGM, Tinsukia El. Division, UAR, APDCL, for information.
7. The PRO, APDCL, for publication of the NIT in one issue of local daily in both English &
Assamese” on 23.07.2020.
-Sd-
Chief General Manager(D&S)
UAR, APDCL, Bijulee Bhawan.
8 | P a g e
SECTION – 2
TENDER INVITING PROPOSALS
(with TERMS & CONDITIONS)
9 | P a g e
ASSAM POWER DISTRIBUTION CO. LTD
UAR, APDCL, Bijulee Bhawan, Paltanbazar, Guwahati-1
TENDER INVITING PROPOSALS WITH TERMS AND CONDITIONS FOR
“Construction of 1.8km of 33kV Overhead Line (consisting of 800mtrs of 33kV Composite line) from
33/11kV Dinjan Sub-Station to Dinjan Airforce by Covered Conductor with “AAAC TRIPLE
EXTRUDED, UV PROTECTED, LONGITUDINALLY WATER BLOCKED AND NON COMPACTED
MEDIUM VOLTAGE COVERED CONDUCTOR(MVCC)” and the upgradation of the 33/11kV
Dinjan Sub-Station under Tinsukia El. Circle.”.
Intent of the Tender Enquiry
The intent of the Tender Enquiry is to invite proposals from the prospective and relevantly
experienced and financially sound contractor(s) (individual or joint venture)/firms to carry out the
works as mentioned above on turnkey mode.
1. Scope of Work
In addition to the above, the scope also includes the following:
i. Procurement and supply of all materials required for the work.
ii. Arrange inspection / testing of any/all items ordered at manufacturer’s works for
officer deputed by APDCL for such inspection/testing.
iii. Site unloading, storage and handling of all materials supplied including watch and
ward for safe custody.
iv. Site fabrication work as per requirement.
v. Submission of implementation schedule from the date of award of contract for:
Sl
No.
Details of Work
1. Supply and Erection of the Terminal equipments as per the details provided in BOQ 1(a) at
the 33/11kV Dinjan Sub-Station for connecting the 33kV MVCC Line to Dinjan Airforce. This
part also includes the extension works of the RCC Control Room building (120sqm) including
wiring, water supply, sanitary works, furniture and fittings etc. The details are provided in the
BOQ 1(b). The works should be executed as per the details given in the Section-6 of this Bid
Document and relevant IS/BIS standards.
2. Supply and erection of GI Steel Tubular SP-76 double poles with all other accessories and
materials as mentioned in BOQ 2 for the 33kV MVCC Line to Dinjan Airforce.
3. Dismantling of 800mtrs of the existing 33kV(Dinjan-Chabua) OH Bare line and stringing it on
the newly erected GI Steel Tubular SP-76 double poles. The necessary list of materials is given
in BOQ 2.
4. Stringing/Laying of the 33kV MVCC line as per the specifications mentioned in the BOQ 2 and
Section-6 on the newly erected GI Steel Tubular SP-76 double poles. With reference to Sl
No.3, the 33kV MVCC line and the 33kV(Dinjan-Chabua) OH Bare line will form a double
circuit line for the stretch of 800mtrs.
10 | P a g e
a) Route Survey for laying new line.
b) Erection, testing and commissioning of all materials/equipment supplied/system
installed.
c) Dismantling of existing line.
d) Deposition of the dismantled materials from the existing line to the concerned
APDCL’s store with proper record.
vi. Project management and site organization.
vii. Obtaining clearance from statutory Agencies, Government Departments, Village
Panchayats etc. wherever necessary.
viii. Submission of technical specification/Test Certificate/Drawings etc. of all
materials supplied.
ix. A list of various items normally involved in proposed type of work is provided in this
document. This, however, is not to be considered as limiting but only typical.
Vendors’ scope will include all other items and materials as may be required to
effectively complete the work.
x. Required Jungle Cutting.
xi. Prior to starting of the physical work, the successful bidder shall carry out route
survey through GPS (Global positioning System) and shall submit (in A2 paper)
to office of the CGM (D&S) for approval.
Above all, the scope of work of the vendor/contractor will include all items and
facilities as may be necessary to complete the construction work on turnkey basis and
as binding requirement.
2. Basic specification of the various equipment/ works to be supplied /carried out.
i. All equipment supplied shall conform to the requirement of relevant ISS (BIS) as
approved by APDCL and that of REC specification and construction standards.
ii. All materials supplied shall be erected, protected as per approved standard practice
for proposed type of electrical work so as to supply electricity to the consumers most
effectively and in an intrinsically safe manner.
iii. All equipments supplied and installed shall provide easy and effective:
• Maintainability
• Reliability
• Availability
• Long Life
All equipment supplied and installed shall be provided with stable and adequate
weather protection, system earthing, etc.
iv. All items, which may require frequent opening up/ dismantling for maintenance, shall
be adequately sealed against any tampering/ theft etc.
11 | P a g e
v. General supply and erection of materials and system shall meet the requirement of
construction standard being followed in the electrification network.
In the event of any electrical accident occurring due to use of poor quality/sub-
standard material/item or due to poor workmanship on the part of the contractor/supplier
leading to death or injury of any person or livestock/animal, the contractor/supplier shall be
held responsible and shall be liable to pay compensation for the same.
In such cases, APDCL may at its sole discretion debar the concerned
contractor/supplier from participating in any future bid for such period deemed fit without
prejudice to its authority to take any legal action.
3. Basic qualifying requirement:
To be qualified for the package the bidder must compulsorily meet the following minimum
criteria.
A. Technical: The prospective bidder must have the following qualifying requirements:
i. The bidder must register themselves in the Contractor Management System (CMS)
portal before submission of bid and shall furnish the Provisional Registration
Certificate issued from the portal.
ii. The bidder must have valid electrical Contractor’s and Supervisor’s License
(HT/EHT minimum up to 33 kV) issued by the Licensing Authority of Govt. of
Assam.
iii. The bidder must have the experience of constructing minimum of 30(Thirty) km
of 33kV overhead lines and installation/erection of 33/11kV Sub-Station
equipments like VCB, CT, Isolator, Control Panel during the last 5(Five) years
within India as on the date of bid submission. Bidders having experience of
construction of 33kV or 11kV line with MVCC will be given preference.
iv. The Bidder shall submit certificates of satisfactory operation of the works submitted
to fulfill as required above for at least one (1) year as on date of opening of bid.
v. The experience certificate must be from an officer not below the rank of
CEO/DGM/Superintending Engineer of electrical utilities.
vi. The bidder shall furnish details of the work / works along with its value already in
hand either of APDCL or in any other successor companies of APDCL or any other
Electrical Utilities within India along with date of completion as per Letter of Award
and likely date of completion duly certified by the competent authority.
vii. If any milestone of an existing project of APDCL is not completed by the contractor
in time or if any of the project awarded to the contractor has not been completed in
time by him/her, and if the delay is solely because of fault of contractor or reasons
attributable to him/her, then he/she is barred from participating in this bid and the bid
shall be considered as non- responsive.
viii. In case of Micro/ Small/ Medium units of Assam valid documents / certificates issued
by competent authority shall be submitted along with the bid.
12 | P a g e
B. Financial:
i. Average annual turnover of the bidder for the last three consecutive financial years
should be as per NIT and the annual turnover must be certified by a registered
Chartered Accountant. This should be supported by the copy of the income tax
return submitted by the firm for the last three previous years. In case of joint venture
firms, the figures of average annual turnovers for each Joint Venture partners shall be
added together to determine the bidder’s compliance with the minimum average
turnover requirement for the package. However, the lead partner must meet at least
40% and each of the other partners must meet at least 25% of the minimum
average annual turnovers criteria required for the work as per NIT.
ii. The bidder shall furnish latest GST Registration certificate, Employee Provident
fund, ESIC Certificate and valid Labour License (wherever applicable).
iii. The bidder shall furnish copy of their Pan Card. The card must be in the name of the
firm if the bidder is a firm. If it is a joint venture copy of Pan Card of both the
partner/firms must be submitted.
iv. Joint venture agreement should be a registered one or certified by Notary.
v. Power of attorney should be a registered one.
vi. Formal authority, Registered/Notarized for signing the tender or other documents on
behalf of the firm / individual must be submitted along with the bid. In case of
registered company Board’s resolution of the company for authorized signatory
should be furnished.
vii. Notwithstanding anything stated herein above, APDCL reserves the right to assess
the capacity and capability of the bidder to execute the work, should the circumstance
warrant such assessment in the overall interest of APDCL.
viii. Bid Capacity: The Bidders who meet the minimum qualification criteria mentioned
against the A) Technical & B) Financial section will be qualified only if their
available bid capacity at the time of bidding is more than the estimated cost of the
tender. The available capacity will be calculated as under:
Assessed available bid capacity = (A*N*2-B)
Where,
A = Maximum value of Electrical works executed in any one year during the last five years (updated to the price level of the year as indicated in Annexure 1(E) rate of inflation may be taken as 10% per year taking into account the completed as well as works in progress.
N = Number of years prescribed for completion of the works for which bids are invited. (Value of N=1/2 Up to 6 Months & N=1 above 6 Months)
B = Value (updated to the price level) of existing commitments and ongoing works to be completed during period of completion of works for which bids are invited. In support of this the intending bidder has to submit an affidavit as per the format indicated in the Annexure 1(F) along with all the relevant supporting documents mention therein.
13 | P a g e
N.B The statements showing the value of existing commitments and ongoing works as well as the stipulated period of completion remaining for each of the works listed shall be countersigned by the Engineer in charge, not below the rank of CEO/DGM/Superintending Engineer of electrical utilities.
➢ APDCL reserves the right to carry out the Bid Capacity assessment of the Bidders
and APDCL’s decision shall be final and binding to the bidder.
➢ Even though the bidders meet the above qualifying criteria, they are subject to be
disqualified if they have :
Made misleading or false representations in the forms, statements and enclosures
submitted as a proof of the qualification requirements; and/or
Record of poor performance such as abandoning the work, rescinding of contract
for which the reasons are attributable to the non-performance of the contractor,
consistent history of litigation awarded against the Applicant or financial failure
due to bankruptcy. The rescinding of contract of a Joint Venture on account of
reasons other than non-performance, such as most experience partner of Joint
Venture pulling out, court directions leading to breaking up of a Joint Venture
before the start of work, which are not attributable to the poor performance of the
contractor will, however, not affect the pre-qualification of the individual
partners.
C. Agreement:
The successful bidder(s) shall have to enter into an agreement with APDCL within
7(seven) working days from the date of issue of detailed work order (LoA) failing
which the LoA shall be treated as cancelled without further communication from
APDCL’s end.
D. Performance Guarantee:
The successful bidder shall have to deposit performance security deposit in the shape
of Bank Guarantee of nationalized bank or scheduled bank of RBI having their regional office
in Assam or at least a branch office at Guwahati ( in case of those , whose regional office is not
located in the state of Assam) with a certificate from the Bank to the effect that the verification
or any confirmation in regard to the BG issued by the bank can be taken up with the Branch
office at Guwahati pledged in favour of “ASSAM POWER DISTRIBUTION COMPANY
LIMITED, Guwahati” as per proforma for an amount equivalent to 10% (ten percent) of the
contract value of the order. The BG should be furnished to the CGM (D&S), UAR, APDCL
along with the acceptance of Letter of Intent (LOI). The validity of the BG should be for a
period of 18 (eighteen) months beyond the date of completion of work as per work order. If the
party fails or neglect to perform any of his obligations under the contract, the APDCL shall have
the right to forfeit the performance security deposit furnished by the supplier in part or in full at
its absolute discretion. No interest shall be payable on such deposits. Detailed order will be
issued on receipt of acceptance of LOI and Performance security deposit.
E. Joint Venture Requirement:
i. In case of successful Bidder, one form of agreement shall be signed by all the
partners so as to legally bind all concerned.
ii. One of the partners shall be authorized as the lead partner and authorization shall be
evidenced by submitting a Power of Attorney signed by legally authorized
14 | P a g e
signatories of all the partners. The lead partner must have valid electrical
Contractor’s License of required level issued by the Licensing Authority of Govt.
Of Assam. The lead partner shall be authorized to incur liabilities, receive
payments, receive instructions for and on behalf of any or all partners of the joint
venture for entire execution of the contract.
iii. All the partners of the joint venture shall be jointly and severally liable for the
execution of the contract in accordance with the contract terms and conditions. A
relevant statement to this effect shall be included in the authorization mentioned
above as well as in the bid form and the form of agreement (in case of successful
bidder).
iv. A copy of the joint venture agreement shall be submitted with the bid.
v. The figure of average annual turnovers for the joint venture partners shall be added
together to determine the bidder’s compliance with the minimum average turnover
requirement for the package. However, the lead partner must meet at least 40%
and other partner/partners must individually meet at least 25% of the
minimum average annual turnover criteria given in the Tender.
F. Apart from above, the following are the documents that need to be submitted by each
individual partners constituting the Joint Venture-
(1) Provisional Registration Certificate issued from the Contract Management Portal,
APDCL.
(2) Company/Firm registration No.
(3) List of order executed and order in hand.
(4) Bank solvency certificate.
(5) Labour license.
(6) GST registration.
(7) Provident fund Registration certificate.
(8) List of labour registered under Assam building and other construction Workers’
Welfare Board.
(9) ESIC registration certificate.
(10) Valid Electrical Contractor License.
(11) Valid Electrical Supervisor License.
G. Other requirements: The bidder -
i. should be acquainted himself or his associate with relevant conditions of the local
geography and socio- economic setup of the different locations of the State and
being capable accordingly to mobilize, organize and expedite the activities, and
ii. should have adequate working personnel comprising of Electrical/ Mechanical
engineers, electrical supervisor, skilled and unskilled labour to be deputed to the
proposed assignment, and
iii. should be conversant with the code/ standards applicable to proposed type of work.
ISS, REC guidelines.
15 | P a g e
4. Award of Work:
i. The evaluation of bids will be carried out, first of techno-commercial bid and
thereafter opening the price bid of only those bidders who qualify and meet the
technical requirements.
ii. Company reserves the right not to order/ award the job to the price-wise lowest
party if the party during any part of evaluation is found technically non responsive.
iii. Work should be started within fifteen (15) days from the date of issue of the work
order, failing which order will be cancelled without further correspondence.
iv. The line after completion also should be under custody of the contractor till the date
of commissioning and charging. The properties will be taken over by APDCL only
after satisfactory commissioning and charging.
v. The items dismantled from the existing line and S/S etc. should be deposited to the
concerned APDCL’s store with proper record and such records with receiving
proof of the concerned store of APDCL should be enclosed with the final bill.
5. Period of Completion: 300 days from the date of award of work contract.
6. Implementation Schedule:
Comprehensive implementation schedule(Bar Chart) of the work:
Sl
No.
Description Execution Period
7 days 33 days 70 days 80 days 80 days 30 days
1. Signing of Agreement
2. Survey Works and
Submission of Drawing
3. Supply of materials
4. Construction, Erection &
Stringing.
5. Testing & Commissioning
7. Termination of Work Order: Company reserves the right to terminate the work order at any
stage in accordance with the Company’s General Condition of Supply and Erection.
8. I) Terms of Payment:
i) During currency of the Contract, maximum 1(One) nos. of progressive bills will be
allowed. Each progressive Bill should contain items of works which are completed in all
respect of supply & erection for the identified locations. 60% of each progressive Bill
shall be paid retaining 40% by the company (APDCL). Final Bills will be paid
comprising balance works beyond the works already claimed in the progressive Bills
along with 40% of the amount retained against the progressive Bills subject to testing and
commissioning.
16 | P a g e
ii) In consonance with the letter vide No: APDCL/NO-ERP/PMU/2018/04/17
dtd.26.10.2018 strict adherence to the transactions in ERP to be ensured. In this context,
the concerned head of the respective electrical Divisional Officers are requested to
undertake necessary steps to perform the goods receipt/service. Acceptance related
transactions through ER system only against the PO/WO number. Please note that no
supply/erection bills shall be considered for payment unless the necessary transactions in
ERP are performed by the concerned field offices.
iii) The right of the contractor/supplier to have payment or reimbursement of any cost for
execution of works/supply of materials as the case may be, against this order will be
forfeited or deemed to have been relinquished if the claim for it is not preferred to the
appropriate authority within 6(Six) months from the date of completion or deemed
completion as per clause of Company‟s GCSE.
All payment shall be made from the office of the CGM (F&A), APDCL. The bills after due
verification by the concerned SDE, passed by the concerned Asstt. General Manager and
countersigned by the concerned CEO/DGM will be placed to the CGM (D&S),UAR, APDCL
for payment. Progress report against the work must be enclosed with each bill (format for
progress report to be submitted will be supplied along with the work order).
The right of the contractor/supplier to have payment or reimbursement of any cost for
execution of works/supply of materials as the case may be, against this order will be forfeited
or deemed to have been relinquished if the claim for it is not preferred to the appropriate
authority within 6(Six) months from the date of completion or deemed completion as per
clause No 25.0 of Company’s General Conditions of Supply and Erection.
II) Earnest Money Deposit (EMD): The earnest money to the unsuccessful bidders will be
released on finalisation of the tenders. The EMD to the successful bidder will be released on
submission of the 10% Performance BG at the time of execution of the agreement.
9. Project Management and site Organisations:
In Consideration of the tight schedule of the project, the successful bidder(s) /Contractor(s)
shall exercise systematic closely controlled project management system with the aid of
commonly used soft tools. Following are the major activities/deliverables to be
organised/generated for submission to the Board.
(I) Liaison/Construction offices will be established in the Circle of APDCL.
(II) Work Progress Report:
a) Progress monitoring by the contractor as per implementation schedule and approved
milestones.
b) Maintenance of Inspection Register at site with daily progress details signed by the
site manager of the contractor and weekly by concerned field officers of APDCL.
c) Fortnightly progress report will invariably be submitted to the concerned CGM(D&S),
CEO, AGM & Sub-Divisional Engineers. The progress report will highlight the points
like, work completion vis-à-vis planned, plan for next working period, delay analysis
vis-à-vis committed schedule with reasons and remedies etc.
17 | P a g e
d) If any accident occurs during the execution of the project; the contractor will be held
responsible.
e) Site Organisation: The vendor at each working site shall establish the following:
• Store House
• Site Fabrication facilities
• Construction Supervision office
All offices shall be adequately furnished and staffed so as to take all site decisions
independently without frequent references to head Work’s/offices.
10. Guarantees and Penalties:
a) Liquidated Damages (LD): The proposed work is on top priority of Government of
Assam and therefore has to be completed within stipulated/agreed schedule. Any delay
beyond that will attract penalty as per Company’s general condition of supply and
erection.
b) Equipment and system installed shall be guaranteed individually for integrated operations
for a period of 18 (Eighteen) months from date of commissioning of the same. In case of
detection of any defect in individual equipment or system as a whole, the same shall
be replaced by the vendor free of cost within 15 days of intimation by the
Company’s representative, failing which will lead to forfeiture of the BG against the
equipments in full or in part which is at the absolute discretion of APDCL.
c) Warranty from the manufacturer shall be produced along with manufacturer’s test
certificate for the following items:
• VCBs, Isolators, CTs, PTs, CTPT sets.
• Control Room Panels.
• All types of insulators with hardware fittings
• GI / Steel Tubular Poles, GI Channels, angles
• Conductor
• Stay Sets
• All other equipments mentioned in the BOQ.
11. Approval/Clearances:
a) Concerned DGM/CEO, APDCL shall approve all site and documents prepared by the
contractor for construction of the line.
b) GTP and drawings of all equipments/materials shall be approved by
CGM(D&S),UAR, APDCL. This should be submitted to the O/o of the CGM(D&S),
UAR, APDCL after the award of contract to the successful bidder. Moreover, the
list of materials as per the BOQs should only be procured from the approved
vendors of APDCL.
18 | P a g e
c) The contractor shall obtain all statutory approvals and clearances from the statutory
authorities before charging the system. The contractor may seek assistance from the
APDCL authority for the same if needed.
12. Environmental Considerations:
While carrying out the assignment, no damage to environment /forests will be caused by the
contractor. If so done, the contractor will have to compensate the same to the satisfaction of
the concerned authority.
a) During project execution:
• All documents for approval shall be submitted in 6 copies.
• All final documents to be submitted to statutory organizations will be furnished as per
requirement of the authority.
13. Disclaimer:
While the Company will make every endeavour to extend necessary facilitation in expediting
the work, the contractor shall be responsible to organise and arrange all necessary inputs right
from mobilisation activities up to completion of the project. Company will not entertain any
failure / delay on such accounts. Also, Company will not be responsible for any
compensation, replenishment, damage, theft etc. as may be caused due to negligent working,
insufficient coordination with Government / non Government / Local Authority by the
contractor and/ or his personnel deputed for work. The contractor shall take necessary
coverage under LIC/GIC etc. for his working personnel and the goods in store as well as in
transit. The contractor should ensure that their workers are acquainted with the local working
conditions at site(s).
14. Termination of Contract on Contractor’s Default
If the Contractor neglect to execute the Works with due diligence and expertise or refuse or
neglect to comply with any reasonable order given to him, in the Contract by the Engineer in
connection with the works or shall contravene the provisions of the Contract, APDCL may
give notice in writing to the contractor for 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, then and in such case APDCL 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
APDCL shall think 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 APDCL shall
have free use of all Contractor's equipment that may have been at the time on the site in
connection with the works without being responsible to the Contractor for fair wear and tear
thereof and to the exclusion of any right of the contractor over the same, and APDCL 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 the work or of completing the Works as the case may be. If the cost
of completing of Works or executing a part thereof as aforesaid shall exceed the balance due
to the contractor, the contractor shall pay such excess. Such payment of excess amount shall
19 | P a g e
be independent of the liquidated damages for delay which the contractor shall have to pay if
the completion of works' is delayed.
In addition, such action by APDCL as aforesaid shall not relieve the Contractor of his liability
to pay liquidated damages for delay in completion of works. Such action by APDCL as
aforesaid, the termination of the Contract under this clause shall neither 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 period.
15. Termination of Contract on APDCLs initiative:
APDCL 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." APDCL shall in such
an event give fifteen (15) days notice in writing to the Contractor of his decision to do so.
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 are elated to the work terminated and terms satisfactory to
APDCL, stop all further sub-contracting or purchasing activity related to the work terminated,
and assist APDCL in maintenance, protection, and disposition of the Works acquired under
the Contract by APDCL.
In the event of such a termination, .the Contractor shall be paid compensation, equitable and
reasonable, dictated by the circumstances prevalent at the time of termination.
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
APDCL is satisfied that the legal representatives of the individual contractor or of the
proprietor of propriety concern and in the case of partnership, the surviving partners, are
capable of carrying out and completing the Contract, APDCL 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 surviving partners of the
contractor's firm on account of the cancellation of the contract. The decision of APDCL 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, APDCL shall not hold the estate of the deceased Contractor
and/or the surviving partner of the Contractor's firm liable to damages for not completing the
Contract.
16. Frustration of Contract:
In the event of frustration of the contract of supervening impossibility in items of Section 56
of the Indian Contract Act, parties shall be absolved of their responsibility to perform the
balance portion of the contract.
In the event of non-availability or suspension of funds for any reasons whatsoever (except for
reason of willful or flagrant breach by APDCL and/or contractor) then the Works under the
contract shall be suspended. Furthermore, if APDCL is unable to make satisfactory alternative
arrangements for financing to the contractor in accordance with the terms of the Contract
within three months of the event, the parties hereto shall be relieved from carrying out further
obligations under the Contract treating it as frustration of the Contract. In the event
Performance Bank Guarantee, the parties shall mutually discuss to arrive at reasonable on all
20 | P a g e
issues including amounts due to either party for the work already done on "Quantum merit"
basis which shall be determined by mutual agreement between the parties.
17. If for any reason the last date of receiving and opening of tender or the date of pre-bid
discussion is a declared holiday the next working day will be considered for receiving and
opening of bid or pre bid discussion.
18. In case any clause mentioned in the bid document contradicts or differ any clause of the
APDCL’s General condition of supply and erection the clauses appended in this document
will prevail.
19. Terms and Conditions, which are not specified, herein above will be governed by the
Company’s General Terms and Conditions of supply and erection.
APDCL’s General Conditions of supply and erection may be seen in our official
website www.apdcl.org
21 | P a g e
Annexure – I
Tender Proforma Part – I (Techno-commercial) NIT NO. CGM(D)/UAR/APDCL/Dinjan Airforce/02
1. Name and full address of the Bidder
2. Particulars of payment made for Purpose of
Tender documents money Receipt No: and Date.
3. Amount of earnest money with Money receipt No
and date Deposit No. and date:
4. Whether Service Tax Registration Certificate Yes/No
Submitted:
5. GST Registration Number:
6. P.F. Registration Number:
7. ESIC Number :
8. Acceptance of guarantee clause of Materials/equipment and
system installed individually and for intergraded operation:
9. Acceptance of penalty clause:
10. Acceptance of terms of payment:
11. Certificate/document regarding works done with value
Within the last three years if any
(Awarded by APDCL and other successor Companies of ASEB)-
a separate sheet if required may be enclosed as per Annexure-I(A)
12. Details about carrying out electrification work of at least one (one)
Similar to this work:
13. Details of manpower and T&Ps including vehicle available
with the firm to be enclosed separately:
14. List of document enclosed with serial number:
(All enclosures should be in chronological order as per
the list of documents enclosed – Annexure I(B))
Signature
With full name and designation
Of the Bidder/(Authorised person)
22 | P a g e
ANNEXURE – I (A)
ANNEXURE – I (B)
Bidder’s information
Bidder’s legal Name
In case of JV, legal
name of each partner
Bidder’s country of
constitution
Bidder’s year of
constitution
Bidder’s legal address
in country of
constitution
Bidder’s authorised
representative
(name, address,
telephone numbers, e-
mail)
Attached are copies of the following original documents
Financial situation(FIN-1)
Each bidder or member of JV must fill in this form
Financial Data of previous 3 years(in Rs. Lakhs)
Year 1: Year 2: Year 3:
Information from Balance Sheet
Total Assets
Total Liabilities
Net Worth
Current Assets
Current Liabilities
List of ongoing & completed projects of APDCL & other Successor Companies of ASEB
Sl
No
Name of
Work
Order
No.
Length of
Line/Quantum
of work
Contract
Value
Scheme Stipulated date of
completion as per
work order
Date of actual
completion/
present status
Remarks
23 | P a g e
Information from Income Statement
Total Revenue
Profits before taxes
Profits after taxes
Attached are copies of financial statements (balance sheets including all related notes and income
statements) for the last three years, as indicated above, complying with the following conditions
Form FIN-2: Average Annual Turnover
Each Bidder or member of JV must fill in this form
The information supplied should be the Annual Turnover of the Bidder or each member of a JV in terms of the
amounts billed to clients for each year for contracts in progress or completed (in Rs)
Form FIN-3: Financial Resources
Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit,
and other financial means, net of current commitments, available to meet the total construction cash
flow demands of the subject contract or contracts as indicated in Section 3 (Evaluation and
Qualification Criteria)
Financial Resources
Sl No. Source of financing Amount(in Rs. Lakhs)
1.
2.
3.
4.
Annual Turnover Data for the last 3 years
Year Amount (in Rs. lakhs)
Average Annual Turnover
24 | P a g e
ANNEXURE – I (C)
NB: This annexure must be certified by concern officer not below the rank of DGM/CEO Sl
No. Qualification Requirement Furnished
at Annexure Page Remarks
A LEGAL 1 Document in support of legal status of firm 2 Memorandum of Association & Registered/Notorised Joint
venture Agreement if JV
3 Registered/Notarized power of attorney of the signatory of the Bidder to participate in the Bid.
4 Board resolution of the company to authorizing the signatory 5 Information regarding any litigation, current or during the last
five years, in which the Bidder is involved, the parties concerned, and disputed amount.
6 Valid Electrical Contractor’s License (min 33kV) 7 Valid Electrical & Supervisory License (min 33kV) 8 GST Registration certificate 9 Labour License , Employees Provident Fund , ESIC Certificate B Financial 1 Audited Balance Sheet, Profit & Loss account, Auditor’s report for
last three year
2 CA certified Turnover of bidder during the last 3(Three) years. 3 Evidence of adequacy of working capital for this contract (access
to line (s) of credit and availability of other financial resources)
4 Authority to seek references from the bidders Bankers 5 Income Tax return for last 3 (Three) years 6 Value of similar work performed by the bidder in each of the last
three years – Statement.
7 Proposals for subcontracting components of the Works amounting to more than 10 percent of the Contract Price
8 Details of EMD (to paid online) C Technical ability and requisite experience 1 Experience of constructing minimum of 30(Thirty)km of 33kV
overhead lines and erection/installation of Sub-Station equipments like VCB, CTs, PTs, CR Panels during last 5(Five) years within India as on the date of bid submission.
2 Certificates issued by an Engineer not below the Cadre of Deputy General Manager/SE/CEO along with supporting photo-copies of awards.
3 Detailed activity plan and methodology supported with layout and necessary drawings and calculations (detailed) to allow the employer to review their proposals
4 Quality Assurance plan with Bar Chart 5 Proof of availability of the tools, tackles, spare parts, etc. for
carrying out the works.
D Technical particulars of equipments and materials offered in the Bill of Material and their GTPs
25 | P a g e
ANNEXURE-I (D)
Format for assessing the Bid Capacity of the Bidders To calculate the value of “A”
The following table contains the value of Electrical Works in respect to APDCL/other
utilities within India (Turnkey projects / Item rate contract/Construction works) undertaken
by the Bidder during the last 5 years.
SL No.
Financial
Year
Total value of Electrical works
done during the year
(excluding advance such as
mobilisation advance etc.) **
In Rs.
Factor for
updating to
current
price level
Updated
Value of the
Work
In Rs.
A B C=AxB
1 2020-21 1.00
2 2019-20 1.10
3 2018-19 1.21
4 2017-18 1.331
5 2016-17 1.464
Maximum Value of work in one FY during last 5 FYs (In
Rs.)
** Figures to be mentioned in the Column A shall be supported by relevant copies of
the Work Order/LOA as well as the corresponding Completion Certificates issued by the
officer not below the rank of CEO/DGM/Superintending Engineer of electrical utilities.
Maximum value of projects that have been undertaken during the F.Y. out of
the last 5 years and the value of the projects updated to the current price level (i.e. FY
2020-21) thereof is Rs. (Rupees in words).
26 | P a g e
ANNEXURE-I (E)
Format for assessing the Bid Capacity of the Bidders To calculate the value of “B”
A table containing value of all the existing commitments and on-going works.
Sl
No
Name
of
Proje
ct/
Work
Percenta
ge of
participa
tion of
Bidder in
the
project
Date of
comme
ncemen
t of
Project
Stipulate
d date of
Completi
on
Value of
the
contract
as per
Contract
Agreemen
t/LOA
Value of
work
complete
d**
Balance
value of
work to
be
completed
Balance
value of
work at
current
price level
(FY 2020-
21)
Rs. in
Lakhs
Rs. in
Lakhs
Rs. in
Lakhs
Rs. in
Lakhs
1 2 3 4 5 6 7 8= (6-7) 9 (3x 8 x
#)
# Updation Factor as given below:
F.Y. Updation Factor
2019-20 1.00
2018-19 1.10
2017-18 1.21
2016-17 1.331
2015-16 1.464
The Statement showing the value of all existing commitments and ongoing works as well as
the value of work completed for each of the works mentioned above is verified from the
certificate issued by the Engineer not below the rank of CEO/DGM in respect of APDCL
Projects or Superintending Engineer in respect of Projects in other utilities within India. No
awarded/ ongoing works has been left in the aforesaid statement which has been awarded to
M/s………………individually/and other member M/s……………….. (in case of Joint
Venture), as on due date of submission for this NIT.
27 | P a g e
SECTION – 3
BILL OF QUANTITY
&
PRICE BIDDING SCHEDULE
28 | P a g e
Rate
inclusive
of GST &
all tax
(Rs.)
Total
inclusive
of GST &
all tax
(Rs.)
Rate
inclusive
of GST &
all tax
(Rs.)
Total
inclusive
of GST &
all tax
(Rs.)
1 2 3 4 5 6= (4x5) 7 8= (4x7) 9= (6+8)
1RS Joist Pole(10mtr) with GI coating
175x85mmNo. 6
2 GI Steel Tubular Pole SP-76 No. 4
3 GI Channel 100x50x6x3.2 mtr No. 8
4Pole clamp GI flat 50x6mm (for cross
bracing)No. 32
5 GI Angle 50x50x6 mm (for cross bracing) mtr 64
6 33kV VCB with GI Mounting Structure No. 3
733kV Isolator 800A GI with GI mounting
structure and with E/SSet 3
833kV Isolator 800A GI with GI mounting
structure and without E/SSet 4
9
33kV CT with GI mounting structure &
marshalling box (set comprising of three
units)
Set 3
10 33kV CT for feeder, 600-300/5-5A Set 3
1133kV, 10kA LA with surge monitor & GI
mountingSet 3
1233KV C&R Panel for Feeder (with numerical
relay & static TVM)No. 2
13 33kV XLPE Cable 1core 630sqmm mtr 200
1433kV XLPE Cable Kit 1core 630sqmm
outdoor typeNo. 16
15 33kV/110V 1Ph PT set of 3units Set 1
16 33kV Combined CT PT Set No. 2
173Ph 4 wire (Cat-C) HT Trivector meter for
consumer meteringNo. 2
18 Metering Cabinet No. 2
19 Copper Control Cable 2core x 2.5 sqmm mtr 200
20 Copper Control Cable 4core x 2.5 sqmm mtr 440
21 Copper Control Cable 7core x 2.5 sqmm mtr 330
22 Copper Control Cable 10 core x 2.5 sqmm mtr 20
23 ACSR Panther Conductor km 0.3
24 HDPE Pipe 110mm dia 6mtr length No. 8
25 GI Wire 6 SWG kg 30
26 Cable Gland 400 sqmm No. 110
27 GI Channel (150x75x6)mm mtr 100
28 GI Angle 50x50x6 mm mtr 100
29 ACSR Wolf Conductor km 3.3
30 33kV Polymeric Pin Insulator (for line) No. 22
31 33kV Polymeric Disc Insulator 90kN No. 105
32 Tension Clamp for ACSR Panther No. 36
33 Tension Clamp for ACSR Wolf No. 9
34 GI Pipe 50mm dia, 3mtr length No. 10
BOQ 1(a) for Construction of Terminal equipments at 33/11kV Dinjan S/S for power supply to
Dinjan Airforce at 33kV level
Sl No Brief Item Description Unit Qty
Supply including F&I Erection
Total cost
of Supply,
F&I &
erection
29 | P a g e
35 PG Clamp for Panther No. 60
36 PG Clamp for Wolf No. 6
37 GI Nuts and Bolts assorted kg 100
38
PCC Work of Switchyard as per Sl No.2.1.1 of
PWD Schedule with coarse aggregate of size
13mm to 32mm in foundation base
complete as directed and specified
including dewatering if necessary and
Cu. Mtr 40
39 Grouting and Muffiering of SP-76 poles No. 8
40 RCC Foundation for VCB No. 3
41 RCC Foundation for Isolator No. 7
42 PCC Foundation for (1:2:4) for CT, PT, LA Cu. Mtr 21
43 Cable Trench for Power Cable 1260x650 mtr 20
44 Cable Trench for Control Cable 950x450 mtr 50
45
Switchyard Chainlink security fencing
including all materials complete with RCC
footings, beams, brick walls, etc. as per
specification.
Rmtr 25
46
Installation of Earthing System with MS
Flats 50x10mm (for earthing mat) with GI
flat riser 25x6mm (for earthing conductor &
perforated GI pipe 50mm dia & 3mtr length
for each electrode including excavation of
earth, welding etc.
Sqm 100
47Switchyard Gravelling of 0.15 mtr thickness
by 40mm size crushed stoneSqm 300
48Switchyard lighting with 6Nos. of 40W LED
Bulbs with structure & accessoriesJob 1
49Dismantling of existing 4Pole, CT, VCB,
IsolatorJob 1
30 | P a g e
Sl
No.
Specification and Schedule Item No.Unit Qty
Rate Amount
1
Item No. 23.7
Demolishing brickwork including stacking of serviceable materials
and disposal of unserviceable materials as directed for all levels
Battery Room: 2x 5.30 x 3.80 x 0.15 = 6.04 cum
W/C : 1 x 3.65 x 3.80 x 0.15 = 2.08 cum
Old store : 2 x 4.50 x 3.50 x 0.15 = 4.72 cum
. =19.56 cum
Cum 19.56
2
Item No. 23.15
Demolishing CC floors of various thickness including top layer and
base course and disposal of debris as directed for all levels.
Battery Room: 1 x 5.30 x 2.85 = 15.10 sqm
W/C : 1 x 3.65 x 3.80 = 13.87 sqm
Old Store : 1 x 6.40 x 4.50 = 28.80 sqm
. = 57.77 sqm
Sqm 57.77
3
Item No. 1.1
Earthwork in excavation for foundation trenches of walls, retaining
walls, footings of column, steps, septic tank etc. including refilling
(return filling) the quantity as necessary after completion of work,
breaking clods in return filling, dressing, watering and ramming etc.
and removal of surplus earth with all lead and lifts as directed and
specified in the following classification of soils including bailing out
water where necessary as directed and specified.
(A) Upto a depth of 2.00m below the existing G.L.
a) In ordinary soil:
Post : 12 x 1.20 x 1.20 x 1.20 = 20.73 Cum
Septic Tank : 1 x 2.80 x 1.40 x 1.50 = 5.88 Cum
Cable Trench: 1 x 12.00 x 0.60 x 0.45 =3.24 Cum
. =29.85 Cum
Cum 29.85
4
Item No. 4.1.1
Providing soling in foundation and under floor with stone/ best
quality picked jhama brick, sand packed and laid to level and in
panel after preparing the subgrade as directed including all labour
and materials and if necessary dewatering, complete.
Post : 12 x 1.20 x 1.20 = 17.28 sqm
Floor : 1 x 10.50 x 6.90 =72.45 sqm
Septic Tank : 1 x 2.80 x 1.40 = 3.92 sqm
Beam : 3 x 10.50 x 0.25 = 7.87 sqm
. =101.52 sqm
Sqm 101.52
BOQ 1(b) for Extension Works of the RCC Control Control Room building (120 Sqm)
including wiring, water supply, sanitary works, furniture and fittings, etc.
31 | P a g e
Item No. 18.1.1
Supplying, fitting and fixing in position reinforcement bars
conforming to relevant I.S. Code for R.C.C. work/ R.B. walling
including straightening, cleaning, cutting and bending to proper
shapes and length as per details, supplying and binding with 20G
annealed black wire and placing in position with proper blocks,
supports, chairs, spacers etc. complete.
b) Other ISI approved TMT reinforcement bar (SRMB/ SAI/ BISCON/
XTECH
12mm Jully : 12 x 18 x 1.30 x 0.89 kg = 249.91 kg
Post : 12 x 2 x 6.40 x 0.89 kg = 136.70 kg
False Post : 2 x 4 x 5.20 x 0.89 kg = 37.02 kg
16mm post : 12 x 4 x 6.40 x 1.58 kg = 485.37 kg
Pl Beam : 3 x 5 x 11.00 x 1.58 kg = 260.70 kg
. 4 x 5 x 7.00 x 1.58 kg = 221.20 kg
Roof Beam : 3 x 5 x 11.00 x 1.58 kg = 260.70 kg
. 4 x 5 x 7.00 x 1.58 kg = 221.20 kg
Stair Case : 1 x 5 x 2.50 x 1.58 kg = 19.75 kg
10mm lintel : 3 x 4 x 10.50 x 0.62 kg = 78.12 kg
. : 4 x 4 x 7.00 x 0.62 kg = 69.44 kg
Sun Shade : 4 x 10 x 0.75 x 0.62 kg = 18.60 kg
. :4 x 5 x 1.50 x 0.62 kg = 18.60 kg
Roof slab :160 x 8.20 x 0.62 kg = 813.44 kg
. 110 x 11.70 x 0.62 kg = 797.94 kg
Staircase : 2 x 17 x 2.50 x 0.62 kg = 52.70 kg
. 2 x 31 x 1.20 x 0.62 kg = 46.12 kg
. 1 x 36 x 1.20 x 0.62 kg = 26.78 kg
. 1 x 16 x 2.50 x 0.62 kg = 24.80 kg
. 3839 kg=38.39 Qntl
Qntl 38.39
(c) Other ISI approved MS reinforcements 6mm dia
Post : 12 x 39 x 0.80 x 0.22 kg = 82.36 kg
False Post : 2 x 30 x 0.45 x 0.22 kg = 5.94 kg
lintel : 1 x 395 x 0.45 x 0.22 kg = 39.10 kg
Beam : 2 x 395 x 0.95 x 0.22 kg = 165.11 kg
Staircase : 1 x 17 x 0.95 x 0.22kg = 3.55 kg
. 296.06 kg = 2.96 Qntl
Qntl 2.96
6
Item No. 2.1.1
Plain cement concrete works with coarse aggregate of sizes 13mm
to 32mm in foundation bed for footing steps, walls, brick works etc.
as directed and specified including dewatering if necessary, and
curing complete (shuttering where necessary shall be measured
and paid separately).
(a) In prop. 1:3:6
Post : 12 x 1.20 x 1.20 x 0.075 = 1.29 Cum
Septic Tank : 1 x 2.80 x 1.40 x 0.150 = 0.58 Cum
Floor : 1 x 10.50 x 6.90 x 0.075= 5.43 Cum
. 7.30 Cum
Cum 7.30
7
Item No. 25.12
Providing precast R.C.C slab over drain ,septic tank etc.
(a) 100mm thick slab
Septic Tank : 1 x 2.80 x 1.40 = 3.92 sqm
Cable trench: 1 x 12.00 x 0.45 = 5.40 sqm
. 9.32 sqm
Sqm 9.32
5
32 | P a g e
8
Item No. 2.2.1 Providing and laying plain/reinforced cement croncrete works cement, coarse sand & 20mm down graded stone aggregate including dewatering if necessary, and curing complete but excluding cost of form work and reinforcement for reinforced cement concrete work (form work and reinforcement will be measured and paid separately) (A) In substructure up to plinth level Foundation, footing, columns with base tie and plinth beam, pile cap, base slab (N) Without using admixture, plasticiser (a) M15 grade concrete or Prop. 1:2:4 12 x 1.20 x 1.20 x 0.15 = 2.59 Cum 12 x 1.20 x 1.20 x 0.30/2 =2.59 Cum . 5.18 Cum
Cum 5.18
9
Item No. 4.1.4 Brick work in cement morter with 1st class brick including racking out joints and curing complete as directed in sub-structure up to plinth level. (a) in proportion 1:5 . 3 x 10.50 x 0.30 x 0.25=2.36 Cum . 4 x 6.90 x 0.30 x 0.25 = 2.07 Cum Septic Tank : 2 x 2.80 x 1.45 x 0.25 =2.03 Cum . 2 x 0.90 x 1.45 x 0.25 = 0.65 Cum . 7.11 Cum Less Post : 12 x 0.25 x 0.25 x 0.30=(-)0.225 Cum . 6.88 Cum
Cum 6.88
10
Item No. 2.1.3 Providing and laying 25mm thick damp proof course with cement concrete in prop 1:1.5:3 with graded stone agg. of 10mm down nominal size including providing approved damp proof admixture in proportion as recommended by the manufacturer including curing etc. complete as directed. . 1 x 45.30 x 0.25 = 11.32 sqm
Sqm 11.32
11
Item No. 32.2.7 112mm thick 1st class brick nogged wall in cement mortar including racking out joints and curing complete as directed (B) Both side plastering (ii) In prop 1:5 (b) Brick work in cement mortar proportion 1:5 . 2 x 10.50 x 3.80 = 79.80 sqm . 1 x 5.30 x 3.80 = 20.14 sqm . 2 x 6.90 x 3.80 = 52.44 sqm . 2 x 4.50 x 3.80 = 34.20 sqm W/C :1 x 3.50 x 3.80 = 13.30 sqm . 2 x 2.40 x 3.80 = 18.24 sqm Cable Trench :2 x 12.00 x 0.50 = 12.00 sqm Septic Tank :1 x 0.90 x 1.00 = 0.90 sqm Above Stair :2 x 3.35 x 2.00 = 13.40 sqm . 1 x 2.40 x 2.00 = 4.80 sqm . 249.22 sqm Deduction for opening 4 x 1.30 x 1.50 = (-) 7.80 4 x 4.50 x 0.50 = (-) 3.00 1 x 0.90 x 0.90 = (-) 0.81 3 x 2.10 x 1.30 = (-) 8.91 1 x 2.00 x 0.80 = (-) 1.60 . 227.82 sqm
Sqm 227.82
33 | P a g e
12
Item No. 6.2.2
15 mm thick Cement plaster in single coat on single or half brick
wall for interior plastering up to 1st floor level including arises,
internal rounded angles, not exceeding 80mm girth and finished
even and smooth including curing complete as
directed. (c) In Cement mortar1:5
(A) On rough side
Old : 1 x 1 x 5.80 x 3.35 = 19.43 sqm
. 2 x 1 x 5.80 x 3.00= 34.80 sqm
Stair : 2 x 4 x 1.90 x 1.40 = 21.28 sqm
. 1 x 2 x 2.40 x 1.20 = 5.76 sqm
Plinth : 1 x 1 x 34.80 x 0.50= 17.40 sqm
Extra for rep L. S : 40.00 sqm
. 138.67 sqm
Sqm 138.67
Item No. 32.1.1
Providing and laying plain/reinforced cement croncrete works using
cement, coarse sand & 20mm down graded stone aggregate with
cost of necessary form work including dewatering if necessary, and
curing for reinforced cement concrete work complete as directed
(Reinforcement will be measured and paid separately)
(A) In sub-structure up to plinth level (a) M15 or Prop. 1:2:4
. 12 x 0.25 x 0.25 x 0.60 = 0.45 Cum
Beam 1 x 59.10 x 0.30 x 0.25 = 4.43 Cum
Septic Tank 1 x 0.90 x 0.60 x 0.10 = 0.054 Cum
. 4.93 Cum
Cum 4.93
(B) In super-structure (i) Vertical members, column, pillars (a) 1:2:4
. 12 x 4.40 x 0.25 x 0.25 = 3.30 Cum
False Post 2 x 4.10 x 0.13 x 0.15 = 0.15 Cum
. 3.45 Cum
Cum 3.45
(ii) Horizontal members, beam, lintel (a) 1:2:4
Lintel 59.10 x 0.13 x 0.15 = 1.15 Cum
Roof Beam 59.10 x 0.30 x 0.25 = 4.43 Cum
Stair 1 x 2.40 x 0.30 x 0.25 = 0.18 Cum
. 5.76 Cum
Cum 5.76
(iii) Suspended floor (slab, balcony, staircase) (a) 1:2:4
Sunshade 4 x 1.50 x 0.75 x 0.075 = 0.337 Cum
Slab 1 x 11.70 x 8.20 x 0.10 = 9.594 Cum
Staircase 1 x 2.40 x 1.20 x 0.10 = 1.44 Cum
. 11.65 Cum
Cum 11.65
13
34 | P a g e
14
Item No. 13.3.2 Providing two coats of acrylic water based wall putty/ wall filler of Asian Paints/ Berger/ Dulux over concrete/ cement plaster/ brick walls and ceilings both internal and external after removing all the loosely adhering material from the wall/ ceiling surface with the help of emery stone, putty blade or wire brush, moistening the wall with the help of sufficient quantity of clear water. . 4 x 10.50 x 3.80 = 159.60 sqm . 2 x 5.30 x 3.80 = 40.28 sqm . 8 x 4.50 x 3.80 = 136.80 sqm Roof 1 x 10.50 x 6.90 = 72.45 sqm W/C 2 x 3.35 x 3.80 = 25.46 sqm . 4 x 2.40 x 3.80 = 36.48 sqm Old 4 x 6.00 x 3.80 = 91.20 sqm . 562.27 sqm Deduction for opening 2 x 4 x 1.50 x 1.30 =(-) 15.60 sqm 2 x 4 x 1.50 x 0.50= (-) 6.00 sqm 2 x 1 x 0.90 x 0.90= (-) 1.62 sqm . 539.05 sqm
Sqm 539.05
15
Item No. 13.4.1 Wall painting (two coats) with acrylic emulsion paint approved brand and manufacture (Asian paint/Berger paint/ ICI paint / J&N paint / Nerolac) Quantity same as above item of wall putty = 539.05 sqm
Sqm 539.05
16
Item No. 13.4.2 Extra over item no 13.4.1 above for every subsequent coat of wall painting with acrylic emulsion paint of approved brand and manufacture (Asian paint/ Berger paint/ ICI paint/ J & N paint/ Nerolac). Qnty same as above = 539.05 sqm
Sqm 539.05
17
Item No. 11.1.2 Providing, fitting and fixing anodised aluminium sliding windows and ventilators of standard sections of approved brand (HINDALCO/NALCO/BALCO/JINDAL/Other equivalent primary producer ) without horizontal glazing bars, joints mitred and welded (manufactured to relevant IS specifications) and providing and fixing handles, angle cleat, rubber gasket, roller, bolting device, locking arrangements, screws etc as required complete as specified and directed for all levels. (b) 3 Track sliding window (i) 6mm 4 x 1.50 x 1.30 = 7.80 sqm 4 x 1.50 x 0.50 = 3.00 sqm 1 x 0.90 x 0.90 = 0.81 sqm . 11.61 sqm
Sqm 11.61
18
Item No. 11.2.10 Providing and fixing anodised aluminium framed double leaf doors of approved brand (i) 5mm thick frosted glass and 12mm thick prelaminated particle board 3 x 2.10 x 1.30 = 8.19 sqm
Sqm 8.19
35 | P a g e
19
Item No. 5.1.10 Cement plaster skirting with cement mortar in prop. 1:3 (1 cement : 3 coarse sand) finished with a floating coat of neat cement including rounding of junctions with floor. (a) 15mm thick Plinth 1 x 10.50 x 0.60 = 6.30 sqm . 2 x 6.90 x 0.60 = 8.28 sqm S/Tank 2 x 2.30 x 2.10 = 9.66 sqm . 2 x 0.90 x 2.10 = 3.78 sqm . 1 x 2.30 x 0.90 = 2.07 sqm Outside 2 x 2.80 x 0.60 = 3.36 sqm . 2 x 1.40 x 0.60 = 1.68 sqm . 35.13 sqm
Sqm 35.13
20
Item No.16.1 Glass Fitting Providing and fixing clear sheet glass beded in putty and fixed with/without wooden bidding including necessary cutting and glass to be required sized(payment for wooden bead shall be made separately) (1) Area of glass panes not below 0.15 sqm but not exceeding 0.52sqm. (a) 3mm thick. 30 x 0.35 x 0.25 = 2.62 sqm 20 x 0.25 x 0.20 = 1.00 sqm . 3.62sqm
Sqm 3.62
21
Item No. 10.2 Providing, fitting and fixing M.S. grill of required pattern for windows/ clerestory windows with MS Flats at rquired spacing plain grill. (c) Fixed to Brickwork MS sq bar 12mm . 4 x 15 x 1.30 x 1.13 kg = 88.14 kg . 4 x 13 x 1.50 x 1.13 kg = 88.14 kg (V) 4 x 4 x 1.50 x 1.13 kg = 27.12 kg . 4 x15 x 0.50 x 1.13 kg = 33.90 kg . 2 x13 x 0.90 x 1.13 kg = 26.44 kg Staircase 2 x 25 x 2.40 x 1.13 kg = 135.60 kg . 3 x 17 x 2.10 x 1.13 kg = 121.02 kg . 3 x 29 x 1.20 x 1.13 kg = 117.97 kg 40 x 5 MS Flat (D) 3 x 4 x 2.10 x 1.60 kg = 40.32 kg . 3 x 2 x 1.20 x 1.60 kg = 11.52 kg (W) 4 x 4 x 1.50 x 1.60 kg = 38.40 kg . 4 x 2 x 1.30 x 1.60 kg = 16.64 kg . 4 x 2 x 0.50 x 1.60 kg = 6.40 kg . 4 x 0.90 x 1.60 kg = 5.76 kg . 757.37 kg
kg 757.37
22
Item No. 18.3.1 Roof Truss Providing fitting, hoisting and fixing of roof trusses including purlins fabricated using MS circular hollow section conforming to relevant I.S. code, as per approved design and drawings including providing M.S. cleats, base plates, bolts and nuts and one coat of red oxide Zinc Chromate primer and two coats of approved enamel paints complete including fitting necessary cleats etc. for fixing ceiling joists as per design and drawings. 40mm (H) 4 x 4.0 x 4.43 kg = 70.88 kg 3 x 3.80 x 4.43 kg = 50.50 kg . 121.38 kg = 1.21 Qntl
Qntl 1.21
36 | P a g e
23
Item No. 18.6.1
Supplying fitting and fixing M.S.angles, M.S. flat, M.S. bolts and nuts
including painting with red lead paint one coat complete as
directed.
a) M. S. Angles 40 x 40 x 5 mm
Door Frame 3 x 4 x 2.10 x 3.00 kg = 75.60 kg
. 3 x 1 x 1.30 x 3.00 kg = 11.70 kg
. 87.30 kg = 0.87 Qntl
Qntl 0.87
24
Item No. 8.1.33 Roofing
Providing Pre Painted Galvanized Iron Sheet Roofing (PPGI) at all
levels including fitting and fixing with self drilling, self tapping
screws complete.
(iii) 0.50mm thick
1 x 4.00 x 3.80 = 15.20 sqm
Sqm 15.20
Item No. 15.2.1 Aluminium Fittings
Supplying, fitting, fixing anodised aluminium fittings of approved
make, resonably smooth, free from sharp edges and corners, flaws
and other defects and with counter sunk holes for screws including
necessary aluminium screws etc. complete.( anodised to bright
natural matt & satin finished )
(a) Sliding door bolts, (ii) 250mm x 16 mm. Each 3.00
(b) Tower bolts, (iv) 150mm x 10 mm Each 20.00
(c) Door Handle, (ii) 100mm Each 20.00
26
Item No. 19.5
Providing drain with brick work in cement mortar in proportion 1:5
with half brick thick side walls and 100mm thick C.C (1:3:6) base
over one brick flat soling including 15mm thick cement plastering in
prop. 1:3 finished with a floating coat of cement slurry as directed
with necessary shttering for sides and earth work in excavation of
foundation trenches and refilling the sides after completion of work
etc. as specified.
(i) 300mm wide and average 150mm deep with bed slope 1 in 150
with initial depth of 100mm.
. 15.00+10.50m = 25.50 Rm
Rm 25.50
27
Item No.19.2
Providing plinth protection with bricks flat laid in cement mortar 1: 4
and finished with 15mm thick cement plaster in prop. 1:2 with a
floating coat of neat cement finish.
. 2 x 7.50 x 0.50 m = 7.50 sqm
. 1 x 10.50 x 0.50 m = 5.25 sqm
. 12.75 sqm
Sqm 12.75
28
Item No.12.5
Providing, fitting and fixing PVC Door shutters of 37mm (single
panel seamless finish) of Syntex make, at all levels made of
extruded sections
. 1 x 2.00 x 0.80 = 1.60 Sqm
Sqm 1.60
29
Item No. 5.7.2.1
Providing VITRIFIED floor tiles of approved quality of specified size,
shape and thickness not less than 18mm on floors, skirtings as
directed.
(a) Normal Range (ii) 400mm x 400mm
. 1 x 4.50 x 10.50 = 47.25 sqm
. Existing Bldg. 1 x 2.85 x 5.30 = 15.10 sqm
. 1 x 2.60 x 5.30 = 13.78 sqm
. 76.13 sqm
Sqm 76.13
25
37 | P a g e
30
Item No. 1.3 Earth/ sand filling in plinth in layers not more than 150mm thick including necessary carriage, watering, ramming etc. complete as directed. (c) With river sand : 1 x 10.50 x 6.90 x 0.60 = 43.47 Cum
Cum 43.47
31
Item No. 13.7.2 Applying primary coat over new steel and other metal surface over 100m in width or girth after preparing the surface by throughly cleaning oil,grease, dirt and other foreign matter and scoured with wire brushes, fine steels, wood scrapers and sand paper. (a) With ready mixed red oxide primer W 4 x 1.50 x 1.30 x 1 times = 7.80 sqm V 4 x 1.50 x 0.50 x 1 times = 3.00 sqm W 1 x 0.90 x 0.90 x 1 times = 0.81 sqm D 3 x 2.10 x 1.20 x 1 times = 7.56 sqm Stair 1 x 2.40 x 2.40 x 1 times = 5.76 sqm Existing L.S. = 25.00 sqm . 49.93 sqm
Sqm 49.93
32
Item No. 13.7.4 Painting two coats (excluding priming coat) on new steel and other metal surface with enamel paint of approved brand and manufacture(Asian paint/ Berger paint/ ICI paint/ J & N paint/ Nerolac) to give an even shade including cleaning the surface of all dirt, dust and other foreign matter. (a) General purpose Quantity same as above = 49.93 sqm
Sqm 49.93
33
Providing Ceramic Tiles of approved quality, size, shape and thickness not less than 8 mm on floors, skirtings, treads and risers of steps over cement mortar (a) Normal Range (i) of size 300mm x 300 mm W/C 1 x 3.00 x 2.40 = 7.20 sqm Battery Room 1 x 2.00 x 5.30 = 10.60 sqm . 17.80 sqm
Sqm 17.80
34
Item No.5.7.1.2 Providing polished Ceramic Tiles of approved quality, size, shape and thickness not less than 8 mm on walls and skirtings over cement mortar. (a) Normal Range (i) of size 200mm x 200mm W/C 2 x 3.00 x 1.20 = 7.20 sqm . 2 x 2.40 x 1.20 = 5.76 sqm Battery Room 2 x 5.30 x 1.20 = 12.72 sqm . 2 x 2.00 x 1.20 = 4.80 sqm . 30.48 sqm Less 1 x 1.30 x 1.20 = (-) 1.56 sqm . 1 x 0.80 x 1.20 = (-) 0.96 sqm . 27.96 sqm
Sqm 27.96
35
Item No. 11.4.1 Providing, fitting and fixing anodised aluminium partition walls of standard sections of approved brand, joints mitred and welded (manufactured to relevant I.S. specification) and providing and fitting angle cleat, rubber gasket, bolting device screws etc. at all levels. (v) Partly 5mm thick glass panes and 12 mm . 1 x 3.35 x 2.50 = 8.37 sqm
Sqm 8.37
38 | P a g e
Rate
inclus ive
of GST &
a l l tax
(Rs .)
Tota l
inclus ive
of GST &
a l l tax
(Rs .)
Rate
inclus ive
of GST &
a l l tax
(Rs .)
Tota l
inclus ive
of GST &
a l l tax
(Rs .)
1 2 3 4 5 6= (4x5) 7 8= (4x7) 9= (6+8)
1 GI Steel Tubular Pole SP-76 No. 98
2 GI Channel 100x50x6x3.2 mtr No. 220
3 GI Angle 50x50x6 mm (for cross bracing) mtr 1664
4 Pole clamp GI flat 50x6mm (for cross bracing) No. 232
5 33kV Polymeric Disc Insulator 90kN No. 87
6 Tension Clamp for ACSR Wolf No. 33
7 Suspension Clamp for ACSR Wolf No. 60
8 PG Clamp for Wolf No. 80
9 Danger Plate HT No. 98
10 33kV Polymeric Pin Insulator (for line) No. 30
11 GI Pipe 50mm dia, 3mtr length No. 100
12 GI Wire 6 SWG (For guarding & earthing) kg 420
13 GI Wire 8 SWG ( For Guarding) kg 113
14 HT Stay Set Set 10
15 Stay Wire 7/10 SWG kg 120
16 HT Guy Insulator No. 10
17
33kV, 241 sqmm AAAC TRIPLE EXTRUDED, UV
PROTECTED, LONGITUDINALLY WATER BLOCKED
AND NON COMPACTED MEDIUM VOLTAGE
COVERED CONDUCTOR(MVCC)
mtr 5940
1833kV Class Polymeric Pin Insulator with GI Pin
and Nuts & BoltsNo. 150
19
33kV Class Polymeric Tension Insulator with
Clamps, Nuts & Bolts suitable for 241 sqmm
MVCC
No. 42
20
33kV Class Polymeric Tension Hardware with
Clamps, nuts & Bolts and all other accessories
including Arc Protection Device (APD) suitable
for 241 sqmm MVCC
No. 42
21 IPC suitable for 241 sqmm MVCC No. 12
22 NDA- Silicon/Surge Arrestor, 30kV 10kA Class-1 No. 6
23Insulated Ties (Top) for 33kV Class Polymeric
InsulatorNo. 132
24Insulated Ties (Side) for 33kV Class Polymeric
InsulatorNo. 33
25 33kV Mid Span Jointing Kit No. 12
26 33kV Termination kit No. 6
27 Grouting and Muffiering of SP-76 GI poles No. 98
28Dismantling of 800mtrs of 33kV Wolf Conductor
lines and polesJob 1
BOQ2 for Construction of 1.8km of 33kV OH Covered Conductor line (consisting of 800mtrs of 33kV Composite
line) from 33/11kV Dinjan S/S to Dinjan Airforce
Sl No Brief Item Description Unit Qty
Supply including F&I Erection
Tota l cost
of Supply,
F&I &
erection
39 | P a g e
ANNEXURE – II
Tender Proforma Part – II (Price Bid)
NIT NO. CGM(D)/UAR/APDCL/Dinjan Airforce/02
Proforma for unit rate inclusive of all duties & taxes in respect of supply, erection, testing and
commissioning
Works for which tendered:-
Name and full address of the Bidder:
Sl.
No.
Item Unit Quantity Cost of materials
inclusive of freight,
insurance handling
from manufacturer
unit to work site
(inclusive of GST &
all taxes & duties)
Rs.
Cost of erection/
dismantling of
materials & testing &
commissioning
(inclusive of GST & all
taxes & duties) Rs.
Grand total
in Rs.
1 2 3 4 5 6= (4x5) 7 8= (4x7) 9= (6+8)
As per
BOQ
As per
BOQ
As per
BOQ
Signature with full name
And designation of the Bidder
(Authorized person)
40 | P a g e
SECTION – 4
GENERAL REQUIREMENTS
41 | P a g e
GENERAL REQUIREMENTS:
The bidder shall comply with the following general requirements along with other specifications.
1. Quality Assurance Plan
1.1. The bidder shall invariably furnish the following information along with his offer failing
which the offer shall be liable for rejection. Information shall be separately given for
individual type of equipment offered.
i) The structure of the organisation.
ii) The duties and responsibilities assigned to staff ensuring quality of work.
iii) The system of purchasing, taking delivery and verification of materials.
iv) The system for ensuring quality of workmanship.
v) The quality assurance arrangements shall confirm to the relevant requirement of
ISO 9001 on ISO 9002 as applicable.
vi) Statement giving list of important raw materials, names of sub-supplies for the
raw materials, list of standards according to which the raw material are tested, list
of tests normally carried out on raw material in the presence of suppliers
representative, copies of test certificates.
vii) Information and copies of test certificates as on (i) above in respect of bought out
items.
viii) List of manufacturing facilities available.
ix) Level of automation achieved and list of areas where manual processing exists.
x) List of areas in manufacturing process, where stage inspections are normally
carried out for quality control and details of such test and inspection.
xi) List of testing equipment available with the bidder for final testing of equipment
specified and test plant limitation, if any vis-à-vis the type. Special acceptance
and routine tests specified in the relevant standards. These limitations shall be
very clearly brought out in "Schedule of Deviations" from the specified test
requirement.
1.2. The contractor shall within 30 days of placement of order, submit the following
information to the purchaser.
i) List of the raw material as well as bought out accessories and the names of sub-
suppliers selected from those furnished along with the offer.
ii) Type test certificate of the raw materials and bought out accessories if required
by the purchaser.
iii) Quality Assurance Plant (QAP) with hold points for purchaser’s inspection. QAP
and purchasers hold points shall be discussed between the purchaser and
contractor before the QAP is finalized.
The contractor shall submit the routine test certificates of bought out accessories and
central excise assets for raw materials at the time of routine testing if required by the
purchaser and ensure that the quality assurance requirements of specification are
followed by the sub-contractor.
1.3. The Quality Assurance Programmed shall give a description of the Quality System
and Quality Plans with the following details.
i) Quality System
• The Structure of the organisation.
• The duties and responsibilities assigned to staff ensuring quality of work.
42 | P a g e
• The system of purchasing, verifying during delivery of materials.
• The system of ensuring quality workmanship.
• The system of control of documentation.
• The system of retention of documents.
• The arrangement of contractor internal audit.
• A list of administrator and work procedures required to achieve contractor’s
quality requirements. These procedures shall be made readily available to the
purchaser for inspection on request.
ii) Quality Plans
• An outline of the proposed work and program sequence.
• Hold and notification points.
• Submission of engineering documents required for this specification.
• The inspection of materials and components on request.
• Reference to contractor’s work procedures appropriate to each activity.
• Inspection during fabrication/construction.
• Final inspection and test.
2. Inspection
2.1. APDCL's representative or third party nominee shall at all times be entitled to have
access to the works and all places of manufacture, where insulator, and its component
parts shall be manufactured and the representatives shall have full facilities for
unrestricted inspection of the Contractor's and sub-Contractor's works, raw materials,
manufacture of the material and for conducting necessary test as detailed herein.
2.2. The material for final inspection shall be offered by the Contractor only under packed
condition as detailed in the specification. APDCL shall select samples at random from the
packed lot for carrying out acceptance tests. Insulators shall normally be offered for
inspection in lots not exceeding 5000 nos. the lot should be homogeneous and should
contain insulators manufactured in the span of not more than 3-4 consecutive weeks.
2.3. The Contractor shall keep APDCL informed in advance of the time of starting and the
progress of manufacture of material in their various stages so that arrangements could be
made for inspection.
2.4. No material shall be dispatched from its point of manufacture before it has been
satisfactorily inspected and tested unless the inspection is waived off by APDCL in
writing. In the latter case also the material shall be dispatched only after satisfactory
testing for all tests specified herein have been completed.
2.5. The acceptance of any quantity of material shall be no way relieve the Contractor of his
responsibility for meeting all the requirements of the specification and shall not prevent
subsequent rejection, if such material are later found to be defective.
3. Additional Tests
3.1. APDCL reserves the right of having at his own expense any other test(s) of reasonable
nature carried out at Contractor's premises, at site, or in any other place in addition to the
type, acceptance and routine tests specified in these bidding documents against any
equipments to satisfy himself that the material comply with the Specifications.
3.2. APDCL also reserves the right to conduct all the tests mentioned in this specification at
his own expense on the samples drawn from the site at Contractor's premises or at any
43 | P a g e
other test centre. In case of evidence of non-compliance, it shall be binding on the part of
the Contractor to prove the compliance of the items to the technical specifications by
repeat tests or correction of deficiencies, or replacement of defective items, all without
any extra cost to APDCL.
4. Test Reports
4.1. Copies of type test reports shall be furnished in at least six (6) copies along with one
original. One copy shall be returned duly certified by APDCL only after which the
commercial production of the concerned materials shall start.
4.2. Copies of acceptance test reports shall be furnished in at least six (6) copies. One copy
shall be returned duly certified by APDCL, only after which the material shall be
dispatched.
4.3. Record of routine test reports shall be maintained by the Contractor at his works for
periodic inspection by APDCL's representative.
4.4. Test certificates of test during manufacture shall be maintained by the Contractor. These
shall be produced for verification as and when desired by APDCL.
5. List of Drawings and Documents.
5.1. The bidder shall furnish the following along with bid.
• Two sets of drawings showing clearly the general arrangements, fitting
details, electrical connections etc.
• Technical leaflets (user’s manual) giving operating instructions.
• Three copies of dimensional drawings of the box for each quoted item.
The manufacturing of the equipment shall be strictly in accordance with the approved
drawings and no deviation shall be permitted without the written approval of the
purchaser. All manufacturing and fabrication work in connection with the equipment
prior to the approval of the drawing shall be at the supplier's risk.
Approval of drawings/work by purchaser shall not relieve the supplier of his
responsibility and liability for ensuring correctness and correct interpretation of the
drawings for meeting the specification.
5.2. The requirements of the latest revision of application standards, rules and codes of
practices. The equipment shall conform in all respects to high standards of engineering,
design, workmanship and latest revisions of relevant standards at the time of ordering and
purchaser shall have the power to reject any work or materials which, in his judgment is
not in full accordance therewith.
5.3. The successful Bidder shall within 2 weeks of notification of award of contract submit
three sets of final versions of all the drawings as stipulated in the purchase order for
purchaser's approval. The purchaser shall communicate his comments/approval on the
drawings to the supplier within two weeks. The supplier shall, if necessary, modify the
drawings and resubmit three copies of the modified drawings for their approval. The
supplier shall within two weeks submit 30 prints and two good quality report copies of
the approved drawings for purchaser's use.
44 | P a g e
5.4. Eight sets of operating manuals/technical leaflets shall be supplied to each consignee for
the first instance of supply.
5.5. One set of routine test certificates shall accompany each dispatch consignment.
5.6. The acceptance test certificates in case pre-dispatch inspection or routine test certificates
in cases where inspection is' waived shall be got approved by the purchasers.
5.7. Any item specification if not available in this document Contractor shall supply and
execute the items meeting the relevant IS specification with the approval of the purchaser.
45 | P a g e
SECTION – 5
FORM OF BIDS
46 | P a g e
PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE
(To be stamped in accordance with Stamp Act)
Ref…………….. Bank Guarantee No……………..
Date……………………..
To
The Chief General Manager (D&S)
UAR, Assam Power Distribution Company Ltd.
Bijilee Bhawan, Paltanbazar
Guwahati-1
Dear Sir/Madam,
In consideration of Assam Power Distribution Company Ltd., (herein after 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………………….…….with
registered/ Head office at ……………….( hereinafter referred to as “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 Intent
No……… dated………... and the same having been acknowledged by the contractor, resulting
in a contract and contractor having agreed to provide a Contract Performance Guarantee for the
faithful performance of the entire Contract equivalent to 10(%) of the said value Contract to
APDCL.
We……………………………………………….. (Name & Address) 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 APDCL, on demand any or all monies
payable by the contractor to be extent of ₹ …………………. at any time up to
………………………..**(day/month/year) without any demur, reservation , contest , recourse
or protest and / or without any reference to this contractor. Any such demand made by APDCL
on the bank shall be conclusive and binding notwithstanding any difference between APDCL
and the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other
authority. The bank undertakes not to revoke this guarantee during its currency without
previous consent of APDCL and further agrees that the guarantee herein contained shall
continue to be enforceable till APDCL discharges this guarantee.
APDCL shall have the fullest liberty without affecting in any way the liability of the Bank
under the guarantee, from time to time to extend the time for performance or the contract by the
contractor. APDCL shall have the fullest liberty, without affecting this guarantee, to postpone
from time to time the exercise of any power vested in them or of any right which they might
have against the contractor, and to exercise the same at any time in any matter, and either to
enforce or to for bear to enforce any covenants, contained or implied, in the contract between
APDCL and the contractor or any other course or remedy or security available to APDCL. The
Bank shall not be released to its obligations under these presents by any exercise by APDCL of
47 | P a g e
its liberty with reference to the matters aforesaid or any of them or by reason of any other act of
omission or commission on the part of APDCL or any other indulgences shown by APDCL or
by any other matter or thing whatsoever which under law would, but for this provision have the
effect of relieving the Bank.
The bank also agrees that APDCL 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 not withstanding any security or other guarantee APDCL may have in relation to the
Contractor’s liabilities.
Notwithstanding anything contained herein above our liability under this guarantee is restricted
to ……………………. And it shall remain in force up to an including …………………….. and
shall be extended from time to time for such period( not exceeding 1 year) as may be desired by
M/s……………………………………………….on whose behalf this guarantee has been
given.
Dated this……………………. Day of ……………………….. 20……………… at…………
WITNESS
……………………………. ………………………
(Signature) (Signature)
…………………………… ……………………..
(Name) (Name)
………………………….. ……………………..
(Official address) (Official address)
Attorney as per power
Of Attorney No…………..
Date……………………..
NB: The stamp paper of appropriate value shall be purchased in the name of issuing bank.
48 | P a g e
PROFORMA OF EXTENSION OF BANK GUARANTEE (To be stamped in accordance with Stamp Act)
Ref…………….. Date……………………..
To
The Chief General Manager (D&S)
UAR, Assam Power Distribution Company Ltd.
Bijulee Bhawan, Paltanbazar
Guwahati-1
-
Sub: Extension of Bank Guarantee No……………….. for Rs…………………. Favoring
yourselves, expiring on …………………. On account of M/S…………………………..
in respect of contract no……………………. dated …………….. (herein after called
original Bank Guarantee).
Dear Sir/Madam,
At the request of M/s ……………………… we ………………… Bank, Branch Office
at ………………….. and having its Head Office at………………………. do hereby extend
our liability under the above mentioned Bank Guarantee No………………………………..
dated ………………………for a further period of ……………………… (Years/ Months)
from………………….. to expire on…………………..expect as provided above, all other terms
and conditions of the original Bank Guarantee No………………………. dated ……………….
shall remain unaltered and binding.
Please, treat this as an integral part of the original Bank Guarantee to which it would be
attached.
Yours faithfully,
For………………………………
Manager/Agent/Accountant
…………………..
Power of attorney No……………………
Dated……………………………………
SEAL OF BANK
Note: The non- judicial stamp paper of appropriate value shall be purchased in the name of the
Bank who has issued the Bank Guarantee.
49 | P a g e
PROFORMA OF “AGREEMENT”
(To be executed on non-Judicial stamp paper)
This Agreement made this …………….. Day of ………… two thousand……………. Between
Assam Power Distribution Company Ltd. having its head office at Bijulee Bhawan,
Paltanbazar, Guwahati-1 (hereinafter referred to as ‘Owner’ or ‘APDCL’, which expression
shall include its administrators, successors and assign on one part and (hereinafter referred to as
the ‘Contractors ‘X’ (Name of the contracting Co.) which expression shall include its
administrators, successors, executors and permitted assigns) on the other part.
WHEREAS APDCL desirous of …………………….. in……………. Circle associated with
APDCL at ……………….(District) invited Bids for……………………………………………..
………………………………. (Briefly describe scope of works) for the first state of the project
as per its Bid Specification No………………………………
AND WHEREAS……………………….”X” ………………………. Had participated in the
above referred Bidding vide their proposal No……..……………………. dated……………….
And awarded the Contract to………………………………..” X”……………………on terms
and conditions documents referred to therein which have been acknowledged
by……………….”X”…………………..resulting into a “Contract”.
NOW THEREFORE THIS DEED WITNESS AS UNDER:-
1. Article
1.1. Award of Contract
APDCL awarded the contract to……………..”X”……………… for the work of ……………
on the terms and conditions contained in its Letter of Award No…….. ……….
Dated…………… and the documents referred to therein. The award has taken effect from
aforesaid letter of award. The terms and expression used in this agreement shall have the same
meaning as are assigned to them in the ‘Contract Documents’ referred to in this succeeding
Article.
2. Documentation
2.1. The contract shall be performed strictly as per the terms and condition stipulated herein and
in the following documents attached herewith (hereinafter referred to as “Contract Documents”.)
i) Section 1-7 of the Bidding Document.
ii) Proposal Sheets, Data Sheets, Drawing work schedule submitted by “X”.
APDCL’s Letter of Award No………dated………..duly acknowledged by “X”. Quality Plans
for manufacturing and field activities entitled as Quality Plan.
` All the aforesaid Contract Documents shall form an integral part of this agreement , in so far as
the same or any part conform to the bidding documents and what has been specifically agreed to
by APDCL in its letter of Award. Any matter inconsistent therewith, contrary or repugnant thereto
or any deviations taken by the Contractor in its ‘Proposal’ but not agreed to especially by APDCL
in its Letter of Award shall be deemed to have been withdrawn by the Contractor. For the sake of
brevity, this agreement along with its aforesaid Contract Documents shall be referred to as the
‘Agreement’.
50 | P a g e
3. Conditions and Covenants
3.1. The scope of Contract, Consideration, Terms of Payment, Price Adjustments, Taxes wherever
applicable, Insurance, Liquidated Damage, Performance Guarantees and all other terms and
conditions are contained in APDCL’s Letter of Award No………........... dated……………… read
in conjunction with other aforesaid contract documents. The contract shall be duly performed by
the Contract Documents, but which are needed for successful, efficient, safe and reliable
operation of the equipment unless otherwise specifically excluded in the specification under
‘exclusion’ or Letter of Award.
3.2. The scope of work shall also include supply and installation of all such items which are not
specifically mentioned in the contract Documents, but which are needed for successful, efficient,
safe and reliable operation of the equipment unless otherwise specifically excluded in the
specifications under ‘exclusions’ or ‘Letter of Award’.
3.3. Time Schedule.
3.3.1. Time is the essence of the Contract and schedules shall be strictly adhered to “X” shall
perform the work in accordance with the agreed schedules.
3.4. Quality Plans
3.4.1. The Contractor is responsible for the proper execution of the Quality Plans mentioned in
Section 4.8 of GTC. The work beyond the customer’s hold points will progress only with
APDCL’s consent. APDCL will also undertake quality surveillance and quality audit of the
Contractor’s /Sub-contractor’s works, systems and procedures and quality control activities.
The Contractor further agrees that any change in the Quality Plan will be made only with
APDCL’s approval. The contractor shall also perform all quality control activities, inspection
and tests agreed with APDCL to demonstrate full compliance with the contract requirements.
3.4.2. The contractor also agrees to provide APDCL with the necessary facilities for carrying out
inspection, quality audit and quality surveillance of contractors and its Subcontractor’s
Quality Assurance Systems and Manufacturing Activities. These shall include but not limited
to the following:
• Relevant plant standards, drawing and procedures.
• Detailed Quality Assurance System manuals for manufacturing activities.
• Storage procedures and instructions weld, NDT, heat treatment prior to
commencement of manufacture.
• Complete set of log sheets (blank) mentioned in the Quality Plans.
It is expressly agreed to by the contractor that the quality test and inspection by APDCL shall
not in any way relief the contractor of its responsibilities for quality standards and
performance guarantee and their other obligations under the Agreement.
3.4.3. “X’ agrees to submit quality Assurance Documents to APDCL for review and record after
completion and within 3 weeks of dispatch of material.
The package will include the following:
• Factory test result, inspection report for testing required by this contract or
applicable codes and standards.
• Two copies of inspection reports duly signed by Quality Assurance personnel
of both APDCL and “X” for the agreed customer holds points.
• Report of the rectification works where and if applicable.
51 | P a g e
3.5. It is expressly agreed to by the Contractor that notwithstanding the fact that the Contract is
termed as Supply-cum-Erection Contract or indicates the break-up of the Contract consideration,
for convenience of operation and for payment of sale tax on supply portion, it is in fact one
composite Contract on single source responsibility basis and the Contractor is bound to perform
the total Contract in its entirely and non-performance of any part or portion of the Contract shall
be deemed to be breach of the entire Contract.
3.6. The Contractor guarantees that the equipment package under the Contract shall meet the ratings
and performance parameters as stipulated in the technical specifications (Section 6) and in the
event of any deficiencies found in the requisite performance figures, APDCL may at its option
reject the equipment package or alternatively accept it on the terms and conditions and subject to
levy of the liquidated damages in terms of Contract documents. The amount of liquidated
damages so levied shall be in accordance with the contract document and without any limitation.
3.7. It is further agreed by the contractor that the contract performance guarantee shall in no way be
constructed to limit or restrict APDCL’s equipment right to recover the damages/compensation
due to shortfall in the equipment performance figures as stated in Para 3.6 above or under any
other clause of the agreement. The amount of damages/compensation shall be recoverable either
by way of deduction from the contract price, contract performance guarantee and or otherwise.
The contract performance guarantee furnished by the contractor is irrevocable and unconditional
and APDCL shall have the power to invoke it notwithstanding any dispute or difference between
APDCL and the contractor pending before any court tribunal, arbitrator or any other authority.
3.8. This Agreement constitutes full and complete understanding between the parties and terms of the
payment. It shall supersede all prior correspondence terms and conditions contained in the
Agreement. Any modification of the agreement shall be effected only by a written instrument
signed by the authorized representative of both the parties.
4. Settlement of Disputes
4.1. It is specifically agreed between parties that all the differences or disputes arising out of the
agreement or touching the subject matter of the agreement shall be decided by process of
settlement and Arbitration as specified in clause 41 of the General Condition of the Contract and
provision of the Indian Arbitration Act, 1996 shall apply.
4.2. Notice of Default
Notice of default given by either party to the other under agreement shall be in writing and shall
be deemed to have been duly and properly served upon the parties hereto if delivered against
acknowledgement or by telex or by registered mail with acknowledgements due addressed to the
signatories at the addresses mentioned at Guwahati.
52 | P a g e
IN WITNESS THEREOF, the parties through their duly authorized representatives have executed
these presents (execution where of has been approved by the competent authorities of both the
parties) on the day, month and year first above mentioned at Guwahati.
(Signature) (Signature)
Chief General Manager(D&S), Contractor’s Name with Party Name
UAR, Bijulee Bhawan.
Witness with designation:
1. …………..
2. …………..
3. …………..
• Applicable in case of single award is placed on one party on Supply-cum- Erection basis.
In two separate awards are placed on single party/two different parties this clause is to be
modified suitably while signing the contract agreement to be signed separately for two awards to
incorporate cross fall breach clause.
53 | P a g e
FORM OF POWER OF ATTORNEY FOR JOINT VENTURE
(On Non-judicial Stamp Paper of Appropriate value to be purchased in the
Name of Joint Venture)
KNOW ALL MEN BY THESE PRESENTS THAT WE, the Partners whose details are given
hereunder…….……................................................................. have formed a Joint Venture under the
laws of……………………………..……….and having our Registered Office(s)/Head Office(s) at
……………………………………(herein after called the 'Joint Venture' which expression
shall unless repugnant to the context or meaning thereof, include its successors, administrators and
assigns) acting thorough M/S………………………………………….. being the Partner in-charge
do hereby' constitute, nominate and appoint M/S…...………………………………..a Company
incorporated under the laws of ……………………………..and having its Registered/Head Office
at………………………..as our duly 'constituted lawful Attorney (hereinafter called "Attorney" or"
Authorized Representative" or "Partner In-charge") to exercise all or any of the powers for and on
behalf of, the Joint Venture in regard* to ----------------------------(Name of the Package)
(Specification No.-------------------------) of Assam Power Distribution Company Ltd. Bijulee
Bhawan, Paltan Bazar, GUWAHATI (hereinafter called the "Owner") and the bids for which have
been invited by APDCL, to undertake the following acts:
i) To submit proposal and participate in the aforesaid Bid Specification of APDCL on
behalf of the “Joint Venture”.
ii) To submit proposal and participate in the aforesaid Bid Specification of APDCL on behalf
of the “Joint Venture”.
iii) To do any other act or submit any document rated to the above.
iv) To receive, accept and execute the Contract for and on behalf of the "Joint Venture".
It is clearly understood that the Partner In-charge (Lead Partner) shall ensure performance of the
Contract(s) and if one or more Partner fail to perform their respective portion of the Contract(s), the
same shall be deemed to be a default by all the Partners.
It is expressly understood that this Power of Attorney shall remain valid binding and irrevocable till
completion of the Defect Liability Period in terms of the Contract.
The Joint Venture hereby agrees and undertakes to ratify and confirm all the above whatsoever the
said Attorney/ Authorized Representative/Partner In-charge quotes in the bid, negotiates and signs
the Contract with APDCL and/or proposes to act on behalf of the joint Venture by virtue of this
Power of Attorney and the same shall bind the Joint Venture as if done by itself.
* Strike which is not applicable.
54 | P a g e
IN WITNESS THEREOF the Partners Constituting the Joint Venture as aforesaid have executed
these presents on this …………….. day of ……………....... under the Common Seal(s) of their
Companies.
for and on behalf of
the Partners of Joint
Ventures
The Common Seal of the above Partners of the Joint Venture:
The Common Seal has been affixed there unto in the presence of:
WITNESS
1. Signature………………………….
Name……………………………..
Designation………………………
Occupation………………………
2. Signature…………………………
Name…………………………….
Designation……………………...
Occupation………………………
55 | P a g e
FORM OF JOINT VENTURE AGREEMENT
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE TO BE PURCHASED IN THE
NAME OF JOINT VENTURE)
PROFORMA OF JOINT VENTURE AGREEMENT BETWEEN
……………………………..AND………………………………….FOR BID SPECIFICATION
No…………………….OF ASSAM POWER DISTRIBUTION COMPANY LTD.
The Joint Venture Agreement executed on this…………. Day of …………………….and
between M/s…………………………………., a Company incorporated under the laws
of………………………………. And having its registered office at…………………………
(herein after called the “Partner” which expression shall include its successors, executors and
permitted assigns) for purpose of making a bid and entering into a contract* (in case of award)
for Construction
of………………………………………………………………………………..(name of the
package) against the specification No……………………of APDCL Bijulee Bhawan,
Paltanbazar, Guwahati- 781001, an Electricity Distribution Company registered under
Electricity Act, 2003 having its registered office at Bijulee Bhawan, Paltanbazar, Guwahati-
781001(herein after called the “Owner”)
WHEREAS APDCL invited bids as per the above mentioned Specification for the design
manufacture, supply and erection, testing and commissioning of Equipment/Materials stipulated
in the bidding documents under subject Package* For_________________ (Package Name)
(Specification No.:_____________________)
AND WHEREAS Annexure – I (Qualification Requirement of the Bidder) Section-2, forming
part of the bidding documents, stipulates that a Joint Venture of two or more qualified firms as
partners, meeting the requirement of Annexure-I, Section 2 as applicable may bid, provided the
Joint Venture fulfills all other requirements of Annexure-I, Section 2 and in such a case, the
BID shall be signed by all the partners so as to legally bind all the Partners of the .Joint
Venture, who will be jointly and severally liable to perform the Contract and all obligations
hereunder .
*Strike which is not applicable.
The above clause further states that the Joint Venture agreement shall be attached to the bid and
the contract performance guarantee will be as per the format enclosed with the bidding
document without any restriction or liability for either party.
AND 'WHEREAS the bid has been submitted to APDCL vide proposal No ................................
dated .......................................................... by Lead Partner based on the Joint Venture
agreement between all the Partners under these presents and the bid in accordance with the
requirements of Annexure-I (Qualification Requirements of the Bidders), Section -2 has been
signed by all the partners.
56 | P a g e
NOW THIS INDENTURE WITNESSETH AS UNDER:
In consideration of the above premises and agreements all the Partners to this ,Joint Venture do
hereby now agree as follows:
1. In consideration of the award of the Contract by APDCL to the Joint Venture partners, we,
the Partners to the Joint Venture agreement do hereby agree that M/S__________________
shall act as Lead Partner and further declare and confirm that we shall jointly and severally
be bound unto APDCL for the successful performance of the Contract and shall be fully
responsible for the design, manufacture, supply, and successful performance of the
equipment in accordance with the Contract.
2. In case of any breach of the said Contract by the Lead Partner or other Partner(s) of the
Joint Venture agreement, the Partner(s) do hereby agree to be fully responsible for the
successful performance of the Contract and to carry out all the obligations and
responsibilities under the Contract in accordance with the requirements of the Contract.
3. Further, if APDCL suffers any loss or damage on account of any breach in the Contract or
any shortfall in the performance of the equipment in meeting the performance guaranteed as
per the specification in terms of the Contract, tile Partner(s) of these presents undertake to
promptly make good such loss or damages caused to APDCL, on its demand without any
demur. It shall not be necessary or obligatory for APDCL to proceed against Lead Partner
to these presents before proceeding against or dealing with the other Partner(s).
4. The financial liability of the Partners of this Joint Venture agreement to APDCL, with
respect to any of the claims arising out of the performance of non-performance of the
obligations set forth in the said Joint Venture agreement, read in conjunction with the
relevant conditions of the Contract shall, however, not be limited in any way so as to restrict
or limit the liabilities of any of the Partners of the Joint Venture agreement.
5. It is expressly understood and agreed between the Partners to this Joint Venture agreement
that the responsibilities and obligations of each of the Partners shall be as delineated in
Appendix-I (*To be incorporated suitably by the Partners) to this agreement. It is further
agreed by the Partners that the above sharing of responsibilities and obligations shall not in
any way be a limitation of joint and several responsibilities of the Partners under this
Contract.
6. This Joint Venture agreement shall be construed and interpreted in accordance with the
laws of India and the courts of Delhi shall have the exclusive jurisdiction in all matters
arising there under.
7. In case of an award of a Contract, We the Partners to the Joint Venture agreement do hereby
agree that we shall be jointly and severally responsible for furnishing a contract
performance security from a bank in favour of APDCL in the forms acceptable to purchaser
for value of 10% of the Contract Price in the currency/currencies of the Contract.
8. It is further agreed that the Joint Venture agreement shall be irrevocable and shall form an
integral part of the Contract, and shall continue to be enforceable till APDCL discharges the
same. It shall be effective from the date first mentioned above for all purposes and intents.
57 | P a g e
IN WITNESS WHEREOF, the Partners to the Joint Venture agreement have through their
authorised representatives executed these presents and affixed Common Seals of their
companies, on the day, month and year first mentioned above.
IN WITNESS WHEREOF, the Partners to the Joint Venture agreement have through their
authorized representatives executed these presents and affixed Common Seals of their
companies, on the day, month and year first mentioned above.
Common Seal of_________________ For Lead Partner
has been affixed in my/our presence
pursuant to the Board of Director's (Signature of authorized
resolution dated________________ representative)
Signature
Name
Designation
Common Seal of the Company
Signature
Name
Designation
Common Seal of_________________ For Other Partner
has been affixed in my/our presence
pursuant to the Board of Director's (Signature of authorized
resolution dated________________ representative)
Signature
Name
Designation
Common Seal of the Company
Signature
Name
Designation
WITNESS
1. Name (Signature)
(Official Address)
2. Name
(Official Address) (Signature)
58 | P a g e
SECTION – 6
TECHNICAL SPECIFICATIONS
59 | P a g e
TECHNICAL SPECIFICATION FOR EXECUTION OF WORK
(FOR 33kV LINES)
SCOPE
The scope covers the survey of the proposed route, tree clearance wherever necessary and
transport of materials to the locations, erection of the line, testing of the line and handing over
to the APDCL as per specification. Materials such as cement, water, stones, steel tubular poles,
GI channels, top cleats, clamps, washers, earth wires, HBG metal, sand, water, cost of bolts and
nuts etc., as given are to be procured by the contractor; cost of which shall be included in the
bid.
GENERAL
The Contractor should be well acquainted with the IE Rules 1956 as amended from time to time
and with the Indian Telegraph Act 1889 so that necessary provisions therein may be followed.
SURVEY OF THE ROUTE
The Tentative route map of the line to be erected will be furnished by the APDCL (UAR) to the
Contractor along with the copy of the concluded agreement. The Contractor is required to carry
out the detailed survey of the route of the line and fix up the locations at the average span
indicated in the schedule and mark the locations and submit a detailed route map to the
Engineer in charge of the work within 30 days for approval. In the course of surveying by the
contractor, any conspicuous variations in the change and physical feature to those indicated in
the route map and as actually existing are noticed, the deviations must be brought to the notice
of the APDCL (UAR) Engineer. The APDCL (UAR) Engineer if considered necessary shall
make alterations, which shall be carried out accordingly and the APDCL (UAR) after inspecting
the surveyed route and the revised route map shall be given for final approval in writing. The
contractor shall not commence the work until the final approval of the route map is given by the
Engineer in charge in writing to the contractor.
WAYLEAVES AND TREE CUTTINGS
Proposals for way leaves and right of way shall be submitted by the contractor. Permission will
be obtained by the APDCL (UAR) within reasonable time for which due notice shall be given
by the Contractor. The Contractor shall arrange for tree cutting or tree branches cutting also.
The widths of tree clearance to be adopted for lines of various voltages are as detailed below:
a) 33kV Line (Trunk Line)
All growth within 6.096 metres (20 ft) from the centre line of support and all trees
which may fall and foul the line.
The Contractor shall take all possible steps to see that standing crops, etc. are not damaged
while attending to tree cutting. When such damage is inevitable the compensation will be
borne by APDCL (UAR) provided the damage is with the prior concurrence of the
Engineer. The Contractor shall bear the compensation for damage caused by the workers
without prior concurrence of the Engineer concerned. No trees shall be cut until the APDCL
(UAR) has made necessary arrangement with the authorities concerned and permission is
given to the Contractor to fell such trees. The contractor shall arrange to remove the
obstacles as soon as possible. At such times, when it may not possible for APDCL (UAR)
60 | P a g e
to arrange right-of-way for excavation of pole pits or erecting the poles, stringing of
conductors, then at all such times, the contractor shall shift his workers to other areas. The
rates quoted shall cover all such contingencies and no extra payments shall be claimed for
such contingencies.
1.0. ELECTRICAL CLEARANCE
As per Indian Electricity Rules, 1956 ( amended version )
Sl No. Particulars 33 kV Lines
(in mtrs)
1. Minimum height of any conductor of an overhead line across any street
6.1
2. Minimum height of any conductor of an overhead line along any street
5.8
3. Minimum height of any conductor (bare) of an overhead line erected elsewhere
5.5
4. Minimum height of any conductor (insulated) of an overhead line erected elsewhere
5.2
5. Minimum height of any conductor of an overhead line from building/structure
3.7 (vertical)
2.0 (horizontal)
6. Ground Clearance of any equipment/structure 3.7
7. Phase to phase clearance 0.4318
8. Phase to earth clearance 0.381
9. Minimum Working Clearance (to ground) 3.7
10. Minimum Working Clearance (between section) 2.8
1.1. TECHNICAL SPECIFICATION OF GI STEEL TUBULAR POLES
This specification covers the general requirements towards design, manufacture, testing
at manufacturers works, supply and delivery for tubular steel poles of circular cross
section ( swaged type ) for overhead lines. 1.0 STANDARD : 1.1. The tubular steel
poles shall conform to the latest edition of Indian Standard specification IS: 2713 ( Part
– I, III ) : 1980 Specification for Steel Tubular poles The Steel Tubular Poles
conforming to other internationally accepted, which ensure equal or higher quality than
the standards, mentioned above also be acceptable. In case the bidder who wish to offer
material conforming to the other standards, salient points of difference between adopted
and specific standards with authentic English Translation shall be furnished. 2.0
Topography and Climatic Condition : 2.1. The materials offered, shall be suitable for
operation in tropical climate and will be subjected to the sun and inclement weather and
shall be able to withstand wide range of temperature variation. For the purpose of
design, average atmospheric temperature may be considered to be 50 °C with humidity
61 | P a g e
nearing saturation. 3.0 Materials : 3.1. The materials used in construction of tubular
steel poles shall be of the tested quality of steels of minimum tensile strength 540 MPa(
: 55 Kgf/mm2 ). Or 410MPa as the case may be. 3.2. The materials, when analysed in
accordance with IS : 228 ( Part-III : 1972 ) and IS : 228 ( Part-IX) shall not show
sulpher and phosphorous contents of more than 0.060 percent each. 4.0 Types, Size and
construction: 4.1. Tubular Steel Poles shall be swaged type. 4.2. Swaged poles shall be
made of seamless or welded tubes of suitable lengths swaged and jointed together. No
circumferential joints shall be permitted in the individual tube lengths of the poles. If
welded tubes are used they shall have one longitudinal weld seam only : and the
longitudinal welds shall be staggered at each swaged joint. 4.3. Swaging may be done
by any mechanical process. The upper edge of each joint shall be chamfered if at an
angle of about 45o. The upper edge need not be chamfered if a circumferential weld is
to be deposited in accordance with clause No. 5.3 2 of IS: 2713 (Part-I):1980. 4.4. The
length of joints on swaged poles shall be in accordance with clause No. 5.4 of IS:
2713(Par-I): 1980. 4.5. Poles shall be well-finished, clean and free from harmful
surface defects. Ends of the poles shall be cut square. Poles shall be straight, smooth
and cylindrical. The weld joints, if any, shall be of good quality, free from scale,
surface defects, cracks, etc. 4.6. Tolerances for outside diameter, thickness, length,
weight and straightness shall be in accordance with IS: 2713 (Part-I) : 1980. 4.7. The
poles shall be coated with black bituminous paint conforming to IS : 158-1968
throughout, internally and externally, upto the level which goes inside the earth. The
remaining portion of the exterior shall be painted with one coat of red oxide primer as
specified in IS: 2074-1979 or equivalent international specifications. 5.0 Earthing
Arrangements: 5.1. For earthing arrangement a through hole of 14mm diameter shall be
provided in each pole at a height of 300mm above the planting depth.
62 | P a g e
GI Steel Tubular SP-76 14.5 meters long
1) Standard IS: 2713 ( Pat-I and III): 1980 as amended upto
date
2) Type of Pole Swaged Type
3) Designation 410 SP 76
4) Overall Length 14.5 meters
5) Planting depth 2.0 meters
6) Height above ground 12.5 meters
7) Effective length of Each section.
a) Bottom 6.50 meters
b) Middle 4.00 meters
c) Top 4.00 meters
8) Outside diameter and Thickness of each
Section.
a) Bottom 219.1x5.90 mm
b) Middle 193.7x4.85 mm
c) Top 165.1x4.50 mm
9) Joint Length ( in cm.):
a) Bottom (J2) 45 cm.
b) Top (J1) 40 cm.
10) Approximate weight of
Pole 380 Kg.
11)Point of application of
load below/top (mtr.)
0.6 mtr
12) Breaking load ( inKgf ) 947
13) Working load with factor of Safety
: 2.5 ( in Kgf ) 379
63 | P a g e
14) Crippling load ( inKgf ) 672
15) Load for permanent set Not exceeding
13mm (in Kgf) 460
16) Load for Temporary Deflection of
157.5 mm (in Kgf) 81
17) Tolerance As per IS:2713(partI&partIII):1980
18) Finish -do-
19) Manufacturing clause -do-
1.2. TECHNICAL SPECIFICATIONS FOR 33 KV COVERED CONDUCTORS
Description Nominal Thickness, mm
33 kV
Extruded longitudinal water blocking layer As required
Extruded semi conductive layer 0.3
Inner XLPE Insulation Layer 2.43
Outer UV Resistant, Non-Tracking and Erosion Resistant XLPE insulation layer
1.2
INTRODUCTION:
As per the tender specification, the covered conductor should be as per EN 50397-part 1.
These Specifications lay down the Constructional, Dimensional and Performance
Requirements for Covered Conductors which consist of a Conductor surrounded by a
Covering made of Insulating Material (as described hereunder) as protection against
Accidental temporary Contacts with Grounded Parts such as Tree Branches and with
other Covered Conductors etc.
64 | P a g e
CONSTRUCTION REQUIREMENTS
1) Conductor:
Conductor Material: Aluminium Alloy (AAAC).
Nominal Cross Section: 241 sqmm for AAAC
CONDUCTOR DESIGN: The Conductor shall be stranded, round and should be Non
Compacted. Non Compacted Conductors shall comply with all the requirements of EN
50397-1-2006. The D.C. Resistance of the conductor shall not exceed that given in EN
50397-1-2006 by more than 5%.
2) Filling (Water Blocking):
The Stranded Conductor shall be longitudinally water blocked by means of a water
blocking material incorporated during the extrusion process. The use of grease / water
swellable tape / water swellable powder etc is not permitted. The water blocking material shall
be stable at maximum operating conductor temperature of 90°C. The water blocking
compound shall be compatible with the conductor material as well as the semi conducting
polymer screen layer above it and not adversely affect its electrical or mechanical properties.
3) Semiconductor Screen:
A semi conductive polymeric screen should be applied over the filled stranded conductor
to ensure a lower voltage stress on the Insulation applied over the screen.
The thickness of the semi conductive polymeric screen should be between 0.2 mm and 0.4
mm.
4) Insulation:
The Semi Conducting Screen, Inner Insulation and Outer Insulation should be
extruded in one step i.e. triple extrusion to ensure a good, permanent bond between the
three layers and also with the conductor. It shall be possible to remove the Semi
Conducting Screen, Inner and Outer Insulation Layers without damage to the conductor,
but there shall be no slippage between the layers.
Figure 1 shows the Cross Section of a Covered Conductor with AAAC
Conductor. FIGURE 1 (AAAC)
65 | P a g e
5) Type Tests:
MVCC Make
MVCC Material
MVCC size
MVCC Design
Weight
Rated Operating Voltage
Max. Load (IEC61597)
Maximum Short crcuit current (1 sec)
D.C Resistance
Resistance Temperature Co-efficient
Lightning Impulse Withstand strength of XLPE layer
Tensile Strength of conductors
Ambient Air Temp
Maximum temp of Conductor at Rated Current
Maximun allowable temp under Short Circuit Condition,
Maximum temperture upto which water blocking material shall remain
stable
Wheather water blocking materials incorporated during the extrusion
process
UV Resistant
XLPE Thickness (Outer layer)
XLPE Thickness (Insulation layer)
Semiconducting layer thickness
Compacted/Non compacted
Longitudinal water tightness
Leakage current
Type Test as per EN 50397-1: 2006
Conductor Resistance Test
Thickness of Insulation & Covering
Tensile strength
Percentage Elongation at break of Insulation before ageing, after
ageing & Completed Cable ageing
66 | P a g e
Carbon black content test on outer covering
Shrinkage test on outer covering
Shrinkage test on Insulation
Hot set test on Insulation
Water Absorption test on Insulation
Test for longitudinal water tightness
AC High Voltage test
Leakage Current Measurement
Tracking Resistance test
Slippage Test
6) Electrical Tests:
Conductor Resistance Test: To be done as a Routine as well as Type Test as per EN 50397-1- 2006.
High Voltage Test as per EN 50397-1-2006. – Type test
Test Voltage --- Phase to Phase Voltage of the System for which the Covered Conductor is used. No.
of Specimens --- One
Length of Specimen (minimum) 5 metres
Duration of Immersion in Water (minimum) 1 Hour
Temperature of Water (20 +/- 5) Degrees Centigrade
Test Duration 4 Hours for Routine Test
48 Hours for Type Test Requirement: No Breakdown
Spark Test on Covering: Routine test
Test Voltage 0.7 X Phase to Phase Voltage of System (A, C,) or Phase to Phase Voltage of System
(D. C.)
Requirement: No Breakdown Leakage Current Test - Type test
Test Voltage 0.7 X Phase to Phase Voltage of System (A. C.)Requirement: Maximum Leakage
Current 1mA Tracking Resistance: - Type test
Requirement: Maximum Leakage Current 1mA Tracking Resistance: - Type test
Tracking Resistance: - Type test
67 | P a g e
7) NON – ELECTRICAL TESTS ON COVERING: Type tests
Mechanical Properties :
Before Ageing of Sample: As per Table 1 (as per EN 50397-1-2006) After Ageing of
Sample: As per Table 1 (as per EN 50397-1-2006)
Ageing of Complete Product Sample: As per Table 1 (as per EN 50397-1-2006) Hot-Set-
Test: As per Table 1 and in accordance to (as per EN 50397-1-2006)
Pressure Test at High Temperature: As per Table 1 and in accordance with EN 60811-3-1,
Sub Clause 6.1.
Water Absorption: As per Table 1 and in accordance with EN 50397-1-2006
8) TEST FOR LONGITUDINAL WATER TIGHTNESS
As Type Test with Heat Cycle and in accordance with 50397-1-2006. No of Specimen – 1
Length of Specimen – 3 metres Test Duration -- 24 hours
Bending Radius – 20 X Diameter of Covered Conductor Requirement – No Leakage
As Routine Test without Heat Cycle and in accordance with IEC 60502 -2 No of Specimen
– 1
Length of Specimen – 1 metre Test Duration – 1 Hour
1.3. TECHNICAL SPECIFICATIONS FOR 33 KV AAAC MEDIUM VOLTAGE
COVERED CONDUCTOR and ACCESSORIES
Bidder shall confirm by signing with stamp on GTP.
a) For 33kV AAAC Medium Voltage Covered Conductor.
Sl.No.
Parameters
Offered Values
for specified
covered
conductor
1 Conductor type
2 Lay up of Conductors (mm)
3 Conductor Dia (mm)
4 Inner Semiconducting Layer thickness (mm)
5 Inner XLPE Layer thickness (mm)
6 Outer UV Resistance - XLPE Thickness (mm)
7 Over all diameter (Min-Max) (mm)
68 | P a g e
8 Weight (Kg/Km)
9 Rated Operated Voltage (KV)
10 DC-resistance at 20 Degree C, Maximum (Ohm/KM)
11 Resistance Temperature coefficient (/0C)
12 Lightening Impulse withstand strength of XLPE Layer (KV)
13 Maximum Continues Operating temperature (0C)
14 Max load(IEC 61597), cond.temp 80 °C, air temp. 40 °C, wind speed
0.5 m/s, Solar radiation 1045W/m², Approximate value (A)
15 Max short circuit current, 1 sec (KA)
16 Tensile Strength of Conductors (kN)
17 Aluminium Alloy
Other Requirements:
The offered triple extruded AAAC conductor shall be suitable for use under operating
condition as specified below:
Ambient air temperature : 40 deg C
Maximum temperature of conductor at rated current : 80 deg C
Wind condition at site : 0.5 meter / sec
Solar radiation at site : 1045 watts / sq m
Maximum allowable temperature under
Short circuit condition : 250 deg C
Data sheet providing details of the conductor under data provided above shall be submitted
along with the offer.
b) TECHNICAL SPECIFICATIONS FOR ACCESSORIES
1) This specification covers the design, manufacture, assembly, testing and supply of
accessories for Medium Voltage Covered Conductor (MVCC) rated up to 33000 volts.
69 | P a g e
2) System Parameters:
1 Nominal Voltage 33 kV
2 System Highest Voltage 36 kV
3 Type of Earthing Effective Effective
4 System Fault Current 33kV for 1 second
3) Service Conditions:
1 Average Ambient Temperature 30° C
2 Maximum Ambient Temperature 55° C
3 Maximum Relative Humidity 99%
4 Environmental Condition Humidity tropical climate with polluted atmosphere
4) Applicable Standards:
The accessories of conductor shall confirm to the following standard (amended upto date).
EN 50397-1:2006 Covered Conductor Specification- Up to 33 KV
EN 50397-2:2009 Accessories for covered conductors
specifications, tests and acceptance criteria
EN 50392-2
(MARCH 2010)
Covered conductors for overhead line and related
accessories for rated voltage above 1KV a.c. and
not exceeding 33KV a.c.
5) Cable Data:
Description of Medium Voltage Covered Conductor
As per Tender Specification
70 | P a g e
6) Type of Medium Voltage Covered Conductor Accessories:
Sl no Description Application
1 Tension Assembly (TA) For fitting onto a pole for tensioning at the beginning or end of a
length of MVCC, or for anchoring while a major change in
direction.
The Tension assembly consists of one wedge type Tension /
anchoring clamp and one Tracking protection IPC.
2 Insulator Clamp / Tie (IC) For supporting and aligning MVCC at an intermediate pole in
a length, with small angle of deviation.
The Insulator Clamp hold the MVCC in its position on top
of the pin or post insulator. Insulator Tie consists of either
an “Insulated Plastic” or “Metallic helical” Type for Line
Alignment.
3 Suspension Clamp (SC) For supporting a length of MVCC at an intermediate pole in
a length, with large angle of deviation with a disc insulator.
The suspension clamp consists of an “Assembly with one
locking type Suspension clamp with provision to fix in
Insulators.
4 1. Insulation Piercing Connector for “Bare to
Covered interconnections”
(IPC – Type 1)
2. Insulation Piercing Connector for
“Networking / Branching / Looping”
(IPC – Type 2)
3. Insulation Piercing Connector with
Aluminium Bail for earthing
(IPC – Type 3)
For main (bare) to main (MVCC) networking
connection.
For main to branch (MVCC) networking
connection.
For Temporary Earthing Provision from MVCC Cable for
maintenance purpose
This connector is to ensure the electrical characteristics with in
the required limits, while ensuring necessary insulation protection
against tracking and water penetration on MVCC.
5
Full Tension Joints (TJ)
Mid-span full tension joints for jointing MVCC over
a span
71 | P a g e
7) Tension/Anchoring Clamp:
Anchoring assemblies are used to firmly hold the MVCC to a concrete or steel pole and
transmit the mechanical tension.
• At the end of a run
• At a major change in direction of over 20 degrees.
The clamp should consists of an Aluminium alloy corrosion resistant body, Rigid sling (“bail”) of
stainless steel with Tracking insulation piercing connector and self-adjusting plastic wedges
which shall anchor/hold the cable.
The following key criterion to be followed for the design of the same
• There shall be no losable part (except bail) in the process of clamping arrangement
• Locking mechanism should be wedge type self-locking. Wedges are to be made of high
strength, Frost, heat and UV-radiation resistant plastic with glass fibre.
• The fittings shall be able to withstand the specific minimum failure load (SMFL) and shall not
damage the covering. The SMFL is the minimum load 20K for 50-70 sq mm and 28KN for
95-157 sq mm and 60KN for 160-241 sq mm.
• Tracking insulation piercing connector shall be made of aluminium and having multiple teeth.
The insulation piercing connector shall be supported by both side of rigid bail to ensure
proper fixing and shall have aluminium alloy shear head to ensure proper tightening at all
working temperatures.
Rigid Sling(Bail) of Anchor Assembly
➢ The Anchoring assembly shall be supplied with a stainless steel rod to connect the Tension
Clamp to the Insulator clamp on the pole.
➢ The Rigid Bail forming part of clamp should have sufficient distance (minimum 300 mm)
between bracket and body of clamp and shall have sufficient mechanical strength to withstand
the mechanical test for the complete assembly tests in this specification.
➢ Flexible bail is not acceptable due to the reason to withstand the load.
➢ Rigid Bail should be fitted with provision to remove from the clamp to have easy installation.
Wedge Type Tension Clamp for Anchoring Assembly
➢ Wedge type clamps shall be used for clamping the MVCC without damaging the insulation
and shall be capable of clamping an uncut MVCC so that it can continue without break to the
connecting point or next span.
➢ The clamp shall be of aluminium with fully insulating type of mechanical and weather
resisting thermoplastic wedges.
➢ No tools shall be needed for fitting the MVCC into the clamp.
➢ The wedge shall be connected to insulation piercing connector and connector shall move with
wedge movement.
72 | P a g e
Covered conductor
size
SFML Tightening torque for
connector
Minimum weight
requirement
241 sq mm 60KN 22-30 Nm 2.4 Kgs (min)
The fittings shall be able to withstand the specific minimum failure load (SMFL) and shall not
damage the covering and shall be designed to prevent the ingress of moisture during service.
8) Insulation Clamps/Ties
The Clamps / ties shall be designed suitably to hold the MVCC in its position on top of the
insulator. The Clamps is preferred to be made of Insulating Plastic materials or protected with
Insulating Plastic material to ensure tracking resistance and to avoid any insulation damage to
covered conductor due abrasion while mechanical or wind induce vibration.
➢ Cable ties shall bind the covered conductor on the insulator top groove or side groove
e.g. with the insulators.
➢ It shall be easy to install without use of any tools.
➢ Cable ties shall be plastic covered, zinc coated steel wire.
➢ The sets include 6 pcs ties.
➢ Ties shall have colour code / marking for easy to recognize the right size.
9) Suspension Clamps
➢ The Suspension Clamps shall be made of corrosion resistant Aluminium alloy and to
avoid any insulation damage to covered conductor due abrasion while mechanical or
wind induce vibration.
➢ The suspension clamps shall have sufficient current carrying capability to avoid damage
by fault currents as mentioned in EN 50397-2 standard.
➢ The clamp should be suitable to accommodate from 50 to 157 sq mm cable size.
➢ The suspension clamp should be suitable for angles up to 90º.
➢ The SMFL load should be minimum 30KN.
➢ The suspension clamp should be tested in accordance to EN 50397-2 standard.
➢ Suspension should have minimum bolt 16 mm and should be equipped with Aluminium
alloy shear head bolts with tightening torque as 40Nm.
➢ Bolt and side frame shall be hot dip galvanized.
➢ The clamp should have an in-built insulation piercing contact.
➢ Insulation piercing connector part should have a silicone seal which prevents the
moisture getting into the conductor.
➢ The insulation piercing clamp piece should be connected to the body with a wire for
balancing the potential..
➢ The suspension clamp should be tested for radio interference.
➢ The suspension clamp should not have loose parts, so it is easy to handle even in
difficult conditions.
73 | P a g e
➢ Suspension clamp should be with a pulley for covered conductors to ensure removing
requirement of additional separate installation pulley.
➢ The clamp shall have provision to accommodate conductor joints with diameter under
30 mm can be pulled through the suspension clamp.
Covered conductor
size
SFML Tightening torque for
connector
Slip load min
241 sq mm 60KN 30 Nm 4KN
10) Insulation Piercing Connector for MVCC
Insulation Piercing Connectors are designed to make a connection between the uncut main
conductor and a branch cable conductor without having to strip either cable to expose the
conductor. Instead, the tightening action of the IPC will first pierce the Insulation, than make
good electrical contact between the main and branch conductor while simultaneously
insulating and sealing the connection.
The insulation piercing connectors shall be of the following type(s) depending on the
applications.
a) Connectors (Insulation piercing)
➢ The connector shall be in accordance to standard EN 50397-2 and shall not be limited to
only Body made entirely of mechanical and weather resistant, UV resistant reinforced
polymer insulation material or full body made out of weather resistant aluminium alloy with
outer cover made of weather resistant, UV resistant polymer insulation material.
➢ The tightening arrangement shall be fitted with weather resistant aluminium alloy torque
limiting shear heads to prevent over tightening or under tightening and ensuring same torque
at all working temperatures.
➢ Plastic shear head is not permitted as property & behaviour of plastic will vary with
temperature being India a large demography.
➢ Minimum and maximum tightening torque shall be mention by manufacturer as per EN
Standard 50397 – 2.
➢ The connector must perform piercing and connection on Main and Branch cable
simultaneously using single / two bolts for tightening.
➢ The shear bolt / nut shall be suitable for tightening with a hexagonal socket of 13 mm or
17mm.
➢ The connector should be able to pierce the nominal insulation thickness of the conductor can
be between 2.3-4.0 mm.
➢ The piercing teeth of the connector is made of tinned aluminium alloy with equivalent cross
section with respect to current carrying capacity of conductor for which it is used as per EN
50397 -2.
➢ Connector shall be suitable for a main conductor range 50 – 157 and tap cable range 50-157
sq mm.
➢ In case of plastic body connector. The connector shall be fully Greece / gel free. No Greece or
gel to be used anywhere in connector. The teeth should be insert- moulded in plastic body and
74 | P a g e
sealing part shall be an integral part of plastic body as composite plastic and elastomer by
double-injection moulded method and shall have compression plate and lover frame.
➢ In case of Aluminium body connector. The Greece should be used for water protection. The
teeth should be in multiple rows and provided with an elastomer sealing cap. The connector
shall have aluminium alloy shear head.
➢ Each connector should be provided with a cap to seal the cut end of the Branch cable.
11) Mid Span Full Tension Automatic Joints.
• The joint should be as per standard EN 50397-2.
• The joint should be the automatic joint to ensure easy and quick to make.
• No tools are needed for the installation. The design must be push in and made type
• The joint shall be colour coded for easy to find the correct size.
• The joint shall have strong wedge to ensure a safe joint.
• Joint shall have insulation cold shrink sleeve tubing for tool free operation
• Reference standard, type test and design requirements of EN Standard 5039– 2
• The joint shall have the same basic insulation properties as the
conductor covering. In this case, the test shall by carried out according
to EN 50397-1, Table 2, ref. 1.2 “High voltage test”
12) Insulation End Cap
The Insulated End Cap shall be suitable for effectively sealing the end terminal of the covered
conductors. The inner diameter range of the Cap shall be such that it shall tightly fit to the
covered conductors to prevent entry of moisture.
• Cap shall be made of elastomer material
• Cap shall accommodate the conductor size
• No tool is required for the sealing end cap installation
• It shall be tested for 33KV working voltage
13) Arc Protection Device (APD)
Overvoltage is induced on the line usually when lightning strikes on an overhead
line or near it. The magnitude of the overvoltage is approximately the same in all phases and
may rise to several hundred kilovolts between a phase conductor and earth. The overvoltage
travels along the line to the nearest pole and discharges there by igniting an arc between the
crossarm and the conductors. After the overvoltage has discharged, a power frequency short-
circuit current start to flow through ionized air, resulting in a power arc between the phases.
Power arc magnitude is normally several kilo amperes. Power arc can move freely along an
ordinary bare conductor line towards the load, but in the covered conductor line the covering
forms an obstacle. When an arc ignites, it burns a small hole in the covering and keeps
burning until the conductor is damaged or burned through. Circuit breakers cannot respond
quickly enough. In order to prevent damage a covered conductor must be protected by
installing arc protection devices (APD) to appropriate locations. These offer the power arc a
safe discharge route without damaging the conductor.
• The protection devise includes two horns, which are fixed to the metal parts of the tension
insulator so that the peaks are towards each other and the distance between the peaks is
adjustable.
75 | P a g e
• Aluminium Material shall be Corrosion resistant aluminium alloy, tensile strength
300 N/mm²
• Screws shall be hot dip galvanized and washer should be stainless steel
• The screws of the clamps should have a tightening torque of 44 Nm
• The device should have am aluminium thread having diameter as 25 mm² and length as
2.1meters.
• The connector is watertight by silicone greased teeth.
• It should be tested in accordance to EN 50397-2 standard.
Placing of the APDs:
Arc protection devices must be installed in places in which overvoltage is likely to occur, e.g.
open fields and hills.
Figure 2: Arc Protection Device in Suspension Model
Figure 3: Tension Assembly with Anchoring Clamp.
76 | P a g e
Figure 4: Insulator Clamp / Tie(IC)
Figure 5: Suspension Clamp (SC)
77 | P a g e
Figure 6: IPC Connection.
14) Current Limiting Device (CLD):
These are used for protecting covered conductor lines against over voltages caused by
lightning. The device is suitable for horizontal suspension cross arms, which are equipped
with pin insulators
• The CLD shall be used on straight line cross arms with pin insulators for arc protection.
• CLD should have a surge arrester, a fixing bracket, a spark horn/an arc protection horn.
• Three sets are needed for one cross arm.
• Connector is made of aluminium alloy.
• Plastic connector covers are UV-radiation resistant.
• Bracket, arcing horns and bolts are made of hot dip galvanized steel
The economical way to protect a conductor is to use a current limiting device instead of only
a surge arrester. This is based on selecting a smaller surge arrester. Under normal operating
conditions the smaller surge arrester is not stressed at line voltage as its other end is in the air.
A surge arrester should be installed to the crossarm in the same way as the power arc device.
Direction of the power feed does not affect the installation therefore it can be placed on either
side of the crossarm. The crossarm must always be connected to earth. The density of
protection devices installed on line depends on the span length, height of the conductor from
the ground level, position of nearby trees and the relief of the terrain.
Figure 3: Surge Arrester with CLD
78 | P a g e
15) Marking:
a) On covered conductor:
The covered conductors shall carry the following marking as per CENELEC 50397-1 or as
agreed.
b) On accessories:
All products mentioned above shall permanently bear:
− Manufacturer’s trade mark or logo;
− Product code / batch code and manufacturing period (MM-YY) is to be marked;
− The minimum and maximum cross section for which the unit is suitable;
− Tightening torque or die reference, if applicable.
16) TYPE TEST AND OTHER TESTING REQUIREMENTS FOR ACCESSORIES FOR
COVERED CONDUCTORS
Type tests as per EN 50397-2 standard and specification shall be conducted from
CPRI/ERDA or any other NABL accredited laboratory of India / from the International
Laboratory Accreditation Corporation, Mutual Recognitions Arrangement (ILAC, MRA)
signatory Laboratory.
Important note: Type Test with NFC 33041 / NFC33020 / NFC 3040 are not allowed as it is
only for low voltage accessories (upto 1.1KV)
Please refer the Table in the next page for test requirements.
79 | P a g e
80 | P a g e
17) Typical Drawings:
Drawings with proper specifications are to be submitted as per EN 50397-Part-2 for approval
conforming to TS and standard requirements for the following.
1. Tension Assembly (TA) with Anchoring clamp and one Tracking protection IPC
2. Insulator Clamp / Tie (IC)
3. Suspension Clamp (SC)
4. Full Tension Automatic Joints (TJ)
5. Insulation Piercing Connector for Bare to Covered interconnection
6. Tension insulator with arc protection devise
7. Tension Assembly (TA) with arc protection device (PAD)
8. Suspension clamp Assembly (SC) with arc protection devise (PAD)
9. Arc Protection Devices – (APD)
10. Current limiting devices (CLD)
11. Pin Insulator
12. Disc Insulator
13. Lightening Arrestor
Bidder shall have it’s own Service support team, spread across India to serve immediate
service requirements.
Covered conductors with higher thickness of insulations shall not be accepted as this will tend
to cause higher sag in the system when installed and this is not desirable.
The Bidder and his sub-contractor should have carried out the supply & supervision of
erection of stringing & commissioning of covered Conductors and should have all the
necessary tools and tackles and manpower to carry out the erection.
1.4. Surge Arresters
Specification: 30kV, 10kA Class-1.
This specification covers the design, manufacture, assembly, testing at manufacturer's works,
packing and delivery of Metal Oxide (gapless) Surge arresters (polymer housed) along with
Disconnector and mounting bracket
The surge arresters shall conform in general to IEC-60099-4 and IS: 3070 part-3
Arresters shall be completely molded units with absolutely no air volume inside, The arresters
should be suitable for bracket mounting. Arresters of tubular construction i.e arresters
assembled in hollow core insulators with enclosed gas volume are not acceptable due to
abrupt short circuit performance and poor sealing mechanism.
Surge arresters must be type tested as per relevant IEC at international accredited laboratory.
81 | P a g e
The surge arresters shall be capable of discharging over voltages occurring due to switching
on unloaded transformer, reactors and long lines. The surge arrester should be of line
discharge class-1 with minimum energy handling capability of 2.5kJ/kV of Ur (Line
discharge). The arrester should have minimum line discharge current withstand capability of
250A, 2000 micro sec.
The reference current of surge arresters shall be high enough to eliminate the influence of
grading and stray capacitance on the measured reference voltage. Values and calculations
shall be furnished with offer.
The surge arrester shall be fully stabilized thermally to give a life expectancy of one hundred
(100) years under site conditions and take care of effect of direct solar radiation.
The surge arrester shall be suitable for circuit breaker duty cycle in the given system.
The surge arresters shall protect transformers, circuit breakers, disconnecting switches,
instrument transformers, shunt reactors etc with insulation level specified in the
specifications.
The surge arresters shall be capable of withstanding meteorological and short circuit forces
under site conditions.
The surge arrester should have short circuit rating of 21kA & 600A as per requirement of IEC
60099-4.
Surge arrester shall be capable of discharging energy equivalent to class 1 of IEC for a 33kV
system on two successive operations followed immediately by 50Hz energisation with a
sequential voltage profile as specified in TOV characteristics.
The Surge Arresters should be provided with Disconnector to isolate the arrester in the event
of arrester failure. The Disconnector should be suitable for Class 1 duty of surge arrester. The
5kA disconnectors supplied for distribution class arresters are not acceptable.
The Surge Arrester should be suitable for bracket mounting. The Insulating bracket should be
made of SMC material.
The Name plate should be able to withstand the outdoor conditions & UV radiations. The
marking on Name plate should not get erase due to outdoor working conditions during life
time of surge arrester.
CONSTRUCTIONAL FEATURES
Polymer housing shall be free from lamination cavities or other flaws affecting the
mechanical and electrical strengths. Properties of the polymeric materials shall be specified in
the offer and test reports for the same from a reputed Indian laboratory shall be submitted for
approval of purchaser.
The rain sheds / petticoats shall be of polymeric material and shall confirm to the properties
and test reports submitted. The petticoats shall not be pre-molded push on type.
82 | P a g e
Each surge arrester shall be sealed single phase unit. The surge arrester shall not have any air
volume enclosed within.
The non linear blocks shall be sintered metal oxide material. The surge arrester shall be robust
with excellent mechanical and electrical properties.
Surge arresters shall be of cage or wrap type construction with no gas volume to ensure that
the arrester does not explode during the short circuit test condition.
The surge arrester shall not fail due to housing contamination. TERT (Tracking & Erosion
resistance test) Test shall be carried out on the material used for housing as per ASTM D
2303 and test report shall be submitted.
Housing shall be so coordinated that external flashover will not occur due to application of
any impulse or switching surge voltage up to maximum design value of surge arrester. The
polymer housing should comply with the requirement of IEC 60815-3
The end fittings shall be non magnetic and of corrosion proof material.
The end fittings used in polymer arrester shall be made out of aluminum through machining
process/pressure die-casting process. Sand casted and gravity casted end fittings are not
acceptable due to poor microstructure and porosity issues.
MOV blocks shall have full metallization to have full face contact and to reduce contact
resistance between adjacent discs.
MOV blocks shall have lead free insulating collar and the insulation thickness must be
consistent and of sufficient thickness to pass the 100kA, 4/10μs test.
MOV blocks shall be tested 100% at source and as a confirmation should have the following
values printed on Aluminium sprayed surface.
• AC reference voltage measured at reference current.
• Residual voltage measured at nominal discharge current.
• Power loss value measured at continuous operating voltage.
The manufacturer shall furnish the following for MOV discs:
• The batch test reports with necessary quality checks used for individual blocks along
with insulation layer formed across each block.
• Details of ageing test carried out on individual batch.
• Detailed tests carried out on individual disc during routine tests Fittings and
accessories.
• Surge arrester should be provided with terminal connection suitable for 241 sqmm
MVCC.
• Disconnector suitable for Class-1 arrester and insulating bracket should be part of
supply of surge arrester.
83 | P a g e
TESTS:
Surge arrester shall conform to all type tests as per IEC and shall be subjected to routine
and acceptance tests in accordance with IEC-99-4.
Following type tests shall be conducted on as per relevant standard.
1. Insulation withstand test.
2. Residual voltage test.
3. Bending test on arrester housing assembly.
4. Long duration current impulse withstand test.
5. Operating duty test.
6. Short circuit test
7. Partial discharge test.
8. TERT testing on offered housing material as per ASTM D2303
9. Ageing test on MOV Blocks
10. Power frequency voltage vs time characteristics.
11. Weather ageing test on polymer housed surge arrester.
12. Moisture ingress test
The resistive current drawn by the arrester at rated voltage shall be indicated in the
routine test report. The successful bidder shall furnish detailed type test reports of the
offered Surge Arrester.
All Type Tests shall be carried out at reputed and accredited laboratories to prove that
Surge Arresters offered meet the requirements of the specification.
The purchaser reserves the right to demand repetition of some or all the Type Tests in
presence of purchaser's representative at purchaser's cost. For this purpose, the tenderer
shall quote unit rates for carrying out each Type Test. However, such unit rates will not
be considered for evaluation of the offer. In case the unit fails in the type tests, the
complete supply shall be rejected.
84 | P a g e
Technical Specifications:
Sr. No Technical Particulars 30kV 18kV
1 Rated Voltage (kV) Ur 30 18
2 Continuous operating Voltage (kV) Uc 24 14.4
3 Nominal Discharge Current 10kA 10kA
4 Line Discharge Class Class-1 Class-1
5 Energy absorption capability (kJ/kV of Ur) 2.5 2.5
6 Long duration current impulse withstand 250A, 2000
µSec
250A, 2000
µSec
7 High current impulse withstand 4/10 µSec 100kA 100kA
8 Rated short circuit current High Current 21kA 21kA
Rated short circuit current Low Current 600A 600A
9
Lightning impulse current residual voltage 8/20 µSec
5kA 74.7 kVp 44.8
10kA 79.5 kVp 47.7
20kA 87.2 kVp 52.3
10 Steep current impulse residual voltage @ 10kA 1/20 µSec 83.6 kVp 50.2
11 Switching current impulse residual voltage
500A
63.3 kVp 38
12 Lightning impulse withstand capability of arrester housing
1.2/50 µSec
273 kVp 205
13 Power frequency withstand voltage of arrester housing
(Dry/Wet)
122 kVp 75
14 Creepage distance (min) 925 mm 627
15 Cantilever strength 250 N-M 250 N-M
16
TOV Capability with prior energy (kV rms)
1 Sec 33.0 19.8
10 Sec 30.9 18.6
100 Sec 29.4 17.6
85 | P a g e
1.5. TECHNICAL SPECIFICATIONS FOR 36 KV VACUUM CIRCUIT BREAKER
1) SCOPE
a) This section of specification covers the design, manufacture, assembly under stringent
quality control at every stage of manufacturing, testing at manufacturer's works before
dispatch, supply and delivery at destination store and supervision of erection, testing
and commissioning of 36 kV outdoor type vacuum circuit breakers.
b) The scope of supply shall also include necessary special tools and plants required for
erection, maintenance and necessary spares, required for normal operation and
maintenance of the circuit breakers for a period of five years.
c) The circuit breakers should be complete in all respects with insulators, bimetallic
connectors, interrupting chamber, operating mechanism control cabinet, interlocks,
auxiliary switches indicating devices, supporting structures, accessories, etc.,
described herein and briefly listed in the schedule of requirements. The
spares/attachments which are meant necessary for the smooth functioning of the
equipment and specifically are not mentioned here shall be assumed to be included the
scope of supply.
2) STANDARD
a) The circuit breaker shall conform in all respects to the requirements of latest issue of
IS/IEC specifications except for modifications specified herein. The equipment
manufactured according to any other authoritative standards which ensure an equal or
better quality than the provision of IS/IEC specifications shall also be acceptable. The
salient point of difference between the proposed standard and provision of these
specifications shall be clearly brought out in the tender. A copy of English version of
such specifications shall be enclosed with the tender.
b) The list of standards mentioned in this specification and to which the circuit conform
is given below:
1. IEC-56 High Voltage A.C. Circuit Breakers
2 IEC-137 Bushing for alternating voltage above 1000 volts
3. IEC-71 Insulation Co-ordination
4. IEC-694 Common clauses for high voltages switchgear and control
5. IEC-815 Specification for Creepage distance
6. IS-13118 Specifications for high voltage alternating current
7. IS-2099 High voltages porcelain bushings
8. IS-4379 Identification of the contents of industrial gas cylinders
9. IS-3072 Installation and maintenance of switchgear
10. IEC-267 Guide for testing of circuit breakers with respect to out
11. IS-802 Code of practice for use of structural steel in overhead
12. IEC-17A Sealing of interrupters I breakers
13. IS-1554 PVC insulated cables upto and including 1000 volts
14. IS-5 Colors for ready mixed paints and channels
86 | P a g e
3) Auxiliary Power Supply:
3.1 Auxiliary electrical equipment shall be suitable for operation on the following
supply system.
a) Power Devices (like drive motors) 415 V, 3 phase 4 wire 50 hz, neutral
grounded AC supply.
b) DC Alarm, Control and Protective Devices at 110 V DC.
c) Lighting 240 V, single phase 50 Hz AC supply.
3.2 Each of the foregoing supplies shall be made available by the Purchaser at the
terminal point for each circuit breaker for operation of accessories and auxiliary
equipment. Bidder's scope includes supply of interconnecting cables, terminal
boxes, etc. The above supply voltage may vary as indicated below and all
devices shall be suitable for continuous operation over the entire range of
voltages
a) AC Supply: Voltage +10%/-15%
Frequency ±5%
b) DC Supply: -15% to +10%
4) GENERAL REQUIREMENT OF 36 kV/OUTDOOR VACUUM CIRCUIT
BREAKERS
• The vacuum type circuit breaker shall have vacuum interrupters, designed to provide
a long contact life at all currents upto rated making and breaking current during
switching operation. The vacuum interrupters sealed for life shall be encapsulated by
porcelain insulators for outdoor installation requirement of the circuit breakers. The
offered breakers shall be suitable for outdoor operation under climatic conditions
specified without any protection from sun, rain and dust storm.
• The vacuum interrupters of each phase shall be housed in a separate porcelain
insulator. The three identical poles shall be mounted on a' common base frame and
the contact system of three poles should be mechanically linked to provide three pole
gang opening/closing for all type of faults.
i) The performance of breakers shall be adequately proven by type tests for the designed
rating at internationally reputed independent testing station.
ii) The offered equipment shall be practically maintenance free over a long period.
iii) All mechanical parts and linkages shall be robust in construction and maintenance
free, over at least 30,000 switching operations except for lubrication of
pins/articulated joints at interval of 5 years or 5000 operations.
iv) Similar parts shall be strictly interchangeable without special adjustment of individual
fittings. Parts requiring maintenance shall be easily accessible, without requiring
extensive dismantling of adjacent parts.
v) The operating mechanism will be self maintained and of proper operation endurance
not less than the mechanical life of circuit breaking unit. It shall be spring operated
type described hereinafter.
vi) The circuit breaker shall be supplied complete with all auxiliary equipment meant
necessary for the safe operation, routine and periodic maintenance. All internal wiring
87 | P a g e
including those of spare auxiliary contacts shall be complete and wired upto terminal
blocks situated near cable gland plate.
vii) The breaker shall be totally restrike-free under all duty conditions and shall be
capable of performing the duties without opening resistor. The details of any device
incorporated to limit or control the rate of rise of restriking voltage across the circuit
breaker contacts shall be stated.
viii) The breaker shall be reasonably quiet in operation and the noise level shall not exceed
140 decibels.
ix) The breaker shall be suitable for three phase reclosing operation.
x) An operation counter, visible from the ground level even with the mechanism housing
closed shall be provided.
5) VACUUM INTERRUPTER ASSEMBLY
i. Each pole of the circuit breaker shall be provided with vacuum interrupter, one for
each phase, hermetically sealed for life and encapsulated by ceramic insulators. The
interrupter shall be provided with steel chromium are chamber to prevent vaporized
contact material being deposited on the insulating body. A further shield giving
protection to the metal bellows shall also follow the travel of the moving contacts to
seal the interrupter against the surroundings atmosphere.
ii. It shall have high and consistent dielectric strength of vacuum unaffected by
environment and switching operations. Bronzed joints should ensure retention of
vacuum for life time. It shall have low and stable contact resistance due to absence of
oxidation effects and shall ensure low power loss. The arcing voltage shall be low
with minimum contact erosion.
iii. The manufacturer of VCB should use their own Vacuum interrupter so that the drive
mechanism is matched perfectly with that of the requirement of Vacuum Interrupter.
iv. The vacuum bottles should be capable of withstanding minimum 100 full short circuit
operations as per test duty 1 to 5 of IEC-56. The vacuum bottles, capable of
withstanding less than 100 full short circuit faults, would not be considered and
therefore should not be offered.
v. A manufacture’s type test reports / literature for vacuum bottles, may, therefore be
supplied along with tender in duplicate.
vi. Vacuum Interrupters of China make should not be offered.
6) FIXED AND MOVING CONTACT
i) The fixed and moving contacts of the breaker have to ensure permanent full contact
during closing without unusual maintenance. All making and breaking contacts shall
be hermetically sealed and free from atmospheric effects.
ii) The contacts metallurgy and geometry shall be such that there is minimum contact
burning and wear. Main contact shall have ample area and contact pressure for
carrying the rated current and rated short time current without excessive temperature
rise which may cause pitting or welding of the contacts.
iii) The main contacts should have low contact resistance. The contact should be self
cleaning type, i.e., the layer of copper oxide should be cleaned during rubbing of
contacts. The contact area should be well defined, spring used for contact shall be of
88 | P a g e
gradually rising characteristic i.e., they should be soft. The contacts should not
provide contact grip, i.e., electro-magnetic forces should not grip the contacts and
oppose the opening process. It would be desirable to have separate main contacts and
arcing contacts in order to have longer life of the contacts. The contours of the
energized metal parts of the breaker shall be such as to eliminate areas or points of
high electrostatic flux concentration. Surfaces shall be smooth with no projection or
irregularities which may cause visible corona. No corona shall be visible in complete
darkness when the equipment is subjected to the specified test voltage.
iv) The circuit breaker units shall be suitable for installation on outdoor R.C.C.
foundations. Ground clearance of the live parts of the breakers should be 3700 mm
from foundation. The circuit breakers shall be spring operated.
7) RECOVERY VOLTAGE AND POWER FACTOR
The circuit breaker shall be capable of interrupting rated power with recovery voltage
equal to the rated maximum line to line service voltage at rated frequency and at a
power factor equal to or exceeding 0.15.
i) The complete data for the phase factor, amplitude factor, etc., for rate of rise of
restriking voltage shall be furnished in the tender.
ii) The circuit breaker shall be designed so as to be capable of interrupting line charging
currents without undue rise in the voltage on the supply side without restrike and
without showing sign of undue strains.
iii) The maximum permissible switching over voltage shall not exceed 2.5 p.u. The
guaranteed over voltage, which will not be exceeded while interrupting the rated line
charging current for which the breaker is designed to interrupt shall also be stated.
The results of the tests conducted along with the copies of the oscillographs to prove
ability of the breakers to interrupt the rated as well as lower values of the line
charging current shall be furnished with the tender.
8) TRANSFORMER CHARGING CURRENT BREAKING CAPACITY
The breaker shall be capable of interrupting inductive currents, such as those
occurring while switching off unloaded transformers, without giving rise to undue
over voltage and without restrikes. The maximum over voltage value, which will not
be exceeded under such conditions, shall be stated in the tender.
9) BREAKING CAPACITY FOR SHORTLINE FAULTS
The interrupting capacity of the breaker for short line faults shall be stated in the tender.
The details of the test conducted for proving the capability of the breaker under a short
line fault occurring from one phase to earth conditions shall also be stated in the tender.
The rated characteristics for short line faults shall be in accordance with stipulation
contained in clause 8.0 of IEC-56(2)-1971.
89 | P a g e
10) AUTOMATIC RAPID RECLOSING AND OUT OF PHASE SWITCHING
i) 36 kV vacuum circuit breaker shall be suitable for 3 pole rapid reclosing. The dead time
of the breaker shall be adjustable and the limits of the adjustment shall be stated in the
tender.
ii) The circuit breaker shall be capable of satisfactory operation even under conditions of
phase opposition that may arise due to faulty synchronization. The maximum power
that the breaker can satisfactorily interrupt under "Phase Opposition" shall be stated in
the bid.
11) TEMPERATURE RISE
i) The maximum temperature attained by any part of the equipment when in service at site
and under continuous full load conditions and exposed to the direct rays of the sun shall
not exceed the permissible limits fixed by IEC. When the standards specify the limits of
temperature rise these shall not be exceeded when corrected for the difference between
ambient temperatures specified in the approved specification.
ii) The limits of temperature rise shall also be corrected for altitude as per IEC and stated
in the bid.
12) INSULATOR SUPPORTS AND HOUSING
i) The basic insulation level of the external insulator supporting shall be as stated in the
"Technical Parameters" and these shall be suitable for use under climatic conditions as
stated elsewhere in the specification. The porcelain used shall be homogenous, free
from cavities and other flaws.
ii) The insulators shall be designed to have ample insulation, mechanical strength and
rigidity for satisfactory operation under conditions specified above.
iii) All bushings of identical rating shall be interchangeable. The puncture strength of
bushing shall be greater than the flash over value. The design of bushing shall be such
that the complete bushing in a self-contained unit and no audible discharge shall be
detected at a voltage upto a working voltage (Phase Voltage) plus 10%. The support
insulator shall conform to IEC-137.
iv) Minimum clearance between phases, between live parts and grounded objects shall be
as per IS-3072-1975 and should conform to Indian Electricity Rules-1956. The
minimum creepage distance for severely polluted atmosphere shall be 27 mm/KV.
v) The air clearance of bushing should be such that if the bushings were tested at an
altitude of less than 1000 meters, air clearance would withstand the application of
higher voltages (IS-2099-1973 para 6.1). In order to avoid breakdown at extremely low
pressures the support insulators should not be covered by moisture and conducting dust.
Insulators should therefore be extremely clean and should have anti-tracking properties.
Sharp contours in conducting parts should be avoided for breakdown of insulation. The
insulators shall be capable to withstand the seismic acceleration of 0.5 g in horizontal
direction and 0.6g in vertical direction.
90 | P a g e
13) OPERATING MECHANISM GENERAL REQUIREMENTS
The operating mechanism shall be stored-energy type and capable of giving specified
duty of the breaker. The breaker shall also pass the operational test which will ascertain
the capabilities of operating mechanism. The operating mechanism shall be capable to
perform the following functions efficiently.
i) To provide means where the circuit breaker can be closed rapidly, without hesitation at
all currents from zero to rated making current capacity.
ii) To hold the circuit breaker in closed positions by toggles or latches till the tripping
signal is received.
iii) To allow the circuit breaker to open without delay immediately on receiving tripping
signal.
iv) Operating mechanism should also be suitable for three phase auto reclose duty. The
closing spring shall be automatically charged by motor immediately after closing
operation.
v) In case of failure of supply to the spring charging motor, the spring shall be chargeable
by hand crank.
vi) The contact pressure spring and tripping spring shall be chargeable during closing
operation to ensure the breaker is ready to open.
vii) Mechanically ON/OFF indicator, spring charged indicator and operation counter shall be
provided on the front of the control cubicle. For tripping, the spring provided shall
ensure the trippings.
14) Tripping/Closing Coils
i) The circuit breakers shall be provided with two trip coils and one closing coil per
breaker. First trip coil shall be utilized for tripping the breaker on main protection fault
detection. Whereas second trip coil shall be used to trip the breaker when first trip coil
fails to trip the breaker and backup protection comes into operation and shall also be
used to trip the breaker on command.
ii) The trip coils shall be suitable for pre-closing and after closing trip circuit supervision.
All the breakers shall have provision for independent electrical operation of trip coils
from local as well as remote through local/remote selector switch. The breaker shall be
provided with suitable protection device against discrepancies in the operation of
individual pole.
iii) Closing coil shall operate correctly at all value of voltage between 85% and 110% of
the rated voltage. Shunt trip coils shall operate correctly under all operating conditions
of the circuit breaker upto the rated breaking capacity and at all values of supply voltage
between 70% and 110% of rated voltage.
iv) Trip-Free features
a) When the breaker has been instructed to close by manual instructions by pushing of
push button, the operating mechanism will start operating for closing operations. If
in the mean time a fault has taken place, the relay provision shall be such that it
should close the trip circuit simultaneously interrupting the live circuit of closing
coil which has been instructed for close command.
91 | P a g e
b) The trip free mechanism shall permit the circuit breaker to be tripped by the
protective relay even if it is under the process of closing. An antipumping device to
prevent the circuit breaker from reclosing after an automatic opening shall be
provided to avoid the breaker from pumping i.e., anti pumping relay should interrupt
the closing coil circuit.
v) Controls
a) The circuit breaker shall be controlled by a control switch located in the control
room. The control arrangement shall be such as to disconnect the remote control
circuits of the breaker, when it is under test.
b) Local control devices, selector switch and position indicator shall be located in
weather and vermin-proof cabinet.
c) The circuit breaker control scheme shall incorporate trip circuit supervision
arrangement. Local/remote selector switch shall be provided for all breakers for
selection of "Local" control/remote control. Provision shall be made for local
manual, electrical and spring controls. Necessary equipment's for local controls shall
be housed in the circuit breaker cabinet of weather-proof construction. In addition to
this, a hand closing device for facilitating maintenance shall also be provided.
d) Each circuit breaker shall have a mechanical open/closed and spring charge indicator
in addition to facilities for provisions for semaphore indicators for breakers which
are required for the mimic diagram in the control room.
e) Lamps for indicating, 'close/open' position of the breaker shall also be provided.
f) Mechanical indicator, to show the 'open' and 'close' position of the breaker shall be
provided in a position where it will be visible to a man standing on ground with
mechanism housing open. An operation counter, visible from the ground even with
the mechanism housing closed, shall be provided. Electrical tripping of the breaker
shall be performed by shunt trip coils.
g) Operating mechanism and all accessories shall be enclosed in control cabinet. A
common marshalling box for the three poles of the breaker shall be provided, along
with supply of tubing, cables from individual pole operating boxes to the common
marshalling box, local.
vi) SPRING operated mechanism and MOTOR
a) The motor compressed spring mechanism shall consist of a closing spring which is
wound or compressed by an electric motor immediately after the breaker closes.
b) After the breaker has tripped, the tripping spring shall remain in the released position
as long as the breaker is open, but the closing spring shall remain wound and ready
for closing operation. Spring charging motor shall be standard single phase universal
motor suitable for 220 volts supply
c) Operating voltages for closing/tripping coils shall be 110 Volts DC.
92 | P a g e
d) -Operating voltages for heater elements shall be 220V AC 50 HZ. Other features of
the spring operated mechanism shall be as follows.
i. The spring operating mechanism shall have adequate energy stored in the
operating to close and latch the circuit breaker against the rated making current
and also to provide the required energy for tripping mechanism in case the tripping
energy is derived from the operating mechanism.
ii. The mechanism shall be capable of performing the rated operating duty cycle of 0-
0.3Sec-CO-3 Min-CO as per IEC-56.
iii. The spring charging motor shall be AC/DC operated and shall not take more than
30 sec., to fully charge the closing spring made for automatic charging. Charging
of spring by the motor should not - interfere with the operation of the breakers.
iv. The motor shall be adequately rated to carry out a minimum of one duty cycle.
Also provision shall be made to protect the motor against overloads.
v. In case of failure of power supply to spring charging motor, the mechanism shall
be capable of performing one open-close-open operation.
vi. Mechanical interlocks shall be provided in the operating mechanism to prevent
discharging of the closing springs when the breaker is already in closed position.
Provision shall be made to prevent a closing operation to be carried out with the
spring partially charged.
vii. Facility shall be provided for manual charging of closing springs.
vii) CONTROL CABINET
a) The switchgear operating mechanism, the control equipment such switch for
closing and tripping the breakers, various control relays, antipumping device,
timer for adjusting breaker reclosing, a set of terminal blocks for wiring
connections, MCB's for disconnecting the control auxiliary power supplies.
Including relays, etc., shall be enclosed in a cabinet to 'be mounted on a
suitable structure at a convenient working height at the end of the breaker in the
outdoor switchyard. The supporting structure and the enclosure shall be capable
of withstanding the typical tropical climatic conditions, change of ambient
temperature, severe dust-storms, very high relative humidity those are
prevailing at the site of location of switchgear.
b) The enclosure shall be made out of stretched level steel plates not less than 3.15
mm thick and of light section structural steel. It should be weather proof as well
as vermin proof and conforming to IP: 55 degree of protection.
c) Each cabinet section shall have full width and full length hinged doors mounted
on the front that swing fully open. The doors shall be provided with latches to
securely hold it with the cabinet. Doors shall be of sturdy construction, with
resilient material covering, to provide dust protection and prevent metal to
metal contact except at the latch points. Filtered ventilation shall be provided
along with the rigid supports for control and other equipment, measuring
instruments, mounting cabinet members and equipment shall not restrict easy
93 | P a g e
access to terminal blocks for terminating and testing external connection or to
equipment for maintenance.
d) All screws and bolts used for assembling and mounting wire and cable
termination, supports, devices and other equipment shall be provided with lock
washers or other locking devices. All metal parts shall be clean and free of weld
splatter, rust and mill scale prior to application of double coat of zinc chromate
primer which should be followed by an Polyurethane paint to serve as base and
binder for tile finishing coat. The exterior of the cubicle shall be painted matty
grey to shade NO.692 of IS-5 or shade No.631 and interior to white shade.
Sufficient quantity of paints shall also be supplied along with the cubicle to
restore at site any damage during transportation. The mounting structure shall
be galvanized and shall be as per IS-802-11-1978.
e) Suitable heaters shall be mounted in the cabinet to prevent condensation.
Heaters shall be controlled by thermostat ON/OFF switches and fuses shall be
provided. Heaters shall be suitable for 240 V AC supply voltage.
f) At least one 20 watts fluorescent tube fixture and lamp holder working on
240V, 50 c/s AC supply shall be provided in each switchgear control cubicle
section and shall be located to provide adequate interior lighting of the cubicle.
Ballasts shall be rated at not less than 0.90 power factor. A single pole
20amp, “T rated lighting switch” shall be provided for each cubicle, flush-
mounted on the left end. One duplex 220 volt convenience outlet shall be
provided inside each door or pair of doors inside each cubicle. The lighting and
convenient outlet circuits shall be completely wired in conduit and terminated
on cubicle terminal blocks.
g) Unless otherwise specified control wire shall be stranded tinned copper
stranded wire with 1.1 KV PVC insulation conforming to the requirements of
IS-1554.
All the control circuit and secondary wiring shall be wired completely
and brought out preferably to a vertical terminal block ready for external
connections in the control cabinet. The control wire shall not be of cross-
section less than 2.5 mm2 copper.
h) All spare auxiliary contacts of the circuit breaker shall be supplied wired upto
terminal block. At least 20 number spare terminals shall be provided over and
above the number required. All wiring termination on terminal blocks shall be
made through lugs. For current and DC supply circuits disconnecting sturdy
type terminal blocks will be provided. For other control circuits, non-
disconnecting snap on type terminal blocks shall be provided.
i) All wires shall be identified with non-metallic sleeve or tube type markers at
each termination.
j) Terminal blocks shall be made up of molded non-inflammable plastic material
with blocks and barriers molded integrally have white marking strips for circuit
identification and moulded plastic covers.
94 | P a g e
k) A ground bus of copper bar not less than 6 mm by 25 mm shall be provided
along the inside of the front or rear of the each cubicle and equipment rack. The
ground bus shall be bolted to the frame of each panel in such a way as to make
good electrical contact with each panel or section. Lugs shall be provided for
connection of the ground bus to the station ground bus/earth mat.
15) ACCESSORIES
Each circuit breaker assembly shall be supplied with the following accessories.
a) Line and earthing terminals and terminal connectors.
b) Control housing with:
i. One auxiliary switch with adequate number of auxiliary contacts, but not
less than 12 nos. (6 NO + 6 NC) for each breaker. These shall be over and
above the No. of contacts used for closing, tripping and 'reclosing' and
interlocking circuit of the circuit breaker. All auxiliary contacts shall be capable
of use as "Normally closed" or "Normally open" contacts. Special auxiliary
contacts required for the reclosing circuit if any, shall also be provided. There
shall be provision, to add more auxiliary contacts at a later date, if required.
ii. Operation counters.
iii. Position indicator (Close/Open).
iv. Necessary cable glands.
v. Fuses.
vi. Manual trip device and local test push buttons.
vii. Terminal blocks and wiring for all control equipment and accessories.
viii. Adequate number of heaters for continuous operation to prevent moisture
condensation in the housing of operating mechanism.
ix. Selector switch for local/remote control.
16) SUPPORTING STRUCTURE
a) The circuit breakers shall be supplied complete with necessary galvanized steel
supporting structures, foundation and fixing bolts, etc., the galvanizing shall be as per IS.
The mounting of the breaker shall be such as to ensure the safety of the operating staff
and should conform to Indian Electricity Rules, 1956. Minimum ground clearance of
live part from ground level shall be 4000 mm inclusive of foundation (300mm above
GL).
b) The bidder shall submit detailed design calculations and detailed drawings in respect of
supporting structures suitable for the equipment offered. The tenders shall specify the
loads which shall be transmitted to the equipment foundation under most adverse
operating conditions of the breaker.
c) Facility to earth the circuit breaker structure at two points shall be provided.
95 | P a g e
17) GALVANISING
All ferrous parts including all sizes of nuts, bolts, plain and spring washers, support
channels, structures, shall; be hot dip galvanized conforming to latest version of 18:2629
or any other equivalent authoritative standard.
18) CABLE TERMINATION
Suitable cable glands for terminating the multi-core cable shall be provided wherever
required.
19) TERMINAL CONNECTIONS AND EARTH TERMINALS
Each circuit breaker connected with incoming and outgoing feeders shall be provided
with solder less clamp type bimetallic connectors suitable for ACSR/AAAC conductor
mentioned in 'Technical Parameter'.
20) INTERLOCKS
Necessary interlocks to prevent closing or opening of the breaker under low pressure of
the contact spring and devices for initiating alarm shall be provided. Provision shall also
be made to enable electrical interlocking with the isolators associated with the breaker to
prevent opening or closing of the isolators.
21) TYPE TESTS
Necessary interlocks to prevent closing or opening of the breaker under low pressure of
the contact spring and devices for initiating alarm shall be provided. Provision shall also
be made to enable electrical interlocking with the isolators associated with the breaker to
prevent opening or closing of the isolators.
a. Short circuit duties test
b. Short time withstand current and peak withstand current tests
c. Temperature rise test
d. Mechanical endurance test
e. Lightning impulse voltage withstand test
f. Power Frequency withstand voltage test (dry & wet)
g. Single Capacitor bank switching test
h. Degree of protection IP-55 as per IS:13947:93(Part-I)/IEC 60529:89
96 | P a g e
➢ Type test certificates must accompany drawing of type tested equipment, duly sealed &
signed by type testing authority.
➢ Type tests should not have been conducted on the equipment earlier than 3 years from
the date of opening of bids.
➢ In case of any change in design/type of breaker already type tested and the one being
offered against this specification, the Employer reserves the right to demand repetition
of some or all tests without any extra-cost at NABL accredited lab.
➢ Acceptance and Routine Tests:
• Employer shall have access at all times to the works and all other places of
manufacture where the Circuit Breakers are being manufactured and the Bidder shall
provide all facilities for unrestricted inspection of the Bidder/manufacturer‟s
works, raw materials, manufacture of all the accessories and for conducting necessary
tests as detailed herein. The Employer reserves the right to insist for witnessing
acceptance/routine testing of the bought out items. The Bidder/manufacturer shall
submit the routine test certificates of bought out items and raw material also, at the
time of routine testing of the fully assembled breaker.
• No material shall be dispatched from its point of manufacture unless the material has
been satisfactorily inspected and tested.
• Bidders shall indicate the inspections and checks carried out at various stages of
manufacture of the circuit breakers. Complete record of stage inspection would be
kept by the Bidder/manufacturer and this record should be made available for
inspection by the representative of the Employer. Bidder/manufacturer should
indicate the manufacturing programme and the Employer will have a right to depute
inspecting officers during the manufacture of the equipment. The Employer reserves
the right to carry out stage inspections at all stages, for which advance intimation
shall be given and all necessary cooperation shall be rendered by the manufacturer.
• At the time of inspection, Bidder/manufacturer shall identify each and every
item/accessories of the particular Circuit Breaker under testing. Unless all the items
are identified, the manufacture will not be treated as complete. Various tests
stipulated in IS/IEC shall be performed in the presence of the Employer‟s engineers
or when the inspection waiver has been given, in such a case, testing shall be done at
the manufacturer's works as per IS/IEC stipulations and same should be confirmed by
documentary evidence by way of Test Certificate which shall be got approved by the
Employer.
• It is expected that before circuit breaker is finally offered for inspection, internal
testing of the same for various important parameters are already done. Routine test
report for such tests shall also accompany the letter of inspection call so that the
Inspecting Officer at the time of inspection may verify the parameters brought out in
the preliminary report. Details of all tests should be clearly brought out.
• In case for any reason, inspection is not completed or equipment is not found to be
complete with all accessories as per confirmation given with the letter of inspection
call, the Employer will reserve the right to recover complete cost of deputation of
inspecting team to the works of the manufacturer.
97 | P a g e
• Acceptance of any quantity of circuit breaker & its accessories shall in no way relieve
the successful bidder of his responsibility for meeting all the requirement of this
specification and shall not prevent subsequent rejection if such equipments are later
found to be defective.
22) RATING PLATES & SURFACE FINISH PAINTING & GALVANISING:-
➢ Each circuit breaker shall be provided with a detailed rating plate. Details on the rating
plate shall be as per ISS and shall also indicate manufacturer name, serial no., order no.
and month & year of dispatch.
➢ All interiors and exteriors of tanks, mechanism, enclosures, cabinets and other metal
parts shall be thoroughly cleaned to remove all rust, scales, corrosion, greases or other
adhering foreign matter. All steel surfaces in contact with insulating oil, as far as
accessible, shall be painted with not less than two coats of heat resistant, oil insoluble,
insulating paint.
➢ All metal surfaces exposed to atmosphere shall be given two primer coats of zinc
chromate and two coats of epoxy paint with epoxy base thinner or hot dip galvanized or
two packs of aliphatic polyurethane finished paint. All metal parts not accessible for
painting shall be made of corrosion resistant material. All machine finished or bright
surfaces shall be coated with a suitable preventive compound and suitably wrapped or
otherwise protected. Paints shall be carefully selected to withstand tropical heat and
extremes of weather within the limits specified.
➢ Paint shall not scale off or wrinkle or be removed by abrasion due to normal handling.
All external paintings shall be as per shade no. 697 or any other suitable shade of IS:5
or polyurethane paint.
➢ All ferrous parts & steel structure including all sizes of nuts, bolts, plain and spring
washers, support channels, structures, etc. shall be hot dip galvanized or stainless steel
or electro-galvanized.
23) DOCUMENTATION:
i. List of Drawings and Documents: Bidders shall furnish four sets of relevant
descriptive and illustrative published literature, pamphlets and following
drawings for preliminary study;
(a) General outline drawings showing dimensions and shipping weights.
(b) Sectional views showing the general constructional features of the circuit breaker
including operating mechanism, arcing chambers, contacts with lifting
dimensions for maintenance.
(c) All drawings & data typical and recommended schematic diagram for control
supervision & reclosing shall be annotated in English. .
(d) Schematic diagrams of breaker offered for control supervision and reclosing.
(e) Structural drawing, design calculations and loading data for support structures.
(f) Short circuit oscillogram & certificates for similar type tested breakers. General
arrangement of foundation and structure mounting plan including weights of
varnish components and impact loading data for foundation design.
(g) Type test reports.
98 | P a g e
ii. Successful bidders shall, within two weeks of placement of order, submit four
sets of final version of all the above drawings for the Employer's approval. The
Employer shall communicate his comments/approval on the drawings to the
Bidder/manufacturer within two weeks. Bidder/manufacturer shall, if necessary,
modify the drawings and resubmit four copies of the modified drawings for the
Employer's approval within two weeks from the date of comments. After receipt
of the Employer's approval, the Bidder/manufacturer shall, within three weeks,
submit 4 prints per breaker and two set of good qualities reproducible of the
approved drawings for the Employer's use.
iii. Manufacturing of equipments shall be strictly in accordance with the approved
drawings and no deviation shall be permitted without the written approval of the
Employer.
iv. Approval of drawings/work by the Employer shall not relieve the bidders of any
of his responsibility and liability for ensuring correctness and correct
interpretation of the drawings for meeting the requirements of the latest revision
of the applicable standards rules and codes of practices. Equipment shall conform
in all respects to high standards of engineering, design, workmanship and latest
revisions of relevant standards at the time of supply and the Employer reserves
the right to reject any equipment or material which, in his judgment, is not in full
accordance therewith.
24) PACKING AND FORMATION:
i. Equipment shall be prepared for ocean shipment (foreign equipment) or rail road
transport (local equipment). Equipment shall be packed in suitable crates in such
a manner to protect it from damage and withstand handling during transit.
Bidder/manufacturer shall be responsible for and make good at his own expense
any or all damage to the equipment during transit, due to improper and
inadequate packing and handling. Easily damageable materials shall be carefully
packed and marked with the appropriate caution symbols. Wherever necessary,
proper arrangement for lifting such as lifting hooks etc. shall be provided. Any
material found short inside the packing cases shall be supplied by the
Bidder/manufacturer without any extra cost. Each consignment shall be
accompanied by a detailed packing list containing the following information:
(a) Name of the consignee.
(b) Details of consignment.
(c) Destination.
(d) Total weight of consignment.
(e) Sign showing upper/lower side of the crate.
(f) Handling and unpacking instructions.
(g) Bill of material indicating contents of each package and spare material.
99 | P a g e
25) COMPLETENESS OF EQUIPMENT AND BOUGHT OUT ITEMS:
Bidders must furnish following information along with technical bid. A list of all the
accessories which will be supplied with the breakers should be furnished. While
furnishing the list of accessories, items which will be manufactured by the Bidders and
balance items, which will be procured from sub-Bidder/manufacturers should be clearly
identified and stipulated in the bid.
1.6. TECHNICAL SPECIFICATION FOR 33KV ISOLATORS
1) SCOPE
This section of the specification is intended to cover design specifications for
manufacture and testing of 33 KV gang operated switch (Isolators) with all fittings and
accessories.
The Isolators are for outdoor installation suitable for horizontal/vertical mounting on
mounting structures and for use at sub-stations.
Isolators shall be supplied with Earth Switch as and where specified.
2) GENERAL
i) The Isolators and accessories shall conform in general to IS 9921 (or IEC: 62271-102)
except to the extent explicitly modified in specification.
ii) All isolating switches and earthing switches shall have rotating blades and pressure
releasing contacts. All isolating and earth switches shall operate through 90 angle from
closed position to fully open position.
iii) Complete isolator with all the necessary items for successful operation shall be supplied
including but not limited to the following:
a) Isolator assembled with complete base frame, linkages, operating mechanism, control
cabinet, interlocks etc.
b) All necessary parts to provide a complete and operable isolator installation, control
parts and other devices whether specifically called for herein or not.
c) The isolator shall be designed for use in the geographic and meteorological
conditions as given in Section 1.
3) DUTY REQUIREMENTS
a) Isolators and earth switches shall be capable of withstanding the dynamic and thermal
effects of the maximum possible short circuit current of the systems in their closed
position. They shall be constructed such that they do not open under influence of
short circuit current.
b) The earth switches, wherever provided, shall be constructionally interlocked so that
the earth switches can be operated only when the isolator is open and vice versa. The
constructional interlocks shall be built in construction of isolator and shall be in
addition to the electrical and mechanical interlocks provided in the operating
mechanism.
100 | P a g e
c) In addition to the constructional interlock, isolator and earth switches shall have
provision to prevent their electrical and manual operation unless the associated and
other interlocking conditions are met. All these interlocks shall be of failsafe type.
Suitable individual interlocking coil arrangements shall be provided. The interlocking
coil shall be suitable for continuous operation from DC supply and within a variation
range as stipulated elsewhere in this specification.
d) The earthing switches shall be capable of discharging trapped charges of the
associated lines.
e) The isolator shall be capable of making/breaking normal currents when no significant
change in voltage occurs across the terminals of each pole of isolator on account of
make/break operation.
f) The isolator shall be capable of making/breaking magnetising current of 0.7A at 0.15
power factor and capacitive current of 0.7A at 0.15 power factor at rated voltage.
4) Constructional Details
a) All isolating switches and earthing switches shall have rotating blades and pressure
releasing contacts. All isolating and earth switches shall operate through 90° angle
from closed position to fully open position.
b) Contacts:
i) The contacts shall be self-aligning and self-cleaning and so designed that binding
cannot occur after remaining closed for prolonged periods of time in a heavily
polluted atmosphere.
ii) No undue wear or scuffing shall be evident during the mechanical endurance tests.
Contacts and spring shall be designed so that readjustments in contact pressure shall
not be necessary throughout the life of the isolator or earthing switch. Each contact
or pair of contacts shall be independently sprung so that full pressure is maintained
on all contacts at all time.
iii) Contact springs shall not carry any current and shall not lose their characteristics
due to heating effects.
iv) The moving contact of double break isolator shall have turn-and -twist type or other
suitable type of locking arrangement to ensure adequate contact pressure.
5) Blades
i) All metal parts shall be of non-rusting and non-corroding material. All current
carrying parts shall be made from high conductivity electrolytic copper/aluminium.
Bolts, screws and pins shall be provided with lock washers. Keys or equivalent
locking facilities if provided on current carrying parts, shall be made of copper
silicon alloy or stainless steel or equivalent. The bolts or pins used in current
carrying parts shall be made of non-corroding material. All ferrous castings except
current carrying parts shall be made of malleable cast iron or cast-steel. No grey
iron shall be used in the manufacture of any part of the isolator.
101 | P a g e
ii) The live parts shall be designed to eliminate sharp joints, edges and other corona
producing surfaces, where this is impracticable adequate corona shield shall be
provided.
iii) Isolators and earthing switches including their operating parts shall be such that
they cannot be dislodged from their open or closed positions by short circuit forces,
gravity, wind pressure, vibrations, shocks, or accidental touching of the connecting
rods of the operating mechanism.
iv) The switch shall be designed such that no lubrication of any part is required except
at very infrequent intervals i.e. after every 1000 operations or after 5 years
whichever is earlier.
6) Insulators
i) The insulator shall conform to IS: 2544 and/or IEC-60168. The insulators shall
have minimum cantilever strength of 400 Kgs. for 33kV insulators.
ii) Pressure due to the contact shall not be transferred to the insulators after the main
blades are fully closed.
7) Base:
Each isolator shall be provided with a complete galvanised steel base provided with holes
and designed for mounting on a supporting structure.
8) Earthing Switches:
i) Where earthing switches are specified these shall include the complete operating
mechanism and auxiliary contacts.
ii) The earthing switches shall form an integral part of the isolator and shall be
mounted on the base frame of the isolator.
iii) The earthing switches shall be constructionally interlocked with the isolator so that
the earthing switches can be operated only when the isolator is open and vice versa.
The constructional interlocks shall be built in construction of isolator and shall be
in addition to the electrical interlocks. Suitable mechanical arrangement shall be
provided for de-linking electrical drive for mechanical operation.
iv) Each earth switch shall be provided with flexible copper/aluminum braids for
connection to earth terminal. These braids shall have the same short time current
carrying capacity as the earth blade. The transfer of fault current through swivel
connection will not be accepted.
v) The frame of each isolator and earthing switches shall be provided with two reliable
earth terminals for connection to the earth mat.
vi) Isolator design shall be such as to permit addition of earth switches at a future date.
It should be possible to interchange position of earth switch to either side.
102 | P a g e
vii) The earth switch should be able to carry the same fault current as the main blades
of the Isolators and shall withstand dynamic stresses.
9) OPERATING MECHANISM
i) The bidder shall offer manual operated Isolators and earth switches.
ii) Control cabinet/operating mechanism box shall be made of aluminum sheet of
adequate thickness (minimum 3 mm).
iii) Gear should be of forged material suitably chosen to avoid bending/jamming on
operation after a prolonged period of non-operation. Also all gear and connected
material should be so chosen/surface treated to avoid rusting.
10) OPERATION
i) The main Isolator and earth switches shall be gang operated.
ii) The design shall be such as to provide maximum reliability under all service
conditions. All operating linkages carrying mechanical loads shall be designed for
negligible deflection. The length of inter insulator and interpole operating rods shall
be capable of adjustments, by means of screw thread which can be locked with a
lock nut after an adjustment has been made. The isolator and earth switches shall be
provided with “over center” device in the operating mechanism to prevent
accidental opening by wind, vibration, short circuit forces or movement of the
support structures.
iii) Each isolator and earth switch shall be provided with a manual operating handle
enabling one man to open or close the isolator with ease in one movement while
standing at ground level. Detachable type manual operating handle shall be
provided. Suitable provision shall be made inside the operating mechanism box for
parking the detached handles. The provision of manual operation shall be located at
a height of 1000 mm from the base of isolator support structure.
iv) The isolator shall be provided with positive continuous control throughout the
entire cycle of operation. The operating pipes and rods shall be sufficiently rigid to
maintain positive control under the most adverse conditions and when operated in
tension or compression for isolator closing. They shall also be capable of
withstanding all torsional and bending stresses due to operation of the isolator.
Wherever supported the operating rods shall be provided with bearings on either
ends. The operating rods/ pipes shall be provided with suitable universal couplings
to account for any angular misalignment.
v) All rotating parts shall be provided with grease packed roller or ball bearings in
sealed housings designed to prevent the ingress of moisture, dirt or other foreign
matter. Bearings pressure shall be kept low to ensure long life and ease of
operation. Locking pins wherever used shall be rustproof.
vi) Signaling of closed position shall not take place unless it is certain that the movable
contacts, have reached a position in which rated normal current, peak withstand
current and short time withstand current can be carried safely. Signaling of open
position shall not take place unless movable contacts have reached a position such
that clearance between contacts is atleast 80% of the isolating distance.
103 | P a g e
vii) The position of movable contact system (main blades) of each of the Isolators and
earthing switches shall be indicated by a mechanical indicator at the lower end of
the vertical rod of shaft for the Isolators and earthing switch. The indicator shall
be of metal and shall be visible from operating level.
viii) The contractor shall furnish the following details along with quality norms,
during detailed engineering stage.
a) Current transfer arrangement from main blades of isolator along with
millivolt drop immediately across transfer point.
b) Details to demonstrate smooth transfer of rotary motion from motor shaft to
the insulator along with stoppers to prevent over travel.
11) TEST and Inspection
The switches shall be subjected to the following type test in accordance to with IS: 9920.
I) Dielectric test (impulse and one minute) power frequency withstands voltage.
II) Temperature rise test
III) Rated off load breaking current capacity
IV) Rated active load breaking capacity
V) Rated line charging breaking capacity
VI) Rated short time current
VII) Rated peak withstand current
VIII) Mechanical and Electrical Endurance
The equipment shall be subjected to the following routine test.
I) Power frequency voltage dry test
II) Measurement of resistance of the main circuit
III) Operating test.
The porcelain will have pull out test for embedded component and beam strength of
porcelain base.
12) CONNECTORS
Each isolator shall be provided with appropriate number of bimetallic clamping type
connectors as detailed in the schedule of requirement. The maximum length of jumper
that may be safely connected or any special instruction considered necessary to avoid
under loads on the post isolators should be stated by the tenderer.
13) SUPPORTING STRUCTURES
All isolators and earthing switches shall be rigidly mounted in an upright position on
their own supporting structures. Details of the supporting structures shall be furnished
by the successful bidder. The isolators should have requisite fixing details ready for
mounting them on switch structures.
104 | P a g e
14) PRE-COMMISSIONING TESTS
Contractor shall carry out following tests as pre-commissioning tests. Contractor shall
also perform any additional test based on specialties of the items as per the field
instructions of the equipment Supplier or Employer without any extra cost to the
Employer. The Contractor shall arrange all instruments required for conducting these
tests along with calibration certificates and shall furnish the list of instruments to
APDCL for approval.
(a) Insulation resistance of each pole.
(b) Manual operation and interlocks.
(c) Insulation resistance of control circuits and motors.
(d) Ground connections.
(e) Contact resistance.
(f) Proper alignment so as to minimise to the extreme possible the vibration during
operation.
(g) Measurement of operating Torque for isolator and Earth switch.
(h) Resistance of operating and interlocks coils.
(i) Functional check of the control schematic and electrical & mechanical
interlocks.
(j) 50 operations test on isolator and earth switch.
15) TECHNICAL DATA SHEET FOR ISOLATORS
SL
No.
Technical Particulars Isolators class
33 kV 11kV
1 Nominal system voltage, kV 33 11
2 Highest system voltage, kV 36 12
3 Rated frequency, Hz. 50 50
4. Type of Isolator Double Break,
center pole rotating
Double Break,
center pole
rotating
105 | P a g e
SL
No.
Technical Particulars Isolators class
33 kV 11kV
5 Rated continuous current, A 630 1250
6 Rated short time current, kA 16 12.5
7 Rated duration of short time
current, Second
3 3
8 Rated lightning impulse
withstand voltage, kV (peak)
i) To earth & between poles
ii) Across isolating distance
170
170
95
95
9 Rated 1 minute power frequency
withstand voltage, kV (rms)
i) To earth & between poles
ii) Across isolating distance
70
80
28
40
10 Minimum creepage distance of
insulators, mm
900
400
11 Temperature rise As per relevant IS
1.7. TECHNICAL SPECIFICATION FOR 33 KV OUTDOOR TYPE CURRENT
TRANSFORMER
1) INTRODUCTION
This section covers the specification of 33 kV and 11kV Current Transformer suitable for
outdoor service. Any other parts not specifically mentioned in this specification but
otherwise required for proper functioning of the equipment should be included by the tender
in the offer. The CTs should normally be installed above VCB. The VCB & CT should be
installed on common mounting structure. In places, where VCB are not provided in the
substation, separate CT mounting structure shall be provided with CTs.
2) APPLICABLE STANDARDS
Unless otherwise modified in this specification, the Current Transformer shall comply with
the latest version of relevant standards (IS 2165, IS 2705(I-IV), IS 2099, IS 5621, IS 2071,
IS 335, IS 13947(part I), IEC 185, IEC270, IEC 44(4), IEC 171, IEC 60, IEC 8263, IEC
815, Indian electricity Rules 2003) or better international standards. This list of standards is
106 | P a g e
for guidance only. The contractor shall be solely responsible to design & manufacture the
CT suitable for 33kV & /11 kV systems.
3) AMBIENT CONDITIONS
The CT supplied against these specifications shall be suitable for satisfactory continuous
operation under the tropical conditions, as mentioned for power transformers.
4) System Particulars
a) Nominal System Voltage 33kV & 11kV
b) Highest system Voltage 36kV & 12kV
c) Rated Frequency 50Hz & 50Hz
d) No of phases Three & Three
e) System neutral earthing -Solidly Earthed-
f) One minute Power Freq. 70kV & 28kV
withstand voltage (rms)
g) Lighting Impulse withstand Voltage 170kVp & 75kVp
i) System fault level -25kA for 3sec-
5) TECHNICAL PARAMETERS OF CT
a) Type Single phase, dead tank, outdoor,oil filled & hermetically sealed
b) Type of mounting Pedestal type
c) Rated primary current As per BPS
d) Rated Continuous thermal current 120 % of rated Primary current
e) Rated short time withstand As per IS 2705 Pt. I Requirement for sec. Winding f) Rated short time withstand 25kA(RMS) Current
i) Duration (for primary current 3Sec
of 150amps and above)
ii) Duration (for primary current 1Sec
below 150 amps)
g) Rated dynamic withstand 62.5 Current (KA rms) h) Max temp rise As per IEC-185/ IS 2705 i) Minimum creepage distance 25 mm /KV of porcelain housing(mm) j) One minute power frequency 3 kV Withstand voltage between
Secondary terminal & earth
k) Details of Secondary Cores Metering Protection
Current Ratio (As per BIS) Accuracy Class 0.5 5P10 Burden(VA) 15 15 Instrument Security Factor ≤5 - Accuracy Limit Factor - ≥10
6) PORCELAIN HOUSING
It shall be single piece of homogeneous, vitreous porcelain of high mechanical &
dielectric strength. It will be glazed with uniform Brown or Dark brown colour with
smooth surface finish. The creepage distance for the porcelain housing shall be at least 25
mm per kV.
107 | P a g e
7) WINDING
a) Primary Winding:
It shall be made of high conductivity rigid copper wire. The primary winding current
density shall not exceed the limit of 1.6 Amp per sq. mm for normal rating.
The design current density for short circuit current as well as conductivity of metal
used for primary winding shall be as per IS 2705. The calculation for the selection of
winding cross section shall be furnished by contractor.
The primary terminal shall be of standard size of 30 mm dia x 80 mm length of
heavily tinned (min. thickness 15 micron) electrolytic copper of 99.9 % conductivity.
b) Secondary Winding:
It shall be made of insulated copper wire of electrolytic grade. Type of insulation
used shall be described in the offer. For multi ratio design, the multi ratio will be
achieved by reconnection of the primary winding or secondary winding. The
excitation current of the CT shall be as low as possible. The contractor shall furnish
the magnetization curves for all the cores.
The terminal box shall be dust free & vermin proof. The size of the terminal box shall
be big enough to enable easy access and working space with the use of normal tools.
The secondary terminals studs shall be provided with at least 3 nuts and two plain
washers, these shall be made of brass duly nickel plated. The min. stud outer dia shall
be 6 mm & length 15 mm. The min spacing between the centres of the adjacent studs
shall be 1.5 time the outer dia of the stud.
c) Polarity:
The polarity shall be marked on each CT at the primary and secondary terminals.
8) Tanks and Hardwares
The CT will be dead tank type. The tank shall be fabricated of MS steel sheet of min.
3.15 mm for sides & 5 mm for top & bottom. The tank will be finished with min. 2
coats of zinc rich epoxy paint externally. The inner surface shall be painted with oil
resistance white enamel paint.
All ferrous hardwares, exposed to atmosphere shall be hot dipped galvanized.
9) Insulation Oil
The first filling of oil in CT shall be in contractor’s scope. The oil shall be as per IS 335.
To ensure prevention of oil leakage, the manufacturer will give following details
supported by drawings:
a) Location of emergence of Primary & Secondary terminals
b) Interface between porcelain & metal tanks
c) Cover of the secondary terminal box
Any nut & bolt and screw used for fixation of the interfacing porcelain bushing for taking
out the terminals shall be provided on flanges cemented to the bushings & not on the
porcelain.
108 | P a g e
If gasket joints are used, Nitrite Butyl Rubber gasket shall be used. The grooves shall be
provided with adequate space for accommodating gasket under pressure.
The CT shall be vacuum filled with oil after processing. It will be properly sealed to
eliminate breathing & to prevent air & moisture from entering the tank. The sealing
methods/arrangement shall be described by the contractor & be approved by the owner.
10) OIL LEVEL INDICATOR
The CT shall be fitted with prismatic type oil sight window at suitable location so that the
oil level is clearly visible with naked eye to an observer standing at ground level.
To compensate oil volume variation due to temperature variation, Nitrogen cushion or the
stainless steel bellows shall be used. Rubber diaphragms are not permitted for this
purpose.
11) Earthing
Two earthling terminals shall be provided on the metallic tank of size 16 mm dia &
30mm length each with one plain washer & one nut for connection to the station earth
mat.
12) Junction Box
The junction box shall be of MS sheet having thickness of 2mm, synthetic enamel painted
as per procedure mentioned in General Technical Requirement (Min. thickness 55
micron). The shade of junction box shall be 697 of IS: 5. Disconnecting type terminal
blocks for CT secondary lead shall be provided. The junction boxes shall be weather
proof type with gaskets, as per section-I (Introduction and general technical requirements)
conforming to IP-55 as per IS-13947 (Part-I).
13) LIFTING & MOUNTING ARRANGEMENT
The CT shall be provided with two lifting eyes to lift the CT. This shall be so positioned
so as to avoid any damage to the CT during lifting for instillation or transportation
purpose. This shall be detailed in General Arrangement drawing.
The CT shall be of pedestal mounting type suitable for outdoor installation on
steel/cement concrete structures. All the clamps, bolts, nut and washers etc. required for
mounting the CT on the structure shall be supplied along with the CT and shall be
galvanized. The contractor shall supply all the terminal connectors etc. required for
connection to the CT.
14) TESTING
All Type and Routine Tests shall be as per relevant IS and/or IEC.
109 | P a g e
1.8. TECHNICAL SPECIFICATION FOR 33 & 11 KV OUTDOOR TYPE POTENTIAL
TRANSFORMER
1. INTRODUCTION
This chapter covers specification of 33kV and 11kV Potential Transformer suitable
for outdoor service. Any other parts not specifically mentioned in this specification
but otherwise required for proper functioning of the equipment should be included
by the tender in the offer.
2. APPLICABLE STANDARDS
Unless otherwise modified in this specification, the Potential Transformer shall
comply with the latest version of relevant standards (IS 3156, IS 2099, IS 5621, IS
335, IS 13947(Part I), IEC 186, Indian electricity Rules 2003, IEC 815) or better
international standards. This list of standards is for guidance only. The contractor
shall be solely responsible to design & manufacture the PT suitable for 33 kV/11kV
systems.
3. AMBIENT CONDITIONS
The PT supplied against this specification shall be suitable for satisfactory
continuous operation under the tropical conditions as detailed for power
transformers.
4. SYSTEM PARTICULARS
4.0. Nominal System Voltage 33kV
4.1. Highest system Voltage 36kV
4.2. Rated Frequency 50Hz
4.3. No of phases Three
4.4. System neutral earthing ---Solidly Earthed--
4.5. One minute Power Freq. 70kV(rms)
4.6. Lighting Impulse withstand Voltage 170kVp
4.7. System fault level ---25 kA for 3sec---
5. TECHNICAL PARAMETERS OF PT
5.0. Rated primary Voltage 36 KV 12 KV
5.1. Type Single phase potential transformer
c) Voltage/ Ratio(kV) 33/0.11
d) Rated voltage factor 1.2 continuous
e) One minute power freq. Withstand voltage for
Primary Terminals 70 kV(rms)
Secondry winding 36 kV
f) Min. Creepage Distance 25 mm/kV of Highest System Voltage
g) Detail of secondaries Core I Application Metering
Accuracy
0.5
0.5
Burdan (VA) 100 100
110 | P a g e
Note: The ratings indicated for instrument transformer are tentative only
and may be changed to meet the requirements.
6. PORCELAIN HOUSING
It shall be single piece of homogeneous, vitreous porcelain of high mechanical & dielectric
strength. It will be glazed with uniform Brown or Dark brown colour with smooth surface
finish. The creepage distance for the porcelain housing shall be at least 25mm per kV.
The contractor shall clearly detail in his bid the details of attaching the metallic flange to
porcelain, pressure release valve and also how primary & secondary terminals shall be
brought out.
7. WINDING
i) Primary Winding
It shall be made of insulated electrolytic copper wire. The neutral end of the winding shall be
brought outside for earthing.
The primary terminal shall be of standard size of 30 mm dia x 80 mm length of heavily
tinned (min. thickness 15 micron) electrolytic copper of 99.9 % conductivity.
ii) Secondary Winding
It shall be made of insulated copper wire of electrolytic grade. The terminal box shall be dust
free & vermin proof. The size of the terminal box shall be big enough to enable easy access
and working space with the use of normal tools.
The secondary terminals studs shall be provided with at least 3 nuts and two plain washers.
These shall be made of brass duly nickel plated. The min. stud outer dia shall be 10 mm &
length 15 mm. The min spacing between the centres of the adjacent studs shall be 1.5 time
the outer dia of the stud.
iii) Polarity
The polarity shall be marked on each PT at the primary and secondary terminals.
8. TANK & HARDWARES
It shall be fabricated of MS steel sheet of min. 3.15 mm for sides & 5 mm for top & bottom.
The tank will be finished with min. 2 coats of zinc rich epoxy paint externally. The inner
surface shall be painted with oil resistance white enamel paint.
All ferrous hardwares, exposed to atmosphere shall be hot dipped galvanized.
9. INSULATION OIL
The first filling of oil in PT shall be in contractor’s scope. The oil shall be as per IS 335.To
ensure prevention of oil leakage, the manufacturer will give following details supported by
drawings:
• Location of emergence of Primary & Secondary terminals.
• Interface between porcelain & metal tanks.
• Cover of the secondary terminal box.
111 | P a g e
Any nut & bolt and screw used for fixation of the interfacing porcelain bushing for taking
out the terminals shall be provided on flanges cemented to the bushings & not on the
porcelain.
If gasket joints are used, Nitrite Butyl Rubber gasket shall be used. The grooves shall be in
machined with adequate space for accommodating gasket under pressure.
The PT shall be vacuum filled with oil after processing. It will be properly sealed to
eliminate breathing & to prevent air & moisture from entering the tank. The sealing
methods/arrangement shall be described by the contractor & be approved by the owner.
10. OIL LEVEL INDICATOR
The PT shall be fitted with prismatic type oil sight window at suitable location so that the oil
level is clearly visible with naked eye to an observer standing at ground level.
To compensate oil volume variation due to temperature variation, Nitrogen cushion or the
stainless steel bellows shall be used. Rubber diaphragms are not permitted for this
purpose.
11. EARTHING
Two earthling terminals shall be provided on the metallic tank of size 16 mm dia & 30 mm
length each with one plain washer & one nut for connection to the station earth mat.
12. Junction Box
The junction box shall be of MS sheet having thickness of 2mm, synthetic enamel painted as
per procedure mentioned in General technical Requirement (Min. thickness 55 micron). The
shade of junction box shall be 697 of IS: 5. Disconnecting type terminal blocks for PT
secondary lead shall be provided. The junction boxes shall be weather proof type with gaskets
as per section-I (Introduction and general technical requirements) conforming to IP-55 as per
IS-13947 (Part-I).
One junction box shall be provided for 3 numbers of single phase CT’s and PT’s.
13. LIFTING & MOUNTING ARRANGEMENT
The PT shall be provided with two lifting eyes to lift the PT. This shall be so positioned so as
to avoid any damage to the PT during lifting for installation or transportation purpose. This
shall be detailed in General Arrangement drawing.
The PT shall be of pedestal mounting type suitable for outdoor installation on steel/cement
concrete structures. All the clamps, bolts, nut and washers etc. required for mounting the PT
on the structure shall be supplied along with the PT and shall be galvanized. The contractor
shall supply all the terminal connectors etc. required for connection to the PT.
14. TESTING
All Type and Routine Tests shall be as per relevant IS and /or IEC.
112 | P a g e
1.9. TECHNICAL SPECIFICATION FOR CONTROL & RELAY PANEL FOR 33KV
FEEDER
1) SCOPE
This specification covers design, manufacture, assembly, testing before supply, inspection, packing
and delivery and other basic technical requirements in respect of control and relay panels for 33 kV
feeders. The design, materials and manufacture of the equipment shall, therefore be of the highest
order to ensure continuous and trouble-free service over the years. The manufacturer has to design the
schematics for protection and control of all equipment including monitoring indications, visual and
audible alarm, interlocking schemes among different equipments. Any other requirement which are
not specifically covered here but which are necessary for successful commissioning of the substations
are also within the scope of the Contract.
The equipment manufactured should conform to the relevant standards and of highest quality of
engineering design and workmanship. The equipment manufactured shall ensure satisfactory and
reliable performance throughout the service life. The Schedule of requirement of the panel is
furnished separately in details.
2) SERVICE CONDITION
a) System Particulars:
Nominal system voltage 33 kV
Corresponding highest system voltage 36 kV
Frequency 50 Hz±3%
Number of phases 3
Neutral earthing 33 kV Grounded through Earthing Transformer
b) Equipment supplied against the specification shall be suitable for satisfactory operation
under the following tropical conditions:
Max. ambient air temperature 45°C
Max. relative humidity 100%
Max. annual rainfall 3500mm
Max. wind pressure 260kg/sq.m.
Max. altitude above mean sea level 1000mtrs.
Isoceraunic level 45
Reference Ambient Temperature for temperature rise 50 degC
Climatic Condition Moderately hot and humid tropical climate
conducive rust and fungus growth
113 | P a g e
c) Auxiliary supplies available at the various sub-stations are as follows:
A. C. Supply 230 voltswith±10%variation,Frequency 50Hz ±3%
D.C. Supply
110 volts dc for new sub-stations, 110 volts dc or other voltages (to be verified by contractor) for
earlier sub-stations. DC system is 2(two)wire with necessary earth fault annunciation scheme. DC
supply shall be normally fed from battery charger. In case of failure of AC supply to battery charger,
DC supply voltage will be available from
lead acid battery.
3) The equipment provided shall also comply with the latest revisions of Indian Electricity act
and Indian Electricity rules and any other applicable statutory provisions, rules and
regulations.
4) All equipment provided under the specification shall generally conform to the latest issue of
the following:
a) IS 12063/1987 Degree of Protection provided for enclosure of electrical equipment.
b) IS 5/2004 Colour for ready mixed paints & enamels.
c) IS 3231/ 1986&1987 Electrical relays for power system protection
d) IEC60255 Numerical protection relay
d) IS 8686/1977 Static Protective Relays
e) IS 1248/2003 Indicating instruments
f) IS 14697/1999 HT Static Tri-vector TOD Energymeter
g) IS 6875 Control switches
h) IS 4794/1968&1986 Pushbuttons
i) IEC337&337-1 Control switches (LV switching devices for control and auxiliary circuit)
j) IEC:60185 Current Transformers
k) IEC:60186 Voltage Transformer
l) IS 375 Marking and arrangement for switchgear Bus
m) IS5578/1984 Marking of insulated conductors.
5) GENERAL REQUIREMENT OF THE RELAYS:
The main protective non-directional O/C & E/F relays shall be numeric & communicable type
(SCADA compatible), as per detailed specification of relay separately provided.
All numerical relays shall be provided with ‘Relay Failure Annunciation contact’.
A) General requirements of numerical relays :
It is intended to automate the switchgears specified in the scope of supply and use communicable
numeric relays for protection, control, metering and status monitoring. This specification is based on
the understanding that an Integrated Automation System along with protection shall be provided and
114 | P a g e
same shall have provision for integration with SCADA system. All the feeders shall be remote
controlled from EMPLOYER’s SCADA and from the local console of the numerical relays.
Numerical multifunctional combined microprocessor based feeder protection and management relay
will protect the 33kV feeder from all electrical and other faults along with reporting system,
disturbance record for fault analysis. Manufacturer should comply with any special requirement or
feature asked for retrofitting the relays. Relay should be IEC 61850 compliant. Relay should have
4CT input for O/C and E/F protection. There should be option for derivation of E/F internally.
The numerical relays in general shall comply with the following requirements :
1. The offered relay shall be completely numerical with Protection elements realized using software
algorithm to protect Cables and Overhead lines deployed in MV/LV networks. It may be used as a
backup in HV systems, different types of earthing systems, MV industrial installations, public
distribution networks and substations. It should have essential protection functions for deployment in
lower voltage systems.
2. Relay should be flush mounted type. The module shall be draw-out type and there should be CT
shorting facility of make before break type .Galvanic isolation between field connection and relay
hardware should be there. The relays should be housed in a robust metal case suitable for panel
mounting conforming to IP 52 (Front face)
3. The relay should be suitable for operation in ambient temperature of +55 degrees Celsius and
relative humidity of 100%.
4. The relay should conform to the IEC60255-5 or equivalent BS / ANSI for following :
a.Overload withstand test
b.Dielectric withstand: 2kV in common, 1 kV in differential mode
c.Impulse Voltage: 5kV in common, 1kV in differential mode
d.Insulation resistance>100 M-ohm.
e.Vibration: Shock and bump and Seismic
f.Storing and transportation
g.Radio Interference: IEC 61000 for high frequency disturbance, Transient disturbance,
Electrostatic discharge.
h.KEMA Certification for the particular model offered with respect to IEC61850 Protocol.
Relay shall meet the requirement for withstanding electromagnetic interference according to
relevant parts of IEC 60255 / IEC 61850. Failure of single component within the equipment
shall neither cause unwanted operation nor lead to a complete system breakdown.
5. The relay shall be rated for 50 Hz. +/- 5% system frequency.
6. The relay shall have software selectable options for CT input at site selectable 1A or 5A
7. It shall be possible to energise the relay from auxiliary supply of 24V DC or 110V DC with
variation of - 25% to + 10% (the aux. supply voltage will be specified during detailed engineering).
115 | P a g e
The dc aux. supply will be 2wire unearthed system. Necessary software shall be in-built for proper
shutdown and restart in case of power failure. Auxiliary supply burden will be less than 20Watt.
8. The relay setting and programming should be stored in EEPROM so that during auxiliary supply
failure the said data is not lost.
9. The relay should have facility to comprehensively monitor the healthiness of its circuits and
components by own monitoring system. In case of any problem of hardware and software elements of
the relay , the fault diagnosis information shall be displayed on the LCD and an alarm should be
generated by one of the output contacts. The alarm as soft signal to be sent to SCADA system as well.
Necessary support documentation explaining the self-diagnostic feature shall be furnished. Watch dog
contact shall be provided in addition to required 7 BI and 7 BO.
10. The relay shall be provided with at least 12 DI + 10 DO. DI for Trip Circuit Supervision function
shall be over and above from mentioned DI/DO. Facility must exist to assign any of the logical/
physical statuses to BI/BO and programmable LEDs
11. The offered relay shall have a comprehensive local MMI (man-machine interface) for interface. It
shall have the following minimum elements so that the features of the relay can be accessed and
setting changes can be done locally.
• At least 48 character alphanumeric backlit LCD display unit
• Fixed LEDs (for trip, Alarm, Relay available & Relay out of service) &twin colour
programmable LEDs which can be assigned to any protection function for local
annunciation.
• Tactile keypad or 4 navigation keys for browsing and setting the relay menu
12.The relay shall have the facility to programme the pickup threshold between 18 to 250V
independently per digital input to prevent the spurious pick up of binary during inputs DC earth fault
condition and should be ESI 48- 4EB2 compliant
13.The relays provided should comply with the international standards of NERC CIP for cyber
security to provide protection against unauthorized disclosure, transfer, modification, or destruction
of information and/or information systems, whether accidental or intentional.
14. All PCB used in relays should have harsh environmental coating as per standard IEC 60068
(HEC) to increase the particle repellency and thereby increasing the life of relay. IED shall be
manufactured using lead- free components.
15.The relay shall have a USB/RS232/RJ45 communication port for connecting to a local
PC/Laptop for setting and viewing the data from the relay. Both IEC 103 (over RS485) and IEC
61850 (over RJ45) shall be available simultaneously in single relay. Use of any type of converter is
not acceptable.
16. The relay should have native IEC 61850 Communication Protocol on Ethernet.
• Relay should comply to IEC 61850 protocol without any external protocol
• Goose signals shall be freely configurable for any kind of signals using graphic tool/user
friendly software.
116 | P a g e
17. The relay should have time synchronisation through SNTP / IRIG-B
18. The relays shall have the following tools for fault diagnostics :
• Fault record : The relay shall have the facility to store at least 125 last fault records with
information on cause of trip, date, time, trip values of electrical parameters.
• Event record : The relay shall have the facility to store at least 1000 time stamped event
records with resolution.1ms
• Disturbance records : The relay shall have capacity to store at least 50 disturbance record
waveforms at 1 sec..
• Event log, trip log and disturbance record should go in to history.
• The relay settings shall be provided with adequate password protection with 5 alternative
setting groups. The password of the relay should be of 4 character to provide security to setting
parameter.
• The numerical relays shall be provided with 1 set of common support software compatible
with both Windows 98 and NT 4.0 which will allow easy settings of relays in addition to uploading of
event, fault, disturbance records, measurements and troubleshooting purposes.
• Multiuser / corporate license for installation on minimum 7 no. of PCs shall be provided.The
relay settings shall also be changed from local or remote using the same software.
• Additional functions can be added to relay by software up-gradation and downloading this
upgraded software to the relays by simple communication through PC.
19. Manufacturer of relays should offer their own SAS so that they can provide a system solution if
required in future.
20. Standard documentation per Relay, according to IEC 61850 :
a. MICS document (model implementation conformance statement)
b. PICS(protocol implementation conformance statement
c. Conformance Test certificate from KEMA.
d. PIXIT document
All the above mentioned certificates shall be submitted.
e. ICD file
f. SCD file
21. Offered relay must be type tested for the following tests :
• Dielectric Withstand Test—IEC 60255-5
• High Voltage Impulse Test, class III --- IEC 60255-5(5kV peak, 1.2/50 micro Sec; 3 Positive
and 3 negative shots at interval of 5 Sec.)
117 | P a g e
• DC Supply Interruption EC 60255-11
• AC Ripple on DC supply EC 60255-11
• Voltage Dips and Short Interruptions EC 61000-4-11
• High frequency Disturbance ---- IEC 60255-22-1, Class III
• Fast Transient Disturbance ---- IEC 60255-22-4, Class-IV
• Surge withstand capability ---- IEEE/ANSI C 37.90.1(1989)
• Degree of Protection
• Electromagnetic compatibility
• Mechanical stress/vibration test
• Temperature withstand
Type test reports for the above tests shall be submitted for the approval of EMPLOYER along with
Tender, failing which order may be rejected. Wherever the above mentioned standards and IEC 61850
overlap, the latter will prevail.
22. Relays will be guaranteed for satisfactory performance for a period of five years from the date of
last dispatch. Any problem in the said period should be attended free of charge inclusive of
repair/replacement of relays / component (both hardware and software).
23. Suitable training to be imparted to employer persons on the following items :
a. Relay setting and parameterization
b. Relay configuration with respect to I/P, O/P and functional block for protection.
c. GOOSE configuration.
d. Configuration and Interfacing required for third party SCADA System Integration.
e. Diagnostic features.
24. The manufacturer shall provide all necessary software tools along with source codes to perform
addition of bays in future and complete integration with SCADA by the User. These software tools
shall be able to configure relay, add analog variable, alarm list, event list, modify interlocking logics
etc. for additional bays / equipment which shall be added in future.
25. The supplier should mention the following :
1. Product maturity: The Manufacturer should mention the time period for which the product is
in the market
2. Expected production life
118 | P a g e
3. Hardware/ firmware change notification process. Upgrades to be provided free of cost within
the Guarantee period of 5 years, if needed.
4. Lifespan of standard tools and processes for relay configuration, querying and integration.
26. All CT and PT terminals shall be provided as fixed (screwed) type terminals on the relay to
avoid any hazard due to loose connection leading to CT opening or any other loose connection.
Necessary amount of lugs should be supplied along with each relay for CT connection and control
wiring.
27. The relays should be supplied with manuals with all technical and operating instructions. All the
internal drawings indicating the logics and block diagram details explaining principle of operation
should be given at the time of supply. Mapping details shall be submitted in IEC format.
28. Inter-operability test :After fulfillment of the above Qualifying Requirements, inter-operability
test of the offered relay (other than make & model already in use by the EMPLOYER) with the
existing relay in EMPLOYER Network will be tested in EMPLOYER Distribution Testing
Department, for which due intimation for supply of sample of offered relay will be given to the
manufacturer. The manufacturer needs to submit the said relay to Distribution Testing Department of
EMPLOYER within one week from the said intimation.
The offered relay will only be accepted after fulfillment of above Q.R. & successful inter-operability
test at EMPLOYER system.
B) Other particulars of the RELAYS:
• All shall conform to the requirement of IS:3231/IEC60255 and shall be suitable for operation
within a temperature range 0ºC to 55ºC and 100% relative humidity. Relays shall be suitable for
flush/semi flush mounting on the panel with connections from the rear, protected with dust tight
cases for tropical use and with transparent cover removable from the front.
• All A.C. relays shall be suitable for operation at 50Hz.The current coils shall be rated for a
continuous current of 1amp and the voltage coil for 230V normal. The contacts of the relays
shall be properly designed to prevent or minimise damage due to arcs which have to be broken
successfully against 30V+/- 10% volt DC. When open, the contacts shall withstand a voltage of
115% of the normal circuit voltage. The relays shall be designed for satisfactory operation
between 70% to 110% of rated D.C.voltage of the sub-station. The voltage operated relays shall
have adequate thermal capacity for continuous operation. Low set OC 5% to 500% of In, High
set OC 10% to 4000% of In, Low set EF 1% to 500% of In, High set EF 10% to 4000% of In.
• Timers shall be of static type. Pneumatic timers are not acceptable.
• The relays shall preferably be provided with suitable seal-in devices. Relays should be immune
to all types of external influences like electrostatic, electromagnetic, radio interference, shock
etc. as per IEC 60255.
• All the numerical relays should have provision for setting all the features available in there lay
and viewing those settings as well as different other parameters through both built in display unit
as well as through PC/laptop. All numerical relays shall have self monitoring feature with
watchdog contact. The supply of relay should be inclusive of necessary software and hardware
for interfacing with a PC/laptop, to be supplied by the manufacturer.
119 | P a g e
C) Protection Schemes:
The following protection functions must be available:
• Timed and instantaneous phase and earth fault protection (non-directional) :
Relay should have timed and instantaneous phase fault in all three phases and earth fault
with minimum 3 independent stages (IDMT & DT) for OC & EF protection and should
support wide range of IEC/IEEE curves and with adjustable reset time.
Setting range:
Over current & earth fault : Current setting (DT) should cover the range 5% to 3200%.
Over current & earth fault: Current setting should cover the ranges 5% to 200% for
timed protection (IDMT) and 100% to 2000% for instantaneous protection respectively.
Reset time : 0 - 100 seconds.
• SEF protection :Definite time sensitive earth fault protection will be inbuilt function of
numerical over- current relay and shall have a variable current setting range minimum 1%
to 40% in very small steps of CT secondary current and wide range of definite time setting
range minimum 0.1 to 10 sec. This feature shall be used in 33 KV feeder for detection of
line to ground fault current particularly where the 33 kV system is grounded through
earthing transformer.
• Inrush blocking feature :
2nd harmonic blocking feature for over current and earth fault protection is to be provided.
• Thermal Overload :
The device should incorporate a current-based thermal characteristic, using fundamental
load current to model heating and cooling of the protected plant. The element should be
settable with both alarm and trip stages.
• Loss of load :
Relay should detect the loss of load by using the undercurrent protection function with the
auxiliary contact of the CB status connected to the relay.
• High impedance earth fault protection :
Relay shall have feature to detect high impedance earth faults which are characterized by
low earth fault currents.
• Negative sequence overcurrent feature :
3stages of negative sequence overcurrent with DT & IDMT feature (user selectable) is to
be provided.
• Broken conductor (BC) protection :
2 stages should be supported – BC Alarm & BC trip and functions by calculating I2/I1.
120 | P a g e
• Circuit breaker failure protection:
CB fail protection function by incorporating CB fail timer & criteria for resetting
CBF timer should be user selectable.
• Cold load pickup feature:
To provide stability during start up after a long shutdown, cold load pickup (CLP)
logic should work by either :
a) Inhibiting one or more stages of the overcurrent protection for a set duration.
b) Raising the overcurrent settings of selected stages, for the cold loading
period.
• Trip circuit supervision (TCS):
Relay shall have TCS option for supervising trip coil both during CB open and
CB closed condition.
• Auto reclose :
Relay shall have auto reclose feature for phase over current, earth fault, and
sensitive earth fault protection. Also the relay should have feature to programme
the dead time & reclaim time. The minimum auto reclose shots should be 4.
The relay in addition to the above basic function should also provide the
following functions:
1. The relay shall have the facility to latch the trip output relay.
2. Relay shall have facility to control the CB in local/remote/ combination of
both.
3. It should have a test mode facility to test the relay operation during
commissioning/maintenance activity which allows:
• Secondary injection testing to be performed on the relay without
operation of the trip contacts.
• Binary inputs /output status monitoring
• Binary output contacts test and LED tests.
4. All measurements should be in primary quantities. The default relay LCD
shall be user defined to display primary circuit loading. As a minimum, the relay
should measure and display in alpha-numeric the following standard quantities:
• Phase currents
• Neutral currents-derived and measured
• Thermal state
• Positive and negative sequence current
• Ratio of negative to positive sequence current
• Breaker operation counter
• Breaker trip counter
• Breaker operating time
Resetting of display should be selectable as hand reset or auto reset.
121 | P a g e
1.10. SUPPLY OF CONSTRUCTION MATERIALS BY THE CONTRACTOR
The Contractor has to make his own arrangements for procurement, supply and use of
construction materials like cement, M.S. rounds, HBG metal and sand.
1) CEMENT
The contractor has to make his own arrangements for the procurement of cement as per the
specifications required for the work subjected to the follows:
a) The contractor shall procure cement, required for the works only from reputed cement
factories (Man producer) acceptable to the Project Manager. The contractor shall be
required to be furnished to the Engineer-in –Charge bills of payment and test certificates
issued by the manufacturers to authenticate procurement of quality cement from the
approved cement factory. The contractor shall make his own arrangement for adequate
storage of cement.
b) The contractor shall procure cement in standard packing of all 50 kg per bag from the
authorized manufactures. The contactor shall make necessary arrangement at his own cost
to the satisfaction of Project Manager for actual weight of random sample from the
available stock and shall conform to the specification laid down by the Indian Standard
Institution or other standard foreign institutions as the case may be. Cement shall undergo
all the tests as directed by Project Manager at least one month in advance before the use
of cement bags on site. Cement bags required for testing shall be supplied by the
contractor free of cost. However, the testing charges for cement will be borne by the
APDCL. If the test results are not satisfactory, then the charges for cement will be borne
by the contractor.
c) The contractor should store the cement of 60 days requirement at least one month in
advance to ensure the quality of cement so brought to site and shall not remove the same
without the written permission of the Project Manager. The contractor shall forthwith
remove any cement from the works area which the Project Manager may disallow for use,
on account of failure to meet with required quality and standard.
d) The contractor shall further, at all times satisfy the Project Manager on demand, by
production of records and books or by submission of returns and other proofs as directed,
that the cement is being used as rested and approved by Project Manager for the purpose
and the contractor shall at all times, keep his records upto date to enable the Project
Manager to apply such checks as he may desire.
e) Cement which has been unduly long in storage with the contractor or alternatively has
deteriorated due to inadequate storage and thus become unfit for use in the works will be
rejected by the department and no claim will be entertained. The contractor shall
forthwith remove from the work area, any cement the Project Manager may disallow for
use on work and replace it by cement complying with the relevant Indian Standards.
2) STEEL
The contractor shall procure mild steel reinforcement bars, high yield strength deformed
(HYSD) bars, rods and structural steel etc. required for the works only from the main or
122 | P a g e
secondary producers manufacturing steel to the prescribed specifications of Bureau of Indian
Standards or equivalent and licensed to affix ISI or other equivalent certification marks and
acceptable to the Project Manager. Necessary ISI list certificates are to be produced to Project
Manager before use on works. The unit weight and dimensions shall be as prescribed in the
relevant Indian Standard specification for steel.
1.11. TECHNICAL SPECIFICATION FOR GALVANIZED CHANNEL CROSS ARMS
1.0. SCOPE
This specification covers the design, manufacture, testing at manufacturer's works, transport to site,
insurance, storage, erection and commissioning of Galvanized Cross Arm and channel used for 33KV,
11 KV & LT line complete with all accessories as specified.
2.0. Standards
The GI Cross Arm and channel supplied under this specification shall conform the latest issue of the
relevant Indian Standards IS – 226:1975, IS: 80 Regulations etc. except where specified otherwise.
The rolling and cutting tolerance for steel product conforming to IS: 266 shall be those specified in
the IS: 1852-1973 with latest revision.
Galvanization conforming to latest version of 1S:2629
In the event of conforming to any standards other than the Indian Standards, the salient features of
comparison shall be clearly set out separately.
3.0. General Requirement
i) The cross arm shall be GI of channel section as per requirement.
ii) All steel members and other parts of fabricated material as delivered shall be free of warps, local
deformation, unauthorized splices, or unauthorized bends.
iii) Bending of flat strap shall be carried out cold. Straightening shall be carried out by pressure and not
by hammering. Straightness is of particular importance if the alignment of bolt holes along a
member is referred to its edges.
iv) Holes and other provisions for field assembly shall be properly marked and cross referenced. Where
required, either by notations on the drawing or by the necessity of proper identification and fittings
for field assembly, the connection shall be match marked.
v) A tolerance of not more than 1mm shall be permitted in the distance between the center lines of bolt
holes. The holes may be either drilled or punched and, unless otherwise stated, shall be not more
than 2mm greater in diameter than the bolts.
vi) When assembling the components force may be used to bring the bolt holes together (provided
neither members nor holes are thereby distorted) but all force must be removed before the bolt is
inserted. Otherwise strain shall be deemed to be present and the structure may be rejected even
though it may be, in all other respects, in conformity with the specification.
vii) The back of the inner angle irons of lap joints shall be chamfered and the ends of the members cut
where necessary and such other measures taken as will ensure that all members can be bolted
123 | P a g e
together without strain or distortion. In particular, steps shall be taken to relieve stress in cold
worked steel so as to prevent the onset of embitterment during galvanizing.
viii) Similar parts shall be interchangeable.
ix) Shapes and plates shall be fabricated and assembled in the shop to the greatest extent practicable.
Shearing flame cutting and chipping shall be done carefully, neatly and accurately. Holes shall be
cut, drilled or punched at right angles to the surface and shall not be made or enlarged by burning.
Holes shall be clean-cut without torn or ragged edges, and burrs resulting from drilling or reaming
operations shall be removed with the proper tool.
x) Shapes and plates shall be fabricated to the tolerance that will permit field erection within tolerance,
except as otherwise specified. All fabrication shall be carried out in a neat and workmanlike
manner so as to facilitate cleaning, painting, galvanizing and inspection and to avoid areas in
which water and other matter can lodge.
xi) Contact surfaces at all connections shall be free of loose scale, dirt, burrs, oil and other foreign
materials that might prevent solid seating of the parts.
xii) Welded joints not permissible.
xiii) The rolling and cutting tolerance for steel product conforming to IS: 266 shall be those specified
in the IS: 1852-1985 with latest revision.
All dimensions are subject to the following tolerances:
a) Dimensions up to and including 50 mm: ±1%,
b) Dimensions greater than 50 mm: ±2%.
xiv) The channel cross arm shall be properly brushed to make it free from rust.
xv) All ferrous parts including all sizes of nuts, bolts, plain and spring washers, support channels,
structures, shall; be hot dip galvanized conforming to latest version of IS:2629 or any other
equivalent authoritative standard. The zinc coating shall be smooth, continuous and uniform. It
shall be free from acid spot and shall not scale, blister or be removable by handling or packing.
There shall be no impurities in the zinc or additives to the galvanic bath which could have a
detrimental effect on the durability of the zinc coating. Before picking, all welding, drilling,
cutting, grinding and other finishing operations must be completed and all grease, paints, varnish,
oil, welding slag and other foreign matter completely removed. All protuberances, which would
otherwise affect the life of galvanised parts, shall also be removed.
The weight of zinc deposited shall be in accordance with that stated in Standard IS 2629 and
shall not be less than 0.61kg/m² with a minimum thickness of 86 microns for items of
thickness more than 5mm, 0.46kg/m² (64 microns) for items of thickness between 2mm and
5mm and 0.33kg/m² (47 microns) for items less than 2mm thick.
xvi) The raw materials and fabrication thereof in respect of cross arm shall be furnished along with
dimension.
xvii) The hole for fixing of insulator and pole clamp shall be provided as per requirement.
xviii) One copy of the drawing of cross arm for each size shall be furnished along with the
technical bid.
124 | P a g e
TECHNICAL SPECIFICATION OF GS STAY SETS (16mm and 20mm)
1. 16mm DIA STAY SETS (GALVANISED)
The Stay Sets (Line Guy Set) will consist of the following components:
a) 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 upto 40mm length with a pitch of
5 threads per cm and provided with one square GS washer of size 40x40x1.6mm and one GS
hexagonal nut conforming to IS:1367:1967 & IS:1363:1967. Both washer and nut to suit
threaded rod of 16mm dia. The other end of the rod to be made into a round eye having an
inner dia of 40mm with best quality welding.
b) ANCHOR PLATE SIZE 200x200x6MM: To be made out of GS plate of 6mm thickness.
The anchor plate should have at its centre 18mm dia hole.
c) TURN BUCKLE & EYE BOLT WITH 2 NUTS: To be made of 16mm dia GS Rod having
an overall length of 450mm, one end of the rod to be threaded upto 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.
d) BOW WITH WELDED ANGLE: To be made out of 16mm dia GS rod. The finished bow
shall have an overall length of 995mm 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 180mm long having a dimension of 50x50x6mm. The angle shall have
3 holes of 18mm dia each.
e) THIMBLE: To be made on 1.5 mm thick GS sheet into a size of 75x22x40mm and shape as
per standard shall be supplied.
f) GALVANISING: The complete assembly shall be hot dip galvanised.
g) 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
h) 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 16MM STAY SETS 7.702 KG. (MINIMUM)
(EXCLUDING NUTS THIMBLES AND WASHERS) 8.445 KG. (MAXIMUM).
125 | P a g e
2. 20mm DIA STAY SETS FOR 33KV LINES (GALVANISED)
THE STAY SET (LINE GUY SET) WILL CONSIST OF THE FOLLOWING
COMPONENTS:
a) ANCHOR ROD WITH ONE WASHER AND NUT: Overall length of Rod should be
1800mm to be made out of 20mm dia GS Rod, one end threaded upto 40mm length with a
pitch of a threads per cm. And provided with one square G.S. Washer of Size 50x50x1.6mm
and one GS Hexagonal nut conforming to IS:1367:1967 & IS:1363:1967. Both washer & nut
to suit the threaded rod of 20mm. The other end of the rod to be made into a round eye having
an inner dia of 40mm with best quality welding. Dimensional and other details are indicated
and submitted by bidders for owner’s approval before start of manufacturing.
b) ANCHOR PLATE: Size 300x300x8mm: To be made out of G.S. Plate of8mm thickness. The
anchor plate to have at its centre 22mm dia hole.
c) TURN BUCKLE, EYE BOLT WITH 2 NUTS: To be made of 20mm dia G.S. Rod having
an overall length of 450mm. One end of the rod to be threaded upto 300mm length with a
pitch of 4 threads per cm. The 20mm 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 40mm inner dia with
proper and good quality of welding. Welding details are to be indicated by the bidder
separately for approval.
d) BOW WITH WELDED CHANNEL: To be made out of 16mm 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 10R. The other end shall be welded with proper and good
quality welding to a G.S. Channel 200mm long having a dimension of 100x50x4.7 mm. The
Channel shall have 2 holes of 18 mm dia and 22 dia hole at its centre.
e) THIMBLE 2 Nos.: To be made of 1.5mm thick G.S. sheet into a size of 75x22x40mm and
shape as per standard.
f) GALVANISING: The complete assembly shall be hot dip galvanised.
g) WELDING: The minimum strength of welding provided on various components of 20mm dia
stay sets shall be 4900 kg. Minimum 6mm filet weld or its equivalent weld area should be
deposited in all positions of the job i.e. at any point of the weld length. The welding shall be
conforming to relevant IS: 823/1964 or its latest amendment.
h) 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 20MM STAYS SET: 14.523 KG. (MIN.)
(EXCLUDING NUTS THIMBLE & WASHER): 15.569 KG. (MAX.)
126 | P a g e
3. TEST CERTIFICATE: The contractor shall be required to conduct testing of materials at
Govt./Recognized testing laboratory during pre – dispatch inspection for Tensile Load of
3100 Kg/4900 Kg. applied for one minute on the welding & maintained for one minute for 16
mm and 20 mm dia stay sets respectively.
4. TOLERANCES: The tolerances for various components of the stay sets are indicated below
subject to the condition that the average weight of finished stay sets of 16mm dia excluding
nuts, thimbles and washers shall not be less than the weight specified above :
5.
Sl
No.
Item Section Tolerances Fabrication Tolerances Material
1.
Anchor
Plate
6mm thick ±12.5% - 5% 200x200mm ±1% GS plate 6mm thick
8mm thick ±12.5% - 5% 300x300mm ± 1% GS plate 8mm thick
2.
Anchor Rod
16mm dia ± 5% - 3% Length 1800mm ± 0.5%
GS round 16mm dia Rounded eye 40mm inside
dia ±3%. Threading
40mm ± 11% - 5%
20mm dia ± 3% - 2% Length 1800mm ± 0.5%
GS round 20mm dia Rounded eye 40mm inside
dia ±3%. Threading
40mm ± 11% - 5%
3.
Turn Buckle
Bow
16mm dia ± 5% - 3% Length 995mm ± 1% 16mm
dia
GS round 16mm
Length 180mm ± 1%
50x50x6 mm
GS Angle
Channel length 200mm ±
1%
GS Channel
100x50x4.7 mm
4.
Eye Bolt
Rod
16mm dia ± 5% - 3% Length 450mm ± 1%.
Threading 300mm ± 1%
Round Eye 40mm inside
dia ± 3%
GS round 16mm dia
20mm dia ± 3% - 2% GS round 16mm dia
127 | P a g e
TECHNICAL SPECIFICATION FOR GI STAY WIRES
1.0 SCOPE
The specification covers design, manufacturing and testing, transporting to site, insurance, storage,
erection and commissioning of G.I. Stay Wire 7/10SWG
1.0. MATERIALS
The wire shall be manufactured from steel, made by any suitable process and shall not contain sulphur
and phosphorus exceeding 0.065 percent each. The wires shall be coated with Zinc Grade Zn 98 of
IS:209-1966 The general requirements for the supply of Galvanised stay strand shall be in accordance
with IS:1387-1967.
2.0. CONSTRUCTION
2.1. Grades: The wire shall be of Grade-I and tensile strength range up to 45 kg/mm.
2.2. The Galvanised stay strand shall be of 7/3.15 mm. The lay of the strands shall be of the
length of 7/2 mm and Tables-I of IS: 2141-1963. The wires shall be so stranded together
that when and evenly distributed pull is applied at the end of the completed strand each
wire will take equal share of the pull.
2.3. The length of the strand which may be supplied without joints in the individual wires
comprising it, depend on the length of wire which may be carried by the bobbin in a
normal stranding machine. The normal lengths of strand which shall be supplied without
joints in the individual wires, excluding welds made in the rod before drawing shall be as
given below. The lengths may be exceeded by agreement between the manufacturer and
the purchaser.
Diameter of Wire in strand Normal Length without joints of weld
3.15mm 1000 m
2.4. In cases where joints are permitted, they shall be made by welding of brazing joints in the
same wire shall be separated by a length of not less than that shown in 3.3 and joints in
different wires in a strand shall not be less than 20m apart.
128 | P a g e
TECHNICAL SPECIFICATION OF GI WIRE
1.0. General requirements
The wire should be of galvanised iron with diameter 5mm (6 SWG) and should be as per IS:
1387/1967 and the wire shall be drawn from the wire rods conforming to IS: 7887/1975.
Tolerance permitted on the diameter of wire shall be as per Table-1 of IS: 280/1978.
2.0. Mechanical Properties
2.1. Tensile Strength: Tensile strength of wire when tested in accordance with IS:1521-1972, shall be
within the limits given in Table-2 of IS: 280/1978.
2.2. Wrapping Test: Wires shall be subjected wrapping test in accordance with IS: 1755-1961. The
wire shall withstand without breaking or splitting. being wrapped eight times round its own
diameter and subsequently straightened.
3.0. Surface Finish
a) The wire shall have galvanized finishes. The galvanized coating of steel wire shall conform to
the requirements for anyone of the types of coatings given in IS: 4826-1968 as per agreement
with the purchaser.
b) The coating test for finishes other than galvanized, copper coated or tinned shall be subject to
between the purchaser and the manufacturer.
c) Unless otherwise agreed to the method of drawing representative samples of the material and
the criteria for conforming shall be as prescribed in Appendix (A) of IS: 280/1978.
d) All finished wires shall be well and cleanly drawn to the dimensions specified. The wire shall
be sound, free from splits, surface flaws, rough jagged and imperfect edges and other harmful
surface defects.
e) Each coil of wire shall be suitably bound and fastened compactly and shall be protected by
suitably wrapped.
129 | P a g e
SECTION – 7
DRAWINGS
130 | P a g e
Drawing 1: Single Line Diagram
Drawing 2: 33kV Double Circuit Stringing for 800mtrs
131 | P a g e
Drawing 3: Control Room Extension Work at 33/11kV Dinjan SS
132 | P a g e
Drawing 4: Control Room Extension Work at 33/11kV Dinjan SS