superintending engineer electrical circle,...
TRANSCRIPT
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 1 of 133
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 2 of 133
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 3 of 133
Section – I
INVITATION FOR BIDS (IFB)
Tender Notification: 01/2013-14
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 4 of 133
1.0 SOUTHCO invites sealed tenders from reputed Electrical Contractors with required license,
either in individual capacity or as part of a joint venture agreement /consortium for carrying
out various Electrical Installation works on ‘Turnkey’ basis in the jurisdiction of its licensed
area. The bidder must fulfill all the qualification requirements as specified in clause 2.0
stated below. The sealed envelopes shall be duly superscribed as “TENDER NOTICE No:
01/2013-14.
Brief Description of
Works
Estimated
Cost
(Rupees
In Lacs)
Earnest
Money
Deposit
(Rs)
Last date /
time for
submission
of bids
Date and
time of
opening
of bid
Non
refundable
Cost of Bid
Document
(Incl. VAT)
For Construction of dedicated
11 KV feeder from 33/11KV
Paralakhemundi New S/S to
DHH Paralakhemundi.
15.80
15800/-
12.8.2013
upto
13.00Hrs
12.8.2013
at
16.00Hrs
6300.00
2.0 Bidders to be considered as eligible (to bid) should meet the following qualifications;
(a) Bidder must quote for the entire quantum of works.
(b) The bidder should have installed and commissioned the 100% quantum of work as specified
in above scope.
The bidder must have executed the quantum of work as mentioned in the scope during the
last three financial years proceeding to the year of tender notification and should have
successful operation of minimum period of one year. Bidder must enclose copies of the
relevant work orders along with client certified copies of Final Tax Invoices and/or
Performance Certificates dully signed by the competent authority of the client and/or Final
Inspection certificate issued by Electrical Inspector in proof of having executed the desired
quantum of works during the last three financial years.
(c) The minimum average Annual Turnover of the bidder in any best three financial years out of
the last five financial years should not be less than 50% of estimated value of the work.
Bidder must enclose copies of the Audited Balance Sheets and Profit /Loss A/c of last three
financial years.
(d) Bidder shall be financially sound and stable having liquid assets as stated in the enclosed
format and/or access to credit facility of not less than one fifth of estimated cost of the package.
NB:
1) Only cash at bank / in hand and fixed deposit mentioned in the audited balance
sheet of last FY shall be considered for accessing the Liquid Asset.
2) The average unutilized credit limit during the month prior to the month of bidding
shall be considered to access the credit facility.
(e) Two or more like minded contractor(s) and/or manufacturer(s) of electrical items, which are
under scope of supply of the contractor as per this tender specification, may form a joint venture/
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 5 of 133
consortium agreement amongst themselves and apply against this tender specification, provided
they qualify the criteria. The sample format of joint venture / consortium agreement is enclosed
at Section – III of this tender specification as Annexure – IV & V.
NOTE: 1) One of the Members shall be an Electrical Contractor having valid HT License.
2) Work Order shall be issued in favour of the Lead Partner only.
3) Joint Venture / Consortium partner shall be limiting to four members including
lead member.
(f) If the work experience of one partner is not meeting the entire qualifying criteria, the work
experience of the other partner (s) specified in the scope of work shall be added for qualifying
the bid in total.
Lead Partner shall have minimum 50% of Turn Over & 50% of work experience and other
partner(s) together shall have balance 50% Turn over & Work experience.
(g) One of the partners shall be nominated as Lead Partner and the lead partner shall be authorized
to incur liabilities and receive instructions for and on behalf of all partners of the joint venture /
consortium and entire execution of the contract including receipt of payments shall be done
exclusively through the lead partner. This authorization shall be evidenced by submitting by a
Power of Attorney signed by legally authorized signatories of all partners.
(h) All partners of joint venture / consortium shall be liable jointly and severally for the execution
of contract in accordance with the contract terms and a copy of the agreement entered into by the
joint venture / consortium partners having such a provision shall be submitted with the Bid. A
statement to this effect shall be included in the authorization mentioned as above as well as in the
Bid form and in Contract form (in case of a successful bid).
(i) In addition to above the bidder/ Lead Partner of the bidder(s) should submit the following
documents in Part-I bid as qualifying terms.
i. Valid electrical (HT) license for electrical works.
ii. EPF registration
iii. ESI registration
iv. Service Tax registration
v. VAT Clearance Certificate
vi. PAN & TIN No.
vii. Existing Labour license.
viii. Registration under Building and Other Construction Workers Welfare Cess.
If the registration required not belongs to area of execution, then the bidder(s)/Lead Partner of
the bidder(s) shall have to furnish Service tax registration, ESI and Labour license within 45 days
of receipt of the order.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 6 of 133
(j) The bidders who have earlier failed to execute the works order(s) of the Owner shall not be
eligible to participate in this tender.
(k) Owner reserves the right to waive minor deviation, if they do not materially affect the
capacity of the bidder to perform the contract.
3.0 Bids specification document can be obtained from the office of the undersigned on payment
of Rs. 6300/- towards non-refundable cost of bid documents (Including VAT) through cash/
Bank DD drawn in favour of Dy. General Manager Electrical Circle, Rayagada payable at
Rayagada, during office hours from 10AM to 5PM. till dt.11.08.2013.
4.0 The tender documents can also be downloaded from Southco websites www.Southcoodisha.com. In
case tender papers are downloaded from these websites, then the bidder has to enclose a Demand Draft.
drawn on any schedule bank in favour of Dy. General Manager Electrical Circle, Rayagada,,
payable at Rayagada, covering the cost of bid documents as stated above in a separate envelope with
suitable superscription “ Cost of Bid Documents: Tender Notice No: 01/2013-14 Dtd: 12.07.2013”.
The envelope should accompany the Bid Documents.
5.0 Price shall be inclusive of all taxes & duties.
Project Completion Schedules:-
Description Date
Issue of Tender Document (Proposed) 13.07.2013
Submission of Bids 12.08.2013 upto 13.00Hrs
Opening of Bids(Technical Bid) 12.08.2013 at 16.00Hrs
Opening of Bids(Price Bid) Will be Communicated
Completion period To be completed within 60 days from
the date of issue of Work Order.
6.0 Part-I of the bid (Technical Bid) will be opened on Dated 12.08.2013 at 16.00Hrs as
indicated above, in the presence of the authorized representatives of the Bidders. Bidders
shall depute only one representative to attend pre bid meeting and tender opening if they
wish to be represented. The undersigned reserves the right to reject any or all tenders if the
situations so warrants.
7.0 All correspondences with regard to the above shall be made to the following address:
Dy. General Manager, Electrical Circle Rayagada.
Dy. General Manager
Electrical Circle Rayagada
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 7 of 133
Section – II
GENERAL CONDITIONS OF CONTRACT
(GCC)
Tender Notification :01/2013-14
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 8 of 133
GENERAL CONDITION OF CONTRACT (GCC)
1.0 GENERAL: -
Dy. General Manager, Electrical Circle, Rayagada, hereinafter referred to as the “Owner” is desirous
of implementing the various works at its licensed area in the state of Odisha on Total Turnkey Basis
under Deposit Head. The “Owner” has now floated this tender for construction of dedicated 11KV
feeder and associated works to give power supply to Dist Head Quarter Hospital at Paralakhemundi.
2.0 SCOPE OF WORKS : -
For Construction of dedicated 11 KV feeder from 2x5MVA, 33/11KV Paralakhemundi New
Sub-Station to District Headquarter Hospital at Paralakhemundi and its Associate work
conforming to REC specification & CEA guidelines
2.01 The scope shall include supply and installation of all materials & equipments except VCB, CT &
CR Panel to complete the works.
2.02 The detail work involves:
a. Construction of one number DP structure for bay extension with 11KV feeder AB switch
and one number of 11KV DP structure for installation 11KV feeder metering unit on the
outgoing of new 11KV medical feeder at 2x5MVA, 33/11KV Paralakhemundi New S/S
at Paralakhemundi.
b. Installation of one number of 11KV VCB (Outdoor type) and indoor Control relay panel
at 2x5MVA, 33/11KV Paralakhemundi New S/S for dedicated 11KV feeder for DHH
Paralakhemundi.
c. Laying of 3-core X 185mm2
, 11KV aluminum XLPE insulation armored dry cured
power cable for a circuit of length 30mtr. From 11KV indoor panel bus bar (Control
room) to newly installed 11KV VCB at 2x5MVA, 33/11KV Paralakhemundi New S/S
for dedicated 11KV feeder for DHH Paralakhemundi
d. Construction of new double circuit 3Ph. 3W 11KV line from 2x5MVA, 33/11KV
Paralakhemundi New S/S to Agriculture office junction (0.5 kms) and new single circuit
3Ph. 3W 11KV line from Agriculture Office Junction to Dist. Head Quarter Hospital (0.8
kms) at Paralakhemundi by using 55mm2 AAAC conductor.
e. Construction of one number line DP structure for installation of 400Amp 11KV line AB
switch at Agriculture Office Junction.
f. Construction of 5Nos of 11KV line Road crosses Guarding.
g. Dismantling of 11KV line 16Nos of span from 33/11KV Paralakhemundi New S/S to
Fire station junction.
2.03 The detailed scope of the works shall include;
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 9 of 133
i. Detailed survey of substation, line and preparation of SLD / BOQ to be done by the
bidder.
ii. Complete manufacture, including shop testing & supply of materials from the
approved vendor (materials which are to be supplied by the bidder) on subsequent
approval of the owner.
iii. Providing Engineering drawing, data, operational manual, etc for the Owner’s
approval;
iv. Packing and transportation from the manufacturer’s works to the site.
v. Receipt, storage, preservation and conservation of equipment at the site.
vi. Pre-assembly, if any, erection testing and commissioning of all the equipment;
vii. Reliability tests and performance and guarantee tests on completion of
commissioning;
viii. Loading, unloading and transportation as required.
ix. Erection of equipments in Sub-station including civil works.
x. Erection of lines of specified voltage.
xi. Testing, Commissioning of substations and lines / installations
xii. Storing before erection
xiii. Getting the substations & lines inspected by Electrical Inspector after completion of
work.
xiv. Transportation and transit insurance of all free issue materials to be supplied from
Owner’s nearest stores to site and as well as all other required materials (under the
scope of supply by bidder if any) from supplier’s premises to work site, construction
of new electrical / civil structures, etc.
xv. Dismantling of existing electrical structures and return of these dismantled items at the
Owner’s stores, safe custody of the items and return of unused Owner’s supplied
materials to the Owner’s stores.
3.0 DEFINITION OF TERMS
(i) The ‘Contract ’means the agreement entered into between the Owner and the
Contractor as per the Contract Agreement signed by the parties, including all
attachments and appendices there to and all documents incorporated by reference
therein.
(ii) ‘Owner’ shall mean SOUTHCO and shall include its legal representatives,
successors and assigns.
(iii) ‘Contractor’ shall mean the Bidder whose bid will be accepted by the Owner for the
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 10 of 133
award of the Works and shall include such successful Bidder’s legal representatives,
successors and permitted assigns.
(iv) ‘Sub-Contractor’ shall mean the person named in the Contract for any part of the
works or any person to whom any part of the Contract has been sublet by the
contractor with the consent in writing of the Owner and will include the legal
representatives, successors and permitted assigns of such person.
(v) ‘Engineer in Charge’ shall mean the officer appointed in writing by the Owner to act
as Engineer from time to time for the purpose of the Contract.
(vi) ‘Specifications’ shall mean the specifications and Bidding Document forming a part
of the Contract and such other schedules and drawings as may be mutually agreed
upon.
(vii) ‘Site’ shall mean and include the land and other places on, into or through which the
works and the related facilities are to be erected or installed and any adjacent land,
paths, street or reservoir which may be allocated or used by the Owner or Contractor
in the performance of the Contract.
(viii) ‘Inspector’ shall mean the Purchaser or any person nominated by the Owner from
time to time, to inspect the equipment; stores or Works under the Contract and/or the
duly authorized representative of the Owner.
(ix) ‘Notice of Award of Contract’/ ‘Letter of Award’ shall mean the official notice
issued by the Owner notifying the Contractor that his bid has been accepted.
(x) ‘Date of Contract’ shall mean the date on which notice of Award of Contract/ Letter
of Award has been issued.
(xi) ‘Performance and Guarantee Tests’, shall mean all operational checks and tests
required to determine and demonstrate capacity, efficiency, and operating
characteristics as specified in the Contract Documents.
(xii) The term ‘Final Acceptance’/ ‘Taking Over’ shall mean the Owner’s written
acceptance of the works performed under the Contract, after successful
commissioning/ completion of Performance and Guarantee Tests, as specified in the
accompanying Technical Specifications or otherwise agreed in the contract.
(xiii) ‘Commercial Operation’ shall mean the condition of operation in which the
complete equipment covered under the Contract is officially declared by the Owner to
be available for continuous operation at different loads up to and including rated
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 11 of 133
capacity. Such declaration by the Owner, however, shall not relieve or prejudice the
Contractor of any of his obligations under the Contract.
(xiv) Words imparting ‘Person’ shall include firms, companies, corporations and
associations or bodies of individuals, whether incorporated or not.
(xv) Terms and expressions not herein defined shall have the same meaning as are
assigned to them in the Indian Sale of goods Act (1930), failing that in the Indian
Contract Act (1872) and failing that in the General Clauses Act (1897) including
amendments thereof, if any.
(xvi) In addition to the above the following definition shall also apply
a) ‘All equipment and materials’ to be supplied shall also mean ‘Goods’
b) ‘Constructed’ shall also mean erected and installed.
c) ‘Contract Performance Guarantee’ shall also mean ‘Contract
Performance Security’.
4.0 SUBMISSION OF TENDER: -
4.01 Sealed tenders in Two parts each in duplicate, each complete in all respects in the manner
hereinafter specified are to be submitted at Dy. General Manager, Electrical Circle,
Rayagada on or before the date and time specified in the notice inviting the tenders. Bids
shall be submitted as per format provided in Section III & Section IV. Each
copy of the bids (original and duplicate) shall be submitted in separate double sealed
envelopes superscripted on each of the covers the tender specification number and the
due date of opening of the bids on the right hand top side of the envelop. On the left top
side original/ duplicate as is relevant shall be written.
4.02 The tenders are required to be submitted in Two Parts each in separate double sealed
covers.
a) Part - I: Superscribed as “Technical and commercial bid” shall contain EMD, Cost of
Bid Documents and Techno commercial documents.
b) Part - II, Superscribed as “Price Bid”. The Part - II should contain only Price bid.
4.03 Fax and Telegraphic tenders shall not be accepted.
4.04 Receipt of bids/ revised bids after the cut off time and date as specified in the Tender
specification shall not be permitted and such bids shall be rejected outright. The Owner
shall not be responsible for any delay in transit in post / courier etc. in this regard.
5.0 VALIDITY:-
The offer shall be valid for a period not less than 180 days from the date of bid opening.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 12 of 133
6.0 PRICE: -
Bidders are required to quote firm price as per the prescribed format enclosed in Section – V.
The quoted price shall be firm and inclusive of all taxes, duties, freight & insurance and other
levies, if any. Owner shall not be liable to pay anything extra over and above the quoted price.
7.0 RECEIPT AND OPENING OF THE BID: -
7.01 Bids in duplicate as described under clause 4.0 shall be received in the office of the
Owner and shall be opened on the scheduled date and time. The Owner’s authorized
representatives shall open bids in the presence of Bidders’ representatives on the date and
time for opening of bids as specified in the Invitation to Bid or in case any extension has
been given thereto, on the extended bid opening date and time notified.
7.02 Maximum one representative for each bidder shall be allowed to witness the opening of
bids. The representative must produce suitable authorization in this regard to be eligible
to witness the bid opening on behalf of the bidder. Bidders’ representatives who are
present shall sign in a register evidencing their attendance.
7.03 The Bidders’ names, bid prices, modifications, bid withdrawals and the presence or
absence of the requisite bid guarantee and such other details as the Owner, at its
discretion, may consider appropriate will be announced at the opening. No electronic
recording devices will be permitted during bid opening.
7.04 Information relating to the examination, clarification, evaluation and comparison of Bids
and recommendations for the award of a contract shall not be disclosed to Bidders or any
other persons not officially concerned with such process. Any effort by a Bidder to
influence the Owner’s processing of Bids or award decisions may result in the rejection
of the Bidder's Bid.
8.0 EVALUATION OF BIDS & AWARD OF CONTRACT:
8.01 To assist in the examination, evaluation and comparison of Bids, the Owner may, at its
discretion, ask the Bidder for a clarification of its Bid. All responses to requests for
clarification shall be in writing and no change in the price or substance of the Bid shall be
sought, offered or permitted.
8.02 Owner will examine the Bids to determine whether they are complete, whether any
computational errors have been made, whether required sureties have been furnished,
whether the documents have been properly signed, and whether the Bids are generally in
order.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 13 of 133
8.03 Arithmetical errors will be rectified on the following basis. If there is a discrepancy
between the unit price and the total price per item that is obtained by multiplying the unit
price and quantity, the unit price shall prevail and the total price per item will be
corrected. If there is a discrepancy between the Total Amount and the sum of the total
price per item, the sum of the total price per item shall prevail and the Total Amount will
be corrected.
8.04 Prior to the detailed evaluation, Owner will determine the substantial responsiveness of
each Bid to the Bidding Documents including production capability and acceptable
quality of the Goods offered. A substantially responsive Bid is one, which conforms to all
the terms and conditions of the Bidding Documents without material deviation.
8.05 The Owner’s evaluation of a Bid will take into account, in addition to the Bid price, the
following factors, in the manner and to the extent indicated in this Clause:
(a) Work Schedule
(b) Deviations from Bidding Documents
8.06 The Owner will award the Contract to the successful Bidder whose Bid has been
determined to be the lowest - evaluated responsive Bid,, when the lowest bidders is not
ready and/or capable to undertake the entire work envisaged, then the Owner may explore
the possibility of the execution of works through other bidders if they are willing to
execute at L1 rate. Such exploration shall be carried out in a sequential order starting
with L2 bidder then with L3 bidder and so on.
8.07 In case of omission of any item in the price bid or the price for the item has not been
quoted by the firm, then zero cost shall be loaded to the bid and the contract shall be
awarded with zero cost that means the firm will have to bear the cost of that item entirely
as the item price shall be considered as inclusive anywhere in other items. The bidder
shall have to give an undertaking to the effect that prices for any item not quoted shall be
treated as free supply or to be done free of cost.
9.0 EARNEST MONEY DEPOSIT (EMD):-
9.01 The Tender must be accompanied by Earnest Money Deposit in shape of Demand Draft in favour
of Dy. General Manager, Electrical Circle, Rayagada, EMD shall be of Rs 15,800/- (Rupees
Fifteen Thousand and Eight hundred only) . Bids without EM deposit will be rejected out rightly.
9.02 No adjustment of any previous deposit or any amount payable from Owner shall be entertained
for EMD. The EMD amount so submitted shall not carry any interest payable to the bidder.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 14 of 133
9.03 The Earnest Money so deposited shall be forfeited:
(a) if the Bidder:
i) Withdraws its bid during the period of bid validity specified by the Bidder in the Bid Form; or
(b) in the case of a successful Bidder, if the Bidder fails:
(i) To sign the Contract, or
(ii) To furnish the required Contract Performance Bank Guarantee.
9.04 In case of Joint Venture/ Consortium, EMD shall be provided by the Lead Partner
9.05 The EMD of unsuccessful bidders shall be returned within 30 days from the date of finalization of
the order.
10.0 OWNER’S RIGHT TO VARY QUANTITIES AT TIME OF AWARD:
While placing orders and / or during execution of contract, Owner reserve the right to increase or
decrease the quantity of goods and services specified in the Schedule of Requirement upto 20%
of the tender quantity without any change in price or other terms and conditions.
11.0 INSPECTION AND TESTING:-
A) All the materials shall be inspected by the Owner/Engineer-in-charge / Any Authorized
Representative of the owner as per relevant IS at the contractor’s worksite / manufacturing works.
The contractor shall give the owner advance notice in writing about the place at least 15 days
before the schedule date on which the material will be ready for Inspection & Testing.
B) The Engineer-in-charge shall be entitled at all reasonable times during manufacture /
installation to inspect examine and test the materials at the contractor’s premises /
erection site about workmanship of the materials to be supplied under this contract. If the
said materials are being manufactured in other premises, the contractor shall provide
unhindered clearance, giving full rights to the purchaser to inspect, examine and test as if
the materials were being manufactured in his premises. Such inspection / examination
and testing shall not relieve the contractor of his obligations to execute the contract by
letter and spirit. The contractor shall give the purchaser advance notice in writing of the
Date and the Place at which the materials will be ready for testing. The inspecting officer
coordinating office for the entire work shall be the Owner’s authorized representative.
12.0 COMPLETION AND COMPLETENESS OF THE EQUIPMENT:-
12.01 Time being the essence of the contract; the works shall be completed within 2 (Two) months
from the date of issue of works order.
12.02 The works shall be treated as complete item wise when one item shall be complete in all respects
with all mountings, fixtures and standard accessories which are normally supplied even though
not specifically detailed in the specification. No extra payment shall be payable for such
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 15 of 133
mounting, fittings, fixtures and accessories which are needed for safe operations of the equipment
as required by applicable code of the country though this might not have included in the contract.
12.03 All similar components and/or parts of similar equipment supplied shall be interchangeable with
one another. Various equipments supplied under this contract shall be subject to Owner’s
approval.
12.04 Owner however reserves the right to re-schedule the completion period, if required.
13.0 REJECTION OF MATERIALS: -
In the event of the materials supplied by the contractor and /or the installation works are found to
be defective in quality and the workmanship is poor or otherwise not in conformity with the
requirements of the contract specification (Technical Specification as enclosed), Owner shall
reject such materials / services and ask the contractor in writing to replace / rectify the defects.
The contractor on receipt of such notification shall rectify or replace the defective materials
and/or re-install the works already executed, free of cost to the Owner. If the contactor fails to do
so the Owner may at his option take the following actions which could be on concurrent basis.
A) Replace or rectify such defective materials and recover the extra cost so involved plus 25%
from the Contractor.
B) Terminate the contract for balance supply and erection with enforcement of penalty as per
contract.
C) Acquire the defective materials which deviate from the owners specification at reduced price
considered acceptable under the circumstances.
D) Forfeit the Contract Performance Bank Guarantee.
14.0 EXPERIENCE OF BIDDERS: - The bidders are required to furnish information regarding
their experience on the following aspects as per format provided in Section – VI,
Annexure VII:
i. Description of similar type of work with same or higher voltage level executed
during the last three years with the name(s) of the party(s) to whom / where
supplies / erection were made.
ii. The list of testing equipments/ facilities available to execute the contract covering
both OSM and supply by the Contractor himself. Also the area of access of the
Contractor through other agency must be indicated.
iii. Final Tax Invoice , work orders details executed (construction work) during the
last three years along with Electrical inspection report copies and copies of user’s
performance certificates.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 16 of 133
iv. Bids may not be considered if the past performance is found to be un-
satisfactory.
15.0 DEVIATION FROM SPECIFICATION: -
The bidders are requested to study the specification thoroughly before tendering so that if they
make any deviations, the same are prominently brought on a separate sheet under the headings
“Deviations”. All such deviations to the technical & commercial terms of the specification shall
be indicated in a separate list as indicated above. In absence of such deviation schedule, it will be
presumed that the bidder has accepted all the conditions stipulated in the tender specification, not
withstanding any deviations mentioned elsewhere in the Bid. However the acceptance of
deviation is not binding on the Owner.
16.0 CONTRACTOR TO INFORM HIMSELF FULLY: -
The contractor shall examine the instructions, general conditions of the contract, specifications
and the schedule of quantity and work completion to satisfy himself as to all the terms and
conditions and circumstances affecting the contract price. He shall quote prices according to his
own judgment and shall understand that no additional cost except as quoted shall only be
considered.
17.0 PATENT RIGHT: -
The contractor shall indemnify the Owner against all claims, actions, suits and proceedings for
the alleged infringement any patent design or copy right protected either in country of origin or in
India by the use of any equipment supplied by the contractor but such indemnity shall not cover
any use of the equipment other than for the purpose indicated by or reasonable to be informed
from the specification.
18.0 GUARANTEE PERIOD: -
18.01 For materials (Supplied by Contractor):
18.01.01 The materials to be supplied by the contractor shall be guaranteed for satisfactory operation
against defects in design and workmanship for a period of 24 months from the date of handing
over the completed installations after commercial operation at required voltage level.
18.01.02 The above guarantee certificate shall be furnished in triplicate to the Owner for his approval.
Any defects noticed during the above period should be rectified by the Contractor free of cost to
the Utility provided such defects are due to faulty design, bad workmanship or bad materials used
on receipt of written notice from the Owner. Any such defects as notified by the Owner shall be
rectified by the contractor within one month failing which the Owner will set right the defects
through other agencies and recover double the cost so incurred either from any pending invoices
or Bank Guarantee.
18.02 For Construction:
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 17 of 133
18.02.01 The bidder shall guarantee for the workmanship for a minimum period of 24months from the
date of completion of commissioning. The contractor shall guarantee to repair to the satisfaction
of the owner the defective parts at site free of cost within the above period. However, if the bidder
fails to do so within a reasonable time, the owner reserves the right to effect repair and recover
such charges from the contractor.
18.02.02 If during the defect liability period any services performed found to be defective, these shall be
promptly rectified by contractor on its own cost (including cost of dismantling and reinstallation)
on the instruction of Owner.
19.0 PENALTY FOR DELAY IN COMPLETION OF CONTRACT: -
19.01 If the contractor fails to complete the works by the scheduled period or any extension granted
thereby, the contractor shall be liable for payment of penalty amounting to 0.5% (half percent) of
the contract price per week of un-finished works subject to the maximum of 5% (five percent) of
the total contract price and subject to force majeure conditions. The Penalty/ Liquidated damage
as written above will be levied if any deviation to the schedule on any item of works due to the
fault of the contractor is observed.
19.02 Penalty amount can be realized from the proceeds of the Contract Performance Bank Guarantee,
if the situation so warrants.
19.03 Extension of completion of work period could be with / without levy of penalty with the
discretion of Owner.
20.0 RIGHT OF WAY: Right of way issues, if any, arising during execution of the works
shall have no liability on the Owner. These issues shall be settled at the sole discretion of
the Contractor. The Owner shall however extend all possible help to the Contractor
including discussion with the local authorities for early resolution of these issues. Right of
way issues, if any, arising during execution of the works may be sorted out with the help of
Executive Engineer, PKED, Paralakhemundi including discussion with Dist. Administration.
21.0 CONTRACTOR’S DEFAULT:
21.01 If the Contractor neglects to execute the works with due diligence and expedition or refuses or
neglects to comply with any reasonable order given to him, in writing by the Engineer in
connection with the works or contravenes the provisions or the contract, the Owner may give
notice in writing to the Contractor to make good the failure, neglect or contravention complained
of. Should the Contractor fail to comply with the notice within thirty (30) days from the date of
serving the notice, the Owner shall be at liberty to employ other workmen and forthwith execute
such part of the works as the contractor may have neglected to do or if the Owner thinks fit,
without prejudice to any other right, he may have under the Contract to take the works wholly or
in part out of the Contractor’s hands and re-contract with any other person or persons to complete
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 18 of 133
the works or any part thereof and in that event the Owner shall have free use of all Contractor’s
equipment that may have been at the time on the Site in connection with the works without being
responsible to the Contractor for fair wear and tear thereof and to the exclusion of any right of the
Contractor over the same, and the Owner shall be entitled to retain and apply any balance which
may otherwise be due on the Contract by him to the Contractor, or such part thereof as may be
necessary, to the payment of the cost of executing the said part of works or of completing the
works as the case may be. If the cost of completing of works or executing part thereof as
aforesaid shall exceed the balance due to the Contractor, the Contractor shall pay such excess.
Such payment of excess amount shall be independent of the liquidated damages for delay which
the Contractor shall have to pay if the completion of works is delayed.
21.02 In addition, such action by the Owner as aforesaid shall not relieve the Contractor of his liability
to pay liquidated damages for delay in completion of works.
21.03 Such action by the Owner as aforesaid the termination of the Contract under this clause shall not
entitle the Contractor to reduce the value of the Contract Performance Guarantee nor the time
thereof. The Contract Performance Guarantee shall be valid for the full value and for the full
period of the Contract including guarantee.
22.0 TERMINATION OF CONTRACT ON OWNER’S INITIATIVE:
22.01 Owner reserves the right to terminate the Contract either in part or in full due to reasons other
than those mentioned under clause entitled ‘Contractor’s Default’. The Owner shall in such an
event give fifteen (15) days notice in writing to the Contractor of his decision to do so.
22.02 The Contractor upon receipt of such notice shall discontinue the works on the date and to the
extent specified in the notice, make all reasonable efforts to obtain cancellation of all orders and
Contracts to the extent they related to the works terminated and terms satisfactory or the Owner,
stop all further sub-contracting or purchasing activity related to the works terminated, and assist
Owner in maintenance, protection, and disposition of the works acquired under the Contract by
the Owner. In the event of such a termination the Contractor shall be paid compensation,
equitable and reasonable, dictated by the circumstance prevalent at the time of termination to be
determined by the Arbitrator without stopping the works but to carry out the left over
works through other agencies.
22.03 If the Contractor is an individual or a proprietary concern and the individual or the proprietor
dies and if the Contractor is a partnership concern and one of the partners dies then unless the
Owner is satisfied that the legal representatives of the individual Contractor or of the proprietor of
the propriety concern and in the case of partnership, the surviving partners, are capable of
carrying out and in the case of partnership, the surviving partners, are capable of carrying out and
completing the Contract the Owner shall be entitled to cancel the Contract as to its in completed
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 19 of 133
part without being in any way liable to payment of any compensation to the estate of deceased
Contractor and /or to the surviving partners of the Contractor’s firm on account of the
cancellation of the contract. The decision of the Owner that the legal representatives of the
deceased Contractor or surviving partners of the Contractor’s firm cannot carry out and complete
the contract shall be final and binding on the parties. In the event of such cancellation the Owner
shall not hold the estate of the deceased contractor and/ or the surviving partners of the
Contractor’s firm liable to damages for not completing the Contract.
23.0 FORCE MAJEURE: -
The Contractor shall not be liable for any penalty for delay or for failure to perform the contract
for reasons of Force Majeure such as “acts of God, acts of the Public enemy, acts of Govt., Fires,
Flood, Epidemics, Quarantine restrictions, Strikes, Freight Embargos and provided that the
Contractor shall within ten (10) days from the beginning of such delay notify the Owner in
writing of the cause of delay. The Owner shall verify the facts and grant extension as facts justify
24.0 EXTENSION OF TIME: -
If the delivery of the equipments / materials is delayed due to reasons beyond the control
of the Contractor, the Contractor shall immediately within 3 days inform the Owner in
writing of his claim for an extension of time. The Owner on receipt of such notice may
agree to extend the contract period as may be reasonable but without prejudice to other
terms & conditions of the contract.
25.0 SAFETY PRECAUTIONS:-
The agency shall observe all applicable regulations regarding safety at the Site. Any
compensation due on account of accident at site shall be to the contractor’s account.
26.0 STORE: - Storing of materials from supply to erection shall be arranged by the contractor at his
own cost. No compensation shall be made by the Owner for any damage or loss of materials
during storing, transit transportation and at the time of erection.
27.0 INSURANCE: -
Contractor shall arrange adequate Transit-cum-storage-cum-erection policy and shall submit the
copy of the same to the Owner. The policy shall initially remain valid for a period of sixty days
over & above of the contractual guarantee period and shall be extended as required till handing
over. Contractor shall be responsible for lodging of claim with the insurer as well as for all
required follow up with the insurer for settlement of claim in case of loss/damage/theft of
material during transit/storage/erection till the completed works is handed over to the Owner and
is accepted by the authorised representative of the Owner in writing. Contractor shall also arrange
adequate cover for his employees / laborers engaged in the works as well as arrange third party
insurance cover to indemnify any possible damages to public at large not connected with the
works process. Any claim(s) pertaining to this shall be the responsibility of the Contractor.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 20 of 133
28.0 ENGINEER IN CHARGE:-
The Owner shall appoint authorized engineer as engineer in charge for the Project.
29.0 CONTRACT PERFORMANCE BANK GUARANTEE:-
29.01 Within 15 days of issue of the Works Order or Letter of Award, whichever is earlier, the
Contractor shall submit Contract Performance Bank Guarantee issued by a scheduled Bank, in
favour of the Owner, covering 10% of the total value of the works order.
NB: In case of Joint Venture/Consortium, Lead Member shall submit Contract
Performance BG covering 10% of Order value & every member of the Consortium/JV
shall submit additional Performance BG covering 1% of the value of the order.
29.02 The said Bank Guarantee shall be prepared in the prescribed Performa as attached in Section III,
Annexure – III, IV. The Bank Guarantee furnished shall be executed on Non-judicial Stamp
paper worth of Rs 100/- (Rupees Hundred only), purchased in the name of the issuing bank, as
per the prevalent rules. The Bank Guarantee so provided shall be en-cashable on the Rayagada
branch of the issuing Bank.
29.03 The Contract Performance Bank Guarantee shall remain valid for a period not less than 90 days
over and above the guarantee period, basing on stipulated completion period in the W.O. towards
security and acceptance thereof, failing which the works orders (W.O) will be liable for
cancellation without any further notice with forfeiture of E.M.D.
29.04 No interest shall be allowed by the Owner on the above Performance Security Deposit submitted
by the Bidder except in case of demand draft or cash deposit.
30.0 TERMS OF PAYMENT:
30.01 80% (Eighty Percent) of contract price on pro-rata basis along with taxes and duties shall be paid
progressively for each completed items of works certified by the Engineer-in -charge against each
calendar month by 1st week of succeeding month along with utilization certificate. No payment
shall be released if the accounts for utilization of materials follow with proper certification by the
SDO (Elect) Paralakhemundi submitted within 30 days to AFM and Engineers-in-Charge on the
basis of check points involved in such items of works.
30.02 Balance 20% (Twenty Percent) of contract price shall be paid after completion of all works,
envisaged including any additions and alterations, testing & commissioning, return of dismantled
materials/ un-used free supply material, taking over certificate and entire stretch is fully ready for
commercial operation. The payments shall be subjected to clearance from electrical inspectorate.
The Engineer –in-charge, has to submit a certificate regarding completion of work after due
verification in the field as per specification.
31.0 PAYING OFFICER:
Owner shall notify the paying officer for the project.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 21 of 133
32.0 OWNER’S RIGHTS: -
The Owner reserves the right to accept any bid or reject any or all bids or cancel /withdraw
invitation of bid or to vary the quantity for placement of order without assigning any reason to
such decision. Such decision by the Owner shall bear no liability.
33.0 DISTINCT MARK ON EQUIPMENT AND MATERIALS:
All the equipments and materials required for the works shall have distinct mark of
Owner either by way of punching on metal part(s) and/or in built during casting and/or
painting as per common practice and/or as mutually agreed. This should be clearly visible
in day light in naked eye.
34.0 DISPUTE RESOLUTION AND JURISDICTION: -
(i) Any dispute arising out of this contract shall be referred to the Managing Director, SOUTHCO
who shall decide the case as Sole Arbitrator.
(ii) All disputes shall be subjected to exclusive jurisdiction of the Courts at Rayagada and the
writ jurisdiction of Hon’ble High Court of Odisha at Cuttack.
35.0 TRANSFER AND SUB-LETTING
The Contractor shall not sublet, transfer, assign or otherwise part with the Contract or any part
thereof, either directly or indirectly, without prior written permission of the Owner.
36.0 SUBMITTALS REQUIRED AFTER AWARD OF CONTRACT
36.01 Within 15 days of the effective date of contract the contractor shall provide three copies of an
outline program of inspection, Testing, Survey, erection, Pre Commissioning and Commissioning
in chart form.
36.02 The periodic progress report as required by the Owner shall be submitted by the contractor as per
the format prescribed by the Engineer in Charge.
37.0 DRAWINGS
Within 15 days of contract commencement the contractor shall submit, for approval by
the Engineer in Charge, a schedule of the drawings to be produced. The schedule shall
also provide a program of drawing submission, for approval by the Engineer in Charge.
All drawings and design should be submitted to Engineer-In-Charge within the period
specified above.
38.0 APPROVAL PROCEDURE OF SUB VENDORS & DRAWINGS OF BOUGHT
OUT MATERIALS
38.01 The contractor shall submit all drawings, documents and type test reports, QAP, Name of
Sub vendor, samples (as applicable) etc, to the engineer in charge within 15 days of
award of LOA for approval. If modifications to be made if such are deemed necessary,
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 22 of 133
the contractor has to resubmit them for approval without delaying the initial deliveries or
completion of the contract work.
38.02 Three copies of all drawings, GTP, QAP shall be submitted for approval and three copies
for any subsequent revision.
38.03 If the drawings will be as per the technical specifications, the competent authority of the
Purchaser will return the drawings & documents to the contractor marked with
“Approved” stamp.
39.0 TAKING OVER
39.1 Upon successful completion of all the tests to be performed at site on equipment /materials
supplied, and erected and commissioned by the contractor, the supply engineer shall issue to the
contractor a taking over certificate as a proof of the final acceptance of the equipment / materials
on a written request within 10 days of commercial operation. Such certificate shall not be un-
reasonably withheld nor will the engineer delay the issuance thereof on account of minor
omission or defects, which do not affect the commercial operation and / or cause any serious to
the equipment/material. The conditional Taking over Certificate can be issued if any minor
omission or defects pointed by the Engineer-in-charge / SDO (Elect) Paralakhemundi /Electrical
Inspector. The contractor should rectify those defects within a month failing which department
will rectify those by replacing those materials or engaging other agencies. The amount so
involved will be fully recovered from the contractor’s bill. Such certificate shall, however, not
relieve the contractor of any of his obligations which otherwise survive by the terms & conditions
of the contract after issuance of such certificate.
39.2 For the satisfaction of Owner about quality, the Owner shall have unreserved right for
arrangement of testing of equipment/ materials and the complete system independently by self or
any other agency chosen by the Owner. The contractor is expected to agree and extend necessary
help during such test if necessary.
40.0 LATENT DEFECT WARRANTY
The period of latent defect warranty in terms of this bidding documents, shall be limited
to five (05) years from the date of completion of Guarantee period.
41.0 EMBOSSING / PUNCHING / CASTING / PAINTING
41.1 The all equipments and materials supplied /erected shall bear distinct mark of “Name of
the Purchaser, PO Order No. & Date” by a way of embossing / punching / casting /
painting etc. This should be clearly visible to naked eye.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 23 of 133
42.0 INDEMNIFY
42.1 The Contractor, its successor and assignee shall indemnify the Owner, its successor and assignee
from all current & future liabilities that may arise out of Turn Key Contract(s) entered into
between the Owner & the Contractor under this Programme.
43.0 FREE ISSUE OF MATERIALS:
43.01 Owner shall issue 11KV VCB only.
43.02 Before issue of the free materials the Contractor at its own cost shall arrange suitable stores
adjacent to the worksite and shall offer the same for inspection to the Owner’s Engineer.
43.03 Subject to compliance of the above clauses, the contractor shall be permitted to draw materials from
the designated stores of the Owner. The contractor shall duly acknowledge the materials along
with copies of the notification to the Insurer regarding such transit of material from designated
stores of the Contractor.
43.04 After completion of the works all surplus materials shall be returned to the Owner’s stores. For any
shortage with regard to materials supplied by the Owner, the Owner shall be entitled to recover
125% of the purchase cost of such materials or present market cost, whichever is higher, from the
dues of the Contractor.
Dy. General Manager
Electrical Circle Rayagada
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 24 of 133
Section - III
FORMS AND FORMATS
Tender Notification No: 01/ 2013-14
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 25 of 133
Annexure-I
BID PROPOSAL LETTER
Electrical Installation of Works under SOUTHCO
Bidder’s Name and Address:
(in case of JV/Consortium, Name of JV/Consortium)
Bid Proposal Reference:
Person to be contacted:
Designation:
Telephone No. : E-mail: Fax No. : To
The Dy. General Manager
Electrical Circle, Rayagada, Odisha
Tel No. 06856235888, Fax No. -06856236040
Dear Sir,
We the undersigned bidder have read and examined the detailed specification and bidding
documents for execution of various electrical installations works and do herewith submit our
bid for the following packages:
Sl.
No.
Name of the
Owner
Name of the
Package
Estimated Cost
(Rs. in Cr.)
We declare the following:
1.0 PRICES AND VALIDITY:
1.01 All the prices and price components stated in our bid proposal are firm and not subject to
any price adjustment, in line with the bidding documents. All the prices and other terms
and conditions of this proposal are valid for a period of 180 days from the date of
opening of the bids. We further declare that prices stated in our proposal are in
accordance with “Instructions to Bidders” of bidding documents.
1.02 We do hereby confirm that our bid prices as quoted in attached Schedules include all
import duties and levies including license fees lawfully payable by us on imported items
and other taxes, duties and levies applicable on bought – out components, materials,
equipment and other items and confirm that any such taxes, duties and levies additionally
payable shall be to our account.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 26 of 133
1.03 We confirm that the Sales tax on Works Contract, Turnover Tax or any other similar
taxes under the Sales Tax Act, as applicable, are included in our quoted bid price and
there shall not be any liability on this account to the Purchasers. We understand that
Owner shall, deduct such taxes at source as per the rules and issue TDS Certificate to us.
1.04 We confirm that, in our Bid Price, we have considered service tax in line with lawful
prevalent practice.
1.05 Price components of various items are indicated in the B.O.Q. for the respective works.
1.06 We further declare that while quoting the price, the due credit under MODVAT scheme,
re-christened as CENVAT scheme, as per relevant Government policies wherever
applicable, have been taken into account.
1.07 We, having studied the bidding document in three volumes relating to taxes & duties and
hereby, declare that if any income tax, charge on income tax or any other corporate tax is
attracted under the law, we agree to pay the same.
1.08 We are aware that the Price schedules do not generally give a full description of the
supplies to be made and work to be performed under each item and we shall be deemed
to have read the Technical Specifications and other bidding documents and drawings to
ascertain the full scope of work included in each item while filling in the related and
prices. We agree that the entered rates and prices shall be deemed to include the full
scope as aforesaid, including overheads and profits.
1.09 We understand that in the price schedule, if there is discrepancy between the unit price
and total price, the same shall be corrected as per relevant provisions.
1.10 We declare that prices for items left blank in the schedules will be deemed to have been
included in other items. The TOTAL for each schedule and the TOTAL of Grand
summary shall be deemed to be the total price for executing the facilities and sections
thereof in complete accordance with the contract, whether or not each item has been
priced.
2.0 CONSTRUCTION OF THE CONTRACT
2.01 We declare that we are making the offer on the basis of indivisible supply-cum-
Erection contract on a single source responsibility basis.
3.0 BID SECURITY (EMD)
We are enclosing Bank Draft / Bank Guarantee No. dtd. amounting to
Rs.--------------------- (Rupees only) issued by
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 27 of 133
Bank --------------------------- branch, payable on Rayagada towards Bid Security against
our above Bid. The Bid Security amount has been computed by adding the Estimated
Cost of the package nos ------------------- for which we are submitting our bid.
4.0 EQUIPMENT PERFORMANCE GURANTEE
We declare that the ratings and performance figures of the equipment to be furnished and
erected by us are guaranteed. The Guaranteed particulars of different equipments are
enclosed along with our bid.
5.0 BID PRICING
We further declare that the prices stated in our proposal are in accordance with your
‘Instruction of Bidders of Conditions of Contract, Volume-1 of the bid documents.
6.0 PRICE ADJUSTMENT
We declare that all the prices and price components stated in our offer are on FIRM price
basis.
7.0 QUALIFICATION
We confirm having submitted the Qualification Data in original plus one copy, as
required by you as per clause in ‘Invitation for Bids’. Further we have filled in the
information for qualification requirements. In case you require any further information
in this regard, we agree to furnish the same in time.
8.0 DEVIATIONS
8.01 We declare that the contract shall be executed strictly in accordance with the
specifications and documents except for the variations and deviations all of which have
been detailed out exhaustively in the following schedules, irrespective of whatever has
been stated to the contrary anywhere else in our proposal.
a) Commercial Deviations Schedule
b) Cost of withdrawal of Deviations on Critical
c) Technical Deviation Schedule
8.02 We confirm that specified stipulation of following critical clauses is acceptable to us and
no deviations/exceptions are taken on any account whatsoever in the following clauses:
(a) Payment Terms :
(b) Bid Guarantee :
(c) Contract Performance Guarantee :
(d) Liquidated Damages for delay :
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 28 of 133
(e) Prices and Price Adjustment :
(f) Guarantee / Warrantees :
8.03 Further, we agree that the additional conditions, deviations, if any, found in our bid
proposal documents other than those stated in attached Deviation Schedules, save that
pertaining to any rebates offered, shall not be given effect to.
9.0 ADDITIONAL INFORMATION
We have included with this proposal additional information listed. We further confirm
that such additional information does not imply any additional deviation beyond those
covered in appropriate schedules and in case of any contradiction between these
additional information and other provisions of Bid, the latter prevail.
10.0 GURANTEE DECLARATION
We guarantee that the equipment offered shall meet the rating and performance
requirements stipulated in this specification. The Guarantee Declaration which shall
attract levy of liquidated damages for non-performance is indicated in the relevant
schedule.
11.0 BOUGHT-OUT AND SUB-CONTRACTED ITEM
We are furnishing herewith at appropriate Schedule, the detail of all major item of
supply amounting to more than 10% of our Bid Price, which were propose subletting
giving detail of the name of sub-contractor/sub-vendor and quantity for each item.
12.0 WORK SCHEDULE
If this proposal is accepted by you, we agree to submit engineering data, provide services
and complete the entire work from time to time, in accordance with schedule indicated in
the proposal. We fully understand that the time schedule stipulated in this proposal is the
essence of the contract, if awarded. The completion schedule of the various major key
phases of the work is indicated in the designated schedule.
13.0 CONTRACT PERFORMANCE GUARANTEE
We further agree that if our Bid is accepted we shall provide an irrevocable Bank
guarantee towards Contract Performance Guarantee, of value equivalent to ten percent
(10%) of the Contract Price initially valid up to the end of ninety (90) days after the end
of the contract warranty period in the form of Bank Guarantee in your favour within 15
(fifteen) days from the date of ‘Notice of Award of Contract’ /Work Order.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 29 of 133
14.0 CHECK LIST
We have included a check list duly filled in Schedule. We understand that only this check
list, commercial and technical deviation will be read out during the part-I bid opening
before the bidders present.
(For Joint Venture/consortium only) We, the Partners of joint venture/ consortium
submitting their Bid, do agree and confirm that in case of Award of the Contract on the
joint venture, we shall be jointly and severally responsible for the execution of the
contract in accordance with contract terms and conditions.
We, hereby declare that only the persons or firms interested in this proposal as principals
are named herein and that no other persons or firms other that those mentioned herein
have any interest in this proposal or in the contract to be entered into if we are awarded
the contract, and that this proposal is made without any connection with any other person,
firm or party likewise submitting a proposal and that this proposal is in all respect for and
in good faith, without collusion or fraud.
Dated this ………………………..day of ………………………………20…..
Thanking you,
Yours faithfully,
(Signature of the Authorized Signatory)
Name ……………………………
Designation ……………………………..
Seal of the company………..
(To be signed by lead partner in case of Joint Venture) Signature of other partner (s) in case
of Joint Venture)
Name …………………
Designation …………………..
Date : ………………………….
Place :
(Written power of Attorney of all signatories of the bid to commit the Bidder must be
enclosed with the Bid. In case of joint venture, the written Power of Attorney of all
signatories from respective partners must be enclosed with the Bid. .
*** Applicable case of a Bid from Joint Venture of Firms. Further, the Bid must be signed by
each partner of the Joint venture.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 30 of 133
ANNEXURE – II
DECLARATION FORM
To,
The Dy. General Manager
Electrical Circle, Rayagada
Sir,
Having examined the above specifications together with the Tender terms and conditions
referred to therein
1 – I / We the undersigned do hereby offer to execute the contract covered there on in
complete shape in all respects as per the rules entered in the attached contract
schedule of prices in the tender.
2 – I / We do hereby under take to have executed the contract within the time
specified in the tender.
3 – I / We do hereby guarantee the technical particulars given in the tender
supported with necessary reports from concerned authorities.
4 – I / We do hereby certify to have purchased a copy of the tender specifications by
remitting Cash / Demand draft & this has been duly acknowledged by you in your
letter No…………Dt…………
5 – I / We do hereby agree to furnish the composite Bank Guarantee in the manner
specified / acceptable by SOUTHCO & for the sum as applicable to me / us as per
clause No.29 of GCC of this specification within fifteen days of issue of Letter of
intent / Work Order , in the event of Work order being decided in my / us favour ,
failing which I / We clearly understand that the said LOI / W.O. shall be liable to
be withdrawn by the Owner.
Signed this…………….Day of……………………20…
Yours faithfully
(Signature of Bidder with Seal of Company)
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 31 of 133
ANNEXURE – III
PROFORMA FOR CONTRACT PERFORMANCE BANK GUARANTEE
(To be executed on Rs. 100/- Non-judicial Stamp Paper purchased in the name of
the BG Issuing Bank)
This Guarantee Bond is executed this ____ day of ___________________________ by
us,
_____________________________________________________ Bank at
___________________ P.O.__________ P.S. ____________Dist ________________
State __________
Whereas Southern Electricity Supply Company of Orissa Ltd.(SOUTHCO) ,Corporate office:
Courtpeta, Berhampur, Ganjam – 760004 registered under the Company Act 1956 (here in
after called “Owner”) has placed Work Order No._________ Dt.___________
(hereinafter called “Agreement”) with M/s_________________
_________________________ (hereinafter called “the Contractor”) for supply and
installation of ________________ (description of the works) and whereas Owner has
agreed (1) to exempt the Contractor from making payment of security deposit, (2) to
release 100% payment of the cost of materials as per the said agreement and (3) to
exempt from performance guarantee on furnishing by the Contractor to Owner a
composite Bank Guarantee of the value of 10% (ten percent) of the Contract price of the
said Agreement.
1. Now, therefore, in consideration of Owner having agreed (1) to exempt the
Contractor for making payment of security deposit, (2) to release 100% payment to the
Contractor and (3) to exempt from furnishing performance guarantee in terms of the said
Agreement as aforesaid, we the ____________________ Bank, Address
____________________________ (code No. ________) (hereinafter referred to as “the
Bank”) do hereby undertake to pay to the Owner an amount not exceeding
Rs._____________ (Rupees _______________________________ ) only against any
loss or damage caused to or suffered by the Owner by reason of any breach by the said
Contractor(s) of any of the terms or conditions contained in the said Agreement.
2. We, the ______________________ Bank do hereby undertake to pay the amounts
due and payable under the guarantee without any demur, merely on a demand from
Owner stating that the amount claimed is due by way of loss or damage caused to or
suffered by Owner by reason of any breach by the said Contractor(s) of any of the terms
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 32 of 133
or conditions contained in the said Agreement or by the reason of any breach by the said
Contractor’s failure to perform the said Agreement. Any such demand made on the Bank
shall be conclusive as regards the amount due and payable by the Bank under this
Guarantee. However, our liability under this guarantee shall be restricted to an amount
not exceeding Rs.___________ (Rupees
_________________________________________ ) only.
3. We, the ________________________ Bank also undertake to pay to Owner any
money so demanded not withstanding any dispute or dispute raised by the Contractor(s)
in any suit or proceeding instituted/ pending before any court or Tribunal relating thereto
our liability under this Agreement being absolute and irrevocable. The payment so made
by us under this bond shall be valid discharge of our liability for payment there under and
the Contractor(s) shall have no claim against us for making such payment.
4. We, the _________________________ Bank further agree that the guarantee herein
contain shall remain in full force and effect during the period that would be taken for the
performance of the said Agreement and it shall continue to remain in force endorsable till
all the dues of Owner under by virtue of the said Agreement have been fully paid and its
claim satisfied or discharged or till Purchaser certifies that the terms and conditions of the
said Agreement have been fully and properly carried out by the said Contractor(s) and
accordingly discharge this guarantee and will not be revoked by us during the validity of
the guarantee period.
Unless a demand or claim under this guarantee is made on us or with our Raygada
branch at ________________________ (Name, address of the Raygada branch and
code No.) in writing on or before __________________ (date) we shall be discharged
from all liability under this guarantee thereafter.
5. We, the _________________________ Bank further agree that Owner shall have
the fullest liberty without our consent and without affecting in any manner our
obligations hereunder to vary any of the terms and conditions of the said Agreement or to
extend time of performance by the said Contractor(s) and we shall not be relieved from
our liability by reason of any such variation or extension being granted to the said
Contractor(s) or for any forbearance act or omission on part of Owner or any indulgence
by Owner to the said Contractor(s) or by any such matter or thing whatsoever which
under the law relating to sureties would but for this provisions have effect of so relieving
us.
6. The Guarantee will not be discharged due to change in the name, style and
constitution of the Bank and or Contractor(s).
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 33 of 133
7. We, the _________________________ Bank lastly undertake not to revoke this
Guarantee during its currency except with the previous consent of the Owner in writing.
Dated ___________ the __________ day of Two thousand _________ .
Not withstanding anything contained herein above.
Our liability under this Bank Guarantee shall not exceed Rs.______________
(Rupee___________________________________________________________ ) only.
The Bank Guarantee shall be valid up to _____________________ only.
Our ………………………. branch at Raygada (Name & Address of the Raygada branch)
is liable to pay the guaranteed amount depending on the filing of claim and any part
thereof under this Bank Guarantee only and only if you serve upon us at our Raygada
branch a written claim or demand and received by us at our Raygada branch on or before
Dt.__________ otherwise bank shall be discharged of all liabilities under this guarantee
thereafter.
For _____________________________________
(Indicate the name of the Bank)
N.B.:
(1) Name of the Contractor:
(2) No. & date of the Work order/ agreement:
(3) Amount of W.O:
(4) Name of Work:
(5) Name of the Bank:
(6) Amount of the Bank Guarantee:
(7) Name, Address and Code No. of the Raygada Branch of the Issuing Bank:
(8) Validity period or date up to which the agreement is valid:
(9) Signature of the Constituent Authority of the Bank with seal:
(10) Name & addresses of the Witnesses with signature:
(11) The Bank Guarantee shall be accepted only after getting confirmation from the
issuing Branch & from main branch/specified branch at Rayagada of issuing Bank.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 34 of 133
ANNEXURE – IV
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 Members whose details are given
hereunder…………………………….. have formed a joint Venture/Consortium and having our
Registered Office (s)/Head Office (s) at ……………………………….(hereinafter called the
‘Joint Venture/Consortium’ which expression shall unless repugnant to the context or meaning
thereof, include its successors, administrators and assigns) do hereby constitute, nominate and
appoint M/s……………………………………………. a company/Electrical Contractor
incorporated under the laws of …………..and having its Registered/Head Office at
…………….as our duly constituted lawful Attorney (hereinafter called “Attorney” (hereinafter
called Lead Member) to exercise all or any of the powers for and on behalf of the joint
venture/Consortium in regard to Tender Notice No…………….. for construction of
……………. (name of the package) of SOUTHCO (hereinafter called the “Owner”) for which
bids have been invited by the Owner, to undertake the following acts
(i) To submit proposal, participate and negotiate in respect of the aforesaid Bid –
Specification of the Owner on behalf of the “Joint Venture / Consortium”.
(ii) To negotiate with Owner the terms and conditions for award of the contract
pursuant to the aforesaid Bid and to sign the contract with the Owner for and on
behalf of the “Joint Venture / Consortium”.
(iii) To do any other act or submit any document related to the above.
(iv) To receive, accept and execute the contract for and on behalf of the “Joint
Venture / Consortium”.
(v) To submit the Contract performance security in the form of an unconditional
irrecoverable Bank Guarantee in the prescribed format and as per terms of the
contract.
It is clearly understood that the Lead Member shall ensure performance of the contracts(s) and if
one or more Member fail to perform their respective portion of the contracts(s), the same shall be
deemed to be a default by all the Members.
It is expressly understood that this power of Attorney shall remain valid, binding and irrevocable
till completion of the Defect of liability period in terms of the contract.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 35 of 133
The Joint Venture / Consortium hereby agrees and undertakes to ratify and confirm all the
whatsoever the said Lead Member quotes in the bid, negotiates and signs the Contract with the
Owner and / or proposes to act on behalf of the Joint Venture / Consortium by virtue of this
Power of Attorney and the same shall bind the Joint Venture / Consortium as if done by itself.
IN WITNESS THEREOF the Members Constituting the Joint Venture / Consortium as aforesaid
have executed these presents on this ………… day of …….. under the Common Seal (s) of their
Companies
for and on behalf of
the members of Joint Ventures/Consortium
…………………………………
…………………………………
…………………………………
The Seal of the above Partners of the Joint Venture / Consortium:
The Seal has been affixed there unto in the presence of:
WITNESS
1. Signature …………………………………
Name …………………………………
Designation …………………………………
Occupation …………………………………
2. Signature …………………………………...
Name ……………………………………….
Designation …………………………………
Occupation …………………………………
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 36 of 133
ANNEXURE – V
FORM OF JOINT VENTURE/ CONSORTIUM AGREEMENT
(To be executed on non-judicial stamp paper of appropriate value to be purchased in the
name of executants or as required by the Jurisdiction in which executed)
THIS Joint Venture/Consortium Agreement executed on this ……….. day of …………… Two
thousand …………………… by:
M/s. …………….…………….a company/Partnership Firm/Sole Proprietorship Organization
incorporated under the …………….……………. Act/Laws and having its Registered
Office/Head Office at ……………. …………….……………. ……………. (hereinafter called
the "Lead Member/First Member" which expression shall include its successors),and
M/s. …………….…………….a company/Partnership Firm/Sole Proprietorship Organization
incorporated under the …………….……………. Act/Laws and having its Registered
Office/Head Office at ……………. …………….……………. ……………. (hereinafter called
the " Second Member" which expression shall include its successors),and
M/s. …………….…………….a company/Partnership Firm/Sole Proprietorship Organization
incorporated under the …………….……………. Act/Laws and having its Registered
Office/Head Office at ……………. …………….……………. ……………. (hereinafter called
the "Third Member" which expression shall include its successors),and
M/s. …………….…………….a company/Partnership Firm/Sole Proprietorship Organization
incorporated under the …………….……………. Act/Laws and having its Registered
Office/Head Office at ……………. …………….……………. ……………. (hereinafter called
the "Fourth Member" which expression shall include its successors).
The Lead Member/First Member, Second Member, the Third Member and the Fourth Member
shall collectively hereinafter be called as the “Joint venture/Consortium Members” for the
purpose of submitting a bid proposal to Southern Electricity Supply Company of Orissa Ltd.
(hereinafter referred to as SOUTHCO) being a company incorporated under the Companies Act.
1956 having its Corporate Office atCourtpeta, Berhampur, Ganjam - 760004 (hereinafter called
the “Owner”) in response to the invitation of bids (hereinafter called as “Tender Notice
No…………….” Document) dated…………….. for supply, erection, Testing & Commissioning
as per the scope of work ……………….(hereinafter called as “the Transaction”)
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 37 of 133
WHEREAS Clause-2 of the Invitation for Bids (IFB), stipulates that two or more bidder(s) may
form a joint venture/Consortium among them and apply against this tender specification,
provided they fulfill the following eligible criteria;
1. They should have legally valid Consortium agreement as per the prescribed format for
the purpose of participation in the bidding process. The total no of a Consortium shall
be limited to four members.
2. One of the Joint Venture/Consortium members should be a Electrical Contractor having
valid HT License.
3. Consortium as a whole shall meet the qualifying norms specified in the tender, they
participate.
4. The lead member of the Consortium should meet at least 50% of the qualifying norms
in respect to the work experience & Turn Over requirement.
5. Besides the lead member, other member(s) of the Consortium together shall meet the
balance 50% of the qualifying norms in respect to the work experience & Turn Over
requirement.
6. All the Consortium member(s) shall authorize the lead partner by submitting a power of
Attorney as per the prescribed format duly signed by the authorized signatories. The
lead partner shall be authorized to receive instructions for and on behalf of all partners
of the Consortium and entire execution of the contract.
7. The Consortium and its members shall be jointly and severally responsible and be held
liable for the purpose of guaranteed obligation and any other matter as required under
the contract.
8. Any member of the Consortium member(s) shall not be eligible either in an individual
capacity or part of any other Consortium to participate in the tender, where the said
Consortium participates.
9. Work Order(s) will be placed to lead members of the Consortium.
10. In addition to the above the Lead Member of the bidder(s) should submit the following
documents in part-I bid as qualifying terms.
i. Valid electrical (HT) license for electrical works.
ii. EPF registration
iii. ESI registration
iv. Service Tax registration
v. VAT Clearance Certificate
vi. PAN & TIN No.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 38 of 133
vii. Existing Labour license.
viii. Registration under Building and Other Construction Workers Welfare
Cess
11. The Lead Member of the Bidder(s) shall have to furnish service tax registration, ESI
and Labour license within 45 days of receipt of the order.
12. The prescribed format for Power of Attorney (Annexure-IV) is provided in the tender
specification as enclosures.
AND WHEREAS the members of the Joint Venture/Consortium together shall strictly comply
the eligible criteria of the Clause in the Invitation for Bids (IFB).
AND WHEREAS bid has been proposed to be submitted to the Owner by Lead Member based
on this Joint Venture/Consortium agreement all the members, signed by all the members.
NOW THIS INDENTURE WITNESSETH AS UNDER:
In consideration of the above premises, in the event of the selection of Joint Venture/Consortium
as successful bidder, all the parties to this Joint Venture/Consortium Agreement do hereby agree
abide themselves as follows:
1. M/s ……………………………. Shall act as Lead Member for and on behalf of Joint
Venture/Consortium Members. The said Joint Venture/Consortium members further declare
and confirm that they shall jointly and severally be bound and shall be fully responsible to
the Owner for supply, erection, Testing & commissioning as per the scope of work and
successful performance of the works, obligations under the same by the Lead Member are as
follows:
i) Despite any breach by the Lead Member or other Member(s) of the Joint Venture/Consortium
agreement, the Member(s) do hereby agree and undertake to ensure full and effectual and
successful performance of the contract with the Owner and to carry out all the obligations
and responsibilities under the said Contract in accordance with the requirements of the
Contract.
ii) If the Owner suffers any loss or damage on account of any breach in the Contract or any
shortfall in the performance of the equipment in meeting the performance guaranteed as per
the specification in terms of the Contract, the Members (s) of these presents undertake to
promptly make good such loss or damages caused to the Owner, on its demand without any
demur. It. shall not be necessary or obligatory for the Owner to proceed against Lead
Member to these presents before proceeding against or dealing with the other Members(s).
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 39 of 133
The obligation of each of the member is absolute and not independent of the Joint
Venture/Consortium or any member.
iii) The financial liability of the Members of this Joint Venture/Consortium agreement to the
Owner, 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/Consortium 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/Consortium agreement. The liability of each Member is absolute and not severable.
iv) It is expressly understood and agreed between the Members to this Joint Venture/Consortium
agreement that the responsibilities inter se amongst the Members shall not in any way be a
limitation of joint and several responsibilities and liabilities of the Members to the Owner. It
is clearly understood that the Lead member shall ensure performance under the agreements
and if one or more Joint venture/Consortium Member(s) fail to perform its/their respective
obligations under the agreement(s), the same shall be deemed to be a default by all the Joint
venture/Consortium Members. It will be open for the Owner to take any steps, punitive and
corrective action including the termination of contract in case of such default also.
v) This Joint Venture agreement shall be construed and interpreted in accordance with the
laws of India and the courts of Odisha shall have the exclusive jurisdiction within Berhampur
in all matters arising there under.
vi) In case of an award of a Contract, all the Members to the Joint Venture/Consortium
agreement do hereby agree that Lead Partner shall furnish Performance Bank Guarantee for
value of 10% of the Contract Price and additional 1% by the other Joint
Venture/Consortium Member in the form of an unconditional irrecoverable Bank
Guarantee in the prescribed format and as per terms of the contract.
vii) It is further agreed that the Joint Venture/Consortium agreement shall be irrevocable and
shall form an integral part of the Contract, and shall continue to be enforceable till the
Owner discharges the same. It shall be effective from the date first mentioned above for
all purposes and intents.
viii) Capitalized terms used but not defined herein shall have same meaning as assigned to
them in the Tender Documents and/or the agreements.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 40 of 133
ix) In case of any dispute amongst the members of the Joint Venture/Consortium, Owner
shall not be in any way liable and also the Consortium members shall not be absolved
from the contractual obligation in any manner.
IN WITNESS WHEREOF the Members to the Joint Venture/Consortium 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.
1. Common Seal …………….……of For Lead Member/First Member
has been affixed in my/our presence
pursuant to the Board of Director's
resolution dt.------------ (Signature of authorized representative)
Name... …………….…………….
Signature.. ………….……………. Designation …….…………….
Name …………….…………….……………Common Seal of the company
Designation…………….…………….….
…………….…………….…………….
2. Common Seal of …………….…… For Second Member
has been affixed in my/our presence
pursuant to the Board of Director's (Signature of authorized
resolution dated representative)
Name... …………….…………….
Signature.. ………….……………. Designation ……….…………….
Name …………….…………….……………Common Seal of the company
Designation…………….…………….… …………….…………….………….
2. Common Seal of …………….…… For Third Member
has been affixed in my/our presence
pursuant to the Board of Director's (Signature of authorized
resolution dated representative)
Name... …………….…………….
Signature.. ………….……………. Designation ……….…………….
Name …………….…………….……………Common Seal of the company
Designation…………….…………….… …………….…………….………….
3. Common Seal of …………….…… For Fourth Member
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 41 of 133
has been affixed in my/our presence
pursuant to the Board of Director's (Signature of authorized
resolution dated representative)
Name... …………….…………….
Signature.. ………….……………. Designation ……….…………….
Name …………….…………….……………Common Seal of the company
Designation…………….…………….… …………….…………….………….
WITNESSES:
1.…………….…………….………….
2.…………….…………….………….
(Signature) (Signature)
Name …………..…………….…… Name …………….…………….…
(Official address) (Official address)
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 42 of 133
ANNEXURE – VI
LETTER OF COMPLIANCE OF QUALIFYING REQUIREMENT
(In case of Bidder being a Single Firm)
To
The Dy. General Manager
Electrical Circle, Rayagada
Dear Sirs,
I/We ……………. (Name of Bidder) are submitting the bid as a single firm. In support of our
meeting the Qualifying requirements (QR) for bidders, stipulated in this tender specification, we
furnish herewith the details/documents etc. as follows.
Table – A: Previous Works Experience:
Package
Quoted
for
Description
of
Proposed
Works
Tender
Qty
Qty Installed & Commissioned
Sl.
No. FY
Name
of
Client WO Ref
Qty
Installed
Documents
provided in
proof of having
executed the
works during
the relevant
FY.
Table – B: Average Annual Turnover:
Package Quoted for
Estimated
Cost of the
Package
(Rs. in Lakh)
Annual Turnover Data
(Rs. in Lakh)
Financial Year
Turnover
(Rs. in Lakh)
Last Three Year preceding
to the year of tender
Total Estimated Cost of
the packages quoted for
Average Turnover
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 43 of 133
Table – C: Access to Credit Facility:
Package Quoted
for
Estimated
Cost of the
Package
(Rs. in Lakh)
Liquid Assets as on
31.03.2012 Credit Facility
Description (Rs. in Lakh) Description (Rs. in Lakh)
Cash in Hand Cash Credit
Cash at Bank LC
Total Estimated
Cost of the
packages quoted
for Fixed Deposits
Others (Pl
Specify)
One fifth of the
total Estimated
Cost as above.
Total Liquid
Assets
Total Credit
Facility
Note: Continuation sheets, of like size and format, may be used as per Bidder’s requirements
and annexed to this Schedule.
I/We declare that we are fulfilling the qualifying requirements as per clause in Invitation
for Bids (IFB).
For & on behalf of ………… (Name of the Bidder).
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 44 of 133
ANNEXURE – VII
LETTER OF COMPLIANCE OF QUALIFYING REQUIREMENT
(In case of Bidder being a Joint Venture / Consortium Firm)
To
The Dy. General Manager
Electrical Circle, Rayagada
Dear Sirs,
I/We ……………. (Name of Bidder) are submitting the bid as a Joint Venture/Consortium. In
support of our meeting the Qualifying requirements (QR) for bidders, stipulated in this tender
specification, we furnish herewith the details/documents etc. as follows.
Name of the members of the JV / Consortium
1.
2.
3.
Table – A: Previous Works Experience: Name of the Member (any one member
only)
Package
Quoted
for
Description
of
Proposed
Works
Tender
Qty
Qty Installed & Commissioned
Sl.
No. FY
Name
of
Client WO Ref
Qty
Installed
Documents
provided in
proof of
having
executed the
works during
the relevant
FY.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 45 of 133
Table – B: Average Annual Turnover: (All the members of JV/Consortium taken together)
Package Quoted
for
Estima
ted
Cost of
the
Packag
e
(Rs. in
Lakh)
Annual Turnover
(Rs. in Lakh)
Annual Turnover
(Rs. in Lakh)
Total Annual
Turnover
(Rs. in Lakh)
Name of
Member 1
Name of
Member 2
Name of
Member 2
Financial
Year
Turnov
er
(Rs. in
Lakh)
Financial
Year
Turno
ver
(Rs. in
Lakh)
Financial
Year
Turn
over
(Rs.
in
Lakh
)
FY 2010 -11 FY 2010 -11 FY 2010 -11
FY 2011 - 12 FY 2011 - 12 FY 2011 - 12
FY 2012 - 13 FY 2012 - 13 FY 2012 - 13
Total Total Total
Total Estimated
Cost of the
packages quoted
for
Average
Turnover
Table – C: Access to Credit Facility: (All the members of JV/Consortium taken together)
Package Quoted
for
Estimated Cost
of the Package
(Rs. in Lakh)
Liquid Assets as on
31.03.2013 Credit Facility
Member 1 Member 1
Description
(Rs. in
Lakh) Description
(Rs. in
Lakh)
Cash in Hand Cash Credit
Cash at Bank LC
Fixed
Deposits Others (Pl Specify)
Total Liquid
Assets
Total Credit
Facility
Liquid Assets as on
31.03.2013 Credit Facility
Member 2 Member 2
Description
(Rs. in
Lakh) Description
(Rs. in
Lakh)
Cash in Hand Cash Credit
Cash at Bank LC
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 46 of 133
Fixed
Deposits
Others (Pl
Specify)
Total Liquid
Assets
Total Credit
Facility
Liquid Assets as on
31.03.2013 Credit Facility
Total for JV 2 Total for JV 2
Description
(Rs. in
Lakh) Description
(Rs. in
Lakh)
Cash in Hand Cash Credit
Cash at Bank LC
Total Estimated
Cost of the
packages quoted
for
Fixed
Deposits
Others (Pl
Specify)
One fifth of the
total Estimated
Cost as above.
Total Liquid
Assets
Total Credit
Facility
Note: Continuation sheets, of like size and format, may be used as per Bidder’s requirements
and annexed to this Schedule.
I/We declare that we are fulfilling the qualifying requirements as per clause no. 2.0 of Section –
I, Invitation for Bids (IFB).
For & on behalf of ………… (Name of the Bidder).
(All members of JV / Consortium should sign).
Details of qualification and experience of key personnel proposed for carrying out the works
Sl.
No
Name of
Personnel
Degree/
Diplom
a
Bra
nch
Year of
Passing Past Experience
Fro
m To
Name of
Employ
er
Position
Held
Responsibiliti
es/ Relevant
experience
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 47 of 133
Date: (Signature) …………………..
Place: (Printed Name) ……………….
(Designation) …………………..
(Common Seal) …………………
Note: 1. Continuation sheets, of like size and format, may be used as per Bidder’s requirements
and annexed to this Schedule.
2. In case of Joint Venture, separate sheet for each partner of Joint Venture should be used.
Details for sub-contracting elements amounting to more than 10% of bid price
Sl.
No Item Description
Qty. proposed to be bought-out/
Sub- contracted Source of Supply
1.
2.
3.
4.
Date: (Signature) …………………..
Place: (Printed Name) ……………….
(Designation) …………………..
(Common Seal) …………………
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 48 of 133
ANNEXURE – VIII
DETAILS OF COMMERCIAL DEVIATIONS
Bidder’s Name & Address
To
The Dy. General Manager
Electrical Circle, Rayagada
Dear Sir,
Sub: Commercial Deviation for Construction of Name of the project.
The following are the Commercial Deviations and variations from and exceptions to the
specifications and documents for the subject Project. These deviations and variations are
exhaustive. Except for these deviations, the entire work shall be performed as per your
specifications and documents
Volume/Clause
Ref./Page
No.
As specified in the
Specification
Commercial deviation and variation
to the specification
Date: (Signature) …………………..
Place: (Printed Name) ……………….
(Designation) …………………..
(Common Seal) …………………
Note: 1. Continuation sheets, of like size and format, may be used as per Bidder’s
requirements and annexed to this Schedule.
2. This will be read out during opening of Part-I Bid.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 49 of 133
ANNEXURE – IX
DETAILS TECHNICAL DEVIATIONS
Bidder’s Name & Address
To
The Dy. General Manager
Electrical Circle, Rayagada
Dear Sir,
Sub: Technical Deviation for Construction of ………………. (Name of the Project)
The following are the Technical Deviations and variations from and exceptions to the
specifications and documents for the subject package. These deviations and variations are
exhaustive. Except for these deviations, the entire work shall be performed as per your
specifications and documents
Volume/Clause Ref./Page No.
As specified in the
Specification / Relevant
ISS
Technical deviation and
variation to the
specification
Date: (Signature) …………………..
Place: (Printed Name) ……………….
(Designation) …………………..
(Common Seal) …………………
Note: 1. Continuation sheets, of like size and format, may be used as per Bidder’s
requirements and annexed to this Schedule.
2. The deviations and variations, if any, shall be brought out separately for each of
the equipment.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 50 of 133
ANNEXURE – X ADDITIONAL INFORMATION
Bidder’s Name & Address
To
The Dy. General Manager
Electrical Circle, Rayagada
Dear Sir,
We have enclosed with our proposal the following additional information for the subject,
package.
Sl. No Brief description of Information Ref.& Page No.
Date: (Signature) …………………..
Place: (Printed Name) ……………….
(Designation) …………………..
(Common Seal) …………………
Note: Continuation sheets, of like size and format, may be used as per Bidder’s
requirements and annexed to this Schedule.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 51 of 133
ANNEXURE – XI
BOUGHT OUT & SUB CONTRACTED ITEMS
Bidder’s Name & Address
To
The Dy. General Manager
Electrical Circle, Rayagada
Dear Sirs,
We hereby furnish the details of the items/sub-assemblies amounting to more than 10% of our
bid price; we propose to buy for the purpose of subject package
Date:
(Signature) …………………..
Place: ( Printed Name) ……………….
(Designation) …………………..
(Common Seal)
Sl. No Item description Qty. Proposed Source of Supply
Be bought/
Sub-contracted
1. …………………… ………………………….. …………………………..
2. ……………………. ……………………………. …………………………..
3. …………………….. ……………………………. ……………………………
4…………………….. ……………………………. …………………………….
5. ……………………. …………………………….. …………………………….
6. …………………… …………………………….. …………………………….
7. …………………… …………………………….. …………………………….
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 52 of 133
ANNEXURE – XII
WORK COMPLETION SCHEDULE
Bidder’s Name & Address
To
The Dy. General Manager
Electrical Circle, Rayagada
Dear Sir,
We hereby declare that the following Work Completion Schedule shall be followed by us
for the purpose of subject package
Sl. No Description of Work Period in Months( from the date of LOA)
1 Completion of detailed engineering
2 Procurement of raw materials
3 Establishment of site office
4 Erection
(a) Commencement
(b) Completion
5 Testing & Pre-commissioning
(a) Commencement
(b) Completion
6 Commissioning
Date: (Signature) …………………..
Place: (Printed Name) ……………….
(Designation) …………………..
(Common Seal) ………………..
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 53 of 133
ANNEXURE – XIII
CHECK LIST
Bidder’s Name & Address
To
The Dy. General Manager
Electrical Circle, Rayagada
Dear Sirs,
Sl.
No.
Item Description Status of the
Submission
of data
Remarks
1 2 3 4
1. Bid Guarantee Yes /No If yes please give details No, amount,
validity & date of issue.
2. Qualifying Data Yes /No
3. Commercial Deviation Yes /No
4. Technical Deviation Yes /No
5. Cost of withdrawn of
deviations
Yes /No
6. Bid validity Yes /No If yes state here the period.
7. Period of completion Yes/No
If, yes please state here the period of
completion.
8. Additional information
offered by bidder
State here briefly
N.B.:- The contents of this schedule will be read out during opening of Part-I Bid.
………………………
Signature of Bidder
Date & Seal:
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 54 of 133
N.B:-
1. The bid guarantee one original and one copy shall be furnished in two
separate sealed envelope appropriately superscribed thereon.
2. All Schedules pertaining to prices (originals) shall be furnished in a sealed
envelope duly super scribed thereon. Similarly one set of copies of such
schedules shall be given in a separate sealed envelope (these are not to be
opened during opening of Part –I ).
3. All other schedules, one set original and another copy shall be submitted in
two separate sealed envelope (these are to be opened during Part –I bid
opening )
Date: (Signature) …………………..
Place: (Printed Name) ……………….
(Designation) …………………..
(Common Seal) ………………..
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 55 of 133
ANNEXURE-XIV
SELF DECLARATION FORM
Name of the Purchaser: -------------------------
Tender Notice No: ----------------------------- Sir,
1. I / we, the undersigned do hereby declare that, I / we have never ever been blacklisted and / or
there were no debarring actions against us for any default in supply of material / equipments
or in the performance of the contract entrusted to us in any of the Electricity Utilities of India.
2. In the event of any such information pertaining to the aforesaid matter found at any given
point of time either during the course of the contract or at the bidding stage, my bid/contract
shall be liable for truncation / cancellation / termination without any notice at the sole
discretion of the purchaser.
Yours faithfully,
Place-
Date-
Signature of the bidder
With seal
(This form shall be duly filled-up and signed by the bidder & submitted along with the
original copy of the Bid.)
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 56 of 133
ANNEXURE- XV
FORM OF EXTENSION OF BANK GUARANTEE (ON NON-JUDICIAL STAMP PAPER OF Rs.100/-)
Ref. No.________________
Dated: __________
The Dy. General Manager
Electrical Circle, Rayagada
Dear Sirs,
Sub: Extension of Bank Guarantee No.__________for Rs._____________favouring yourselves
expiring ______________ on account of M/s. ______________ in respect of contract
No.______________ dated _____________ (hereinafter called original bank guarantee).
At the request of M/s. _____________we ____________ bank Branch office at ________
having its head office at _____________ do hereby extend our liability under the above
mentioned guarantee No. ___________ Dated__________ for a further period of _______
Years/months from ________to expire on __________ except 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 guarantee to which it would be attached.
Yours faithfully,
For ____________
Manager/Agent/Accountant
Power of Attorney No.______
Date: _________
SEAL OF BANK
Note: The non-judicial stamp paper of worth Rs.100/- shall be purchased in the name of the
bank, which has issued the bank guarantee.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 57 of 133
SECTION - IV
GENERAL TECHNICAL SPECIFICATION
(GTS)
Tender Notification 01/2013-14
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 58 of 133
1. GENERAL
1.1 Scope of works
A. Supply
The materials have been classified as under.
i. Owner’s supply materials (OSM)
(a) 11 KV VCB
ii. Contractor’s scope:
All other materials except the item shown above are required to complete the work.
B. Construction:-
The detail work involves:
a. Construction of one number DP structure for bay extension with 11KV feeder AB switch
and one number of 11KV DP structure for installation 11KV feeder metering unit on the
outgoing of new 11KV medical feeder at 2x5MVA, 33/11KV Paralakhemundi New S/S
at Paralakhemundi.
b. Installation of one number of 11KV VCB (Outdoor type) and indoor Control relay panel
at 2x5MVA, 33/11KV Paralakhemundi New S/S for dedicated 11KV feeder for DHH
Paralakhemundi.
c. Laying of 3-core X 185mm2
, 11KV aluminum XLPE insulation armored dry cured
power cable for a circuit of length 30mtr. From 11KV indoor panel bus bar (Control
room) to newly installed 11KV VCB at 2x5MVA, 33/11KV Paralakhemundi New S/S
for dedicated 11KV feeder for DHH Paralakhemundi
d. Construction of new double circuit 3Ph. 3W 11KV line from 2x5MVA, 33/11KV
Paralakhemundi New S/S to Agriculture office junction (0.5 kms) and new single circuit
3Ph. 3W 11KV line from Agriculture Office Junction to Dist. Head Quarter Hospital (0.8
kms) at Paralakhemundi by using 55mm2 AAAC conductor.
e. Construction of one number line DP structure for installation of 400Amp 11KV line AB
switch at Agriculture Office Junction.
f. Construction of 5Nos of 11KV line Road crosses Guarding.
g. Dismantling of 11KV line 16Nos of span from 33/11KV Paralakhemundi New S/S to
Fire station junction.
Prior to the commencement of the supply / works all relevant drawings, designs must be got approved by
the Owner/Engineer-in-charge.
2. GENERAL CONDITIONS OF CONTRACT
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 59 of 133
Responsibility of the Contractor:
The Contractor shall be responsible for the complete design and engineering, overall co-ordination with
internal and external agencies, project management, loading, unloading, storage at site, inventory
management including OSM materials at site during construction, dismantling, re-erection of installations
as per Engineer in charge’s advice, handling, moving to final destination, obtaining statutory clearances
for successful erection, testing and commissioning of the lines & substation.
Limit of contract:
The scope of works shall also include all works incidentals for successful operation and commissioning
and handing over of works whether specifically mentioned or not. In general, works are to be carried out
by the Contractor in accordance with the stipulations in Conditions of Contract.
Quantity variation:
The Owner reserves the right to order and delete such works which may be necessary for him within the
quantity variation option laid down in the conditions of the contract. This shall include but not limited to
the manufacture, supply, testing, and delivery to site, erection and commissioning as may be required in
accordance with the Conditions of Contract at the prices stated in the Schedules. The Owner shall also be
at liberty to delete Any Items from the Contractor’s scope at any time before commencement of works
under the detailed scope of works.
3. GENERAL PARTICULARS OF SYSTEM
System description
The following are the general particulars governing the design and working of the complete system of
which the Contract Works will eventually form a part: The system is three phase, 50 Hz and power is to
be distributed to consumers under SOUTHCO at appropriate voltage level.
Sl. No. Description of Technical Parameter Unit Data
11 KV
1 Nominal system voltage KVrms 11 KV
2 Maximum system voltage KVrms 12.KV
3 Power frequency with stand voltage KVrms 28KV
4 Lightning impulse withstand voltage
a) Line to earth
b) Across isolating gap
KVp 75KVp
85KVp
5
One minute power frequency withstand value
Dry
Wet
KVrms
KVrms 35
35
6 System frequency Hz 50
7 Variation in frequency % 2.5
8 Continuous current rating Amp 1250
9 Symmetrical short circuit current kA 25
10 Duration of short circuit fault current Sec 3
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 60 of 133
11 Dynamic short circuit current rating kAp 62.5kA
12 Design ambient temperatures ˚C 50
13 Pollution level as per IEC-815 and 71 III
14 Maximum fault clearing time Ms not exceeding 150 ms
15 Safety clearances
1. Section clearance
2. Ground clearances( between ground and bottom most
part of energised object)
i. Along a street
ii. Across a street
3. Horizontal clearance between the fence/building,
structure and energised object
Meters
Meters
Meters
3
5.791
6.096
3.64
4. LAYOUT ARRANGEMENT
The Contractor shall finalize the layout arrangements for new lines, in line with this Specification with
the approval of the Engineer- In-charge which shall be meeting at least the basic minimum electrical
clearances as specified in the schedules.
a) Location and site description
The details of the line & sub-substation locations, their approach, geography and topography etc are to be
collected from the concern PKED, Paralakhemundi to the extent possible. The Bidder shall make
necessary visit to the site of line & substation and fully appraise himself before bidding. Deviations on
account of inadequate data for line & substation works shall not be acceptable and the Bid may not be
considered for evaluation in such cases.
b) Completeness and accuracy of information
The Contractor shall note that the information provided above and in the relevant schedules may not be
complete or fully accurate at the time of bidding. For his own interest the Contractor is advised to make
visit roots and fully satisfy himself regarding site conditions in all respects, and shall be fully responsible
for the complete design and engineering of the line & substations.
5. COMPLIANCE WITH SPECIFICATION
All materials & equipments should comply with this Specification. Any departures from the requirements
of this Specification shall be stated with reasons in the relevant Bid Proposal Schedules Bid will be
considered for evaluation if reasons shown are apparently justified. Unless brought out clearly in the
technical schedules, it will be presumed that the equipment is deemed to comply with the technical
specification. In the event of there being any inconsistency between the provisions of the conditions of
contract and the provisions of this Specification, in respect of commercial requirements, the provisions of
the conditions of contract shall take precedence for commercial matters and the provisions of this
Specification shall take precedence in respect of technical matters. In case of inconsistency between
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 61 of 133
technical specifications (TS) quantities of various items as specified in the bid proposal sheet shall be
considered for quoting. However the works shall be executed as specified in the technical specification.
Only brief description is given in the BPS & the works shall be executed in line with the requirement
given in the TS.
6. ERECTION AT SITE AND ACCOMMODATION
The Contractor shall provide, at his own cost and expense, all labors, plant and material necessary for
unloading and erection at the Site and shall be entirely responsible for its efficient and correct operation.
The Contractor shall be responsible for arranging and providing all living accommodation services and
amenities required by his employees.
Use of electrical energy
The Contractor shall arrange at his own cost and expense, any site supplies of electrical energy which he
may require for supplying power for heavy erection of materials or other tools, lighting and testing
purposes. All such installations shall comply with all appropriate statutory regulations.
7. SUPERVISION AND CHECKING OF WORKS ON SITE
All works on site included in the contractor’s scope of works shall be supervised by sufficient number of
qualified representatives of the Contractor. The Contractor shall give in writing to the Engineer In charge
the period of notice as specified in the General Conditions of Contract, when the plant or apparatus is
ready for inspection or energisation.
8. RESPONSIBILITY FOR THE WORK COMPLETION BY CONTRACTOR
Until each Section of the Contract Works has been taken over or deemed to have been taken over under
the Conditions of Contract, the Contractor shall be entirely responsible for the Contract Works, under
construction, or in use for the owner’s service.
9. COMPLIANCE WITH REGULATIONS
All apparatus and material supplied, and all works carried out shall comply in all respects with such of the
requirements of all Regulations and Acts in force in the country and state in particular of the owner as are
applicable to the Contract Works and with any other applicable regulations to which the owner is
subjected to oblige.
10. INSURANCE
10.1 General
In addition to the conditions covered under the Clause titled insurance in the Special Conditions
of Contract, the following provisions will also apply to the portion of works to be done beyond
the Suppliers own or his sub-Contractors manufacturing Works.
10.2 Workmen’s Compensation Insurance
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 62 of 133
This insurance shall protect the Contractor against all claims applicable under the worksmen‟ s
Compensation Act, 1948 (Government of India). This policy shall also cover the Contractor
against the claims for injury, disability, disease or death of his or his sub-contractor's employees,
which for any reason are not covered under the Worksman‟ s Compensation Act, 1948. The
liabilities shall not be less than;
a Workmen’s Compensation- As per statutory provisions
b. Employee's liability-As per statutory provisions According to the Govt. rules.
c. Comprehensive automobile insurance
This insurance shall be in a such a form to protect the Contractor against all claims for injuries,
disability, disease and death to members of public including the Employer's men and damage to
the property of others arising from the use of motor vehicles during on or off the Site operations,
irrespective of the ownership of such vehicles and as per latest prevailing Govt. rules.
d. Comprehensive General Liability Insurance
This insurance shall protect the Contractor against all claims arising from injuries, disabilities,
disease or death of members or public or damage to property of others, due to any act or
omission on the part of the Contractor, its agents, its employees, its representatives and sub-
contractors or from riots, strikes and civil commotion. The hazards to be covered will pertain to
all works and areas where the Contractor, its sub-contractors, agents and employees have to
perform works pursuant to the Contracts.
11. MAINTENANCE AND CLEARING OF SITE
The placing of materials near the erection site prior to their being erected and installed shall be done in a
neat, tidy and safe manner. The Contractor shall at his own expense keep the site area and erection area of
the Contract Works reasonably clean and shall remove all waste material as it accumulates and as directed
by the Engineer In-charge from time to time.
12. WORKS AND SAFETY REGULATIONS
The Contractor shall ensure safety of all the workmen, material, equipment belonging to him or to others,
working at the Site. The Contractor shall also provide for all safety notices and safety equipment required
by the relevant legislation and deemed necessary by the Engineers-In charge.
13. GENERAL
To ensure that the supply and services under the scope of this Contract, whether manufactured or
performed within the Contractor’s works or at Site or at any other place of works are in accordance with
the Specification, with the Regulations and with relevant Indian or otherwise Authorized Standards the
Contractor shall adopt suitable Quality Assurance Programmes and Procedures to ensure that all activities
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 63 of 133
are being controlled as necessary. The quality assurance arrangements shall conform to the relevant
requirements of ISO 9001 or ISO 9002 as appropriate.
13.1 Non-conforming product
The Contractor shall retain responsibility for the disposition of non-conforming items.
14. STANDARDS
1. Except where otherwise specified or implied, the Contract Works shall comply with the latest edition of
the relevant Indian Standards, International Electro-technical Commission (IEC) standards and any other
standards mentioned in this Specification. The Contractor may submit for approval, equipment or
materials conforming to technically equivalent National Standards. In such cases copies of the relevant
Standards or part thereof, in the English language shall be submitted with the Tender. In case of conflict
the order of precedence shall be (1) IEC, (2) IS and (3) other alternative standard.
Reference to a particular standard or recommendation in this Specification does not relieve the Contractor
of the necessity of providing the Contract Works complying with other relevant standards or
recommendations. The list of standards provided in the schedules of this Specification is not to be
considered exhaustive and the Contractor shall ensure that equipment supplied under this contract meets
the requirements of the relevant standard whether or not it is mentioned therein.
(a) Unless otherwise specified, all materials covered under this specification shall be designed,
manufactured, tested and installed in conformity with the latest Indian Standard Specifications. In
case such Indian Standard Specifications are not published equivalent British Standard
Specifications shall be followed. All equipments shall confirm to latest Indian Electricity Rules,
CEA Regulations, PWD and Local/State laws or byelaws as regards to safety, earthing and other
essential provisions specified therein.
(b) All the materials supplied by the contractor according to the contract conditions will be subject to
inspection and approval by the Engineer-in-charge or their authorized representative from time to
time. The contractor shall extend all required facilities for such inspection free of cost. At the
time of inspection, the inspecting officer shall have full liberty to reject any such material, which
does not confirm to specifications or the requirements. The owner shall not entertain any claim
for the rejected materials. The contractor shall remove all rejected materials from the site at his
own cost.
(c) The owner shall not accept any surplus material procured by the contractor.
(d) The contractor will be responsible to get electrical installations inspected by the Electrical
Inspector of the State Government and to obtain the statutory clearance for energisation. The
electrical inspection fees will be reimbursed on production of deposited treasury challan by the
contractor.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 64 of 133
(e) The contractor should possess valid electrical contract license and labour license issued by the
appropriate statutory authority of the State Government during the execution of the contract.
(f) The contractor shall be registered with Provident Fund Department for engagement of Labours/
Employees.
15. Survey & scope of works:
15.1 Survey shall be carried out by the contractor for the new line.
15.2 Aligning / erection of poles in the route of line along with strengthening of its foundation is in the
scope of bidder.
15.3 Before undertaking the construction works in the given line the bidder shall make assessment of
quantity of the required materials in consultation with Engineer in charge. Accordingly the BOQ of the
works may be prepared and get it approved from Engineer In charge.
15.4 Any other works not mentioned above exclusively but required for accomplishing desired works will
be in the scope of the bidder.
15.5 For all above activities shutdown shall be arranged by the subject to advanced notice in writing by
the contractor.
15.6 While placing the equipment, if any equipment gets damaged due to negligent handling of the
contractor, the same shall be back charged to the contractor at penal rate.
16. CROSSING
16.1 Road Crossings:- At all road crossings, the poles shall be fitted with strain type insulators. The
ground clearance from the road surfaces under maximum sag condition shall be as per IS 5613.
17. Details Enroute-After survey and finalization of route, the contractor shall submit detailed route map
for each line.
This would be including following details:
a) Clearance from Ground, Building, Trees etc. – Clearance from ground, buildings, trees and telephone
lines shall be provided in conformity with the Indian Electricity Rules,1956 as amended up to date.
The bidder shall select the height of the poles in order to achieve the prescribed electrical clearances.
18. Final Schedule-The final schedule including Bill of quantity indicating location of poles specifically
marking locations of failure containment pole/structure, 11 kV line sectionalizes, line tapping
points angle of deviation at various tension pole locations, all type of crossings and other details
shall be submitted for the approval of the Owner.
19. Earthing of Poles
In 11 kV line, each poles shall be earthed with coil earthing as per REC construction standard J-1.
20. Danger Boards
The vendor shall provide & install danger plates on 11 KV DP structures. The danger plates shall conform
to REC specification No. 57/1993
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 65 of 133
21. Anti-climbing Devices
The vendor shall provide and install anti-climbing device on 11 KV DP structures. This shall be done
with G.I. Barbed wire. The barbed wire shall conform to IS-278 (Grade A1).The barbed wires shall be
given chromatin dip as per procedure laid down in IS: 1340.
A. TECHNICAL SPECIFICATION OF 11 KV LIGHTNING ARRESTOR
(VOLTAGE CLASS SURGE ARRESTORS)
The specification covers the design, manufacture, shop & laboratory testing before dispatch, supply of 11
KV, Station class heavy duty, gapless metal oxide Surge Arrestors, insulating base, clamps, complete
fittings & accessories suitable for feeders including arrester's electrode earthing.
1.0 STANDARDS
The design, manufacture and performance of Surge Arrestors shall comply with IS: 3070 Part-3 and other
specific requirement stipulated in the specification Unless otherwise, specified, the equipment, material
and processes shall conform to the latest applicable Indian/International Standards as listed hereunder:
IS: 2071-1993 (Part-1): Methods of High Voltage Testing General Definitions &Test
IS: 2071-1974 (Part-2): Test Procedures
IS: 2633-1986 : Methods for Testing uniformity of zinc coated Articles.
IS: 3070-1993 (Part-3): Specification for surge arrestor for alternating current
IS:4759-1996 : Specification for hot dip zinc coating on Structural Steel
IS: 5621-1980: Hollow Insulators for use in Electrical Equipment.
IS: 6209-1982: Methods of Partial discharge measurement.
IS: 6745-1980: Methods for determination of mass of zinc coating on
IEC:TC-37 : Test Procedures.
ANSI/IEEE-C.62.11 (1982): Metal Oxide, Surge Arrestor for A.C. Power Circuits.
IEE-99-4: Surge Arrestors.
The equipment complying with any other internationally accepted standards shall also be considered if it
ensures performance equivalent to or superior to the India Standards.
2.0 GENERAL REQUIREMENT
2.1 The Metal Oxide gap less Surge Arrestor without any series or shunt gap shall be suitable for
protection of UG cable, associated equipment from voltage surges resulting from natural disturbance like
lightening as well as system disturbances.
2.2 The surge arrestor shall draw negligible current at operating voltage and at the same time offer least
resistance during the flow of surge current.
2.3 The surge arrestor shall consist of non-linear resistor elements placed in series and housed in electrical
grade porcelain housing/silicon polymeric of specified creepage distance.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 66 of 133
2.4 The assembly shall be hermetically sealed with suitable rubber gaskets with effective sealing system
arrangement to prevent ingress of moisture.
2.5 The surge arrestor shall be provided with line suitable for cable for vertical and horizontal take off.
The earth terminals shall be provided of suitable size. The groundside terminal of surge arrestor shall be
connected with 50x6mm- galvanized strip, one end connected to the surge arrestor and second end to a
separate ground electrode (Electrode type of earthing). The contractor shall also recommend the
procedure which shall be followed in providing the ear thing/system to the Surge Arrestor.
2.6 The surge arrestor shall not operate under power frequency and temporary over voltage conditions but
under surge conditions, the surge arrestor shall change over to the conducting mode.
2.7 Surge arrestor shall have a suitable pressure relief system to avoid damage to the porcelain/silicon
polymeric housing and providing path for flow of rated fault currents in the event of arrestor failure.
2.8 The reference current of the arrestor shall be high enough to eliminate the influence of grading and
stray capacitance on the measured reference voltage.
2.9 The surge arrestor shall be thermally stable and the contractor shall furnish a copy of thermal stability
test with the bid.
2.10 The arrestors for 11 KV system shall be suitable for mounting on transformers as well as in the yard.
The supplier shall furnish the drawing indicating the dimensions, weight etc. of the surge arrestors for the
design of mounting brackets.
2.11 The arrestor shall be capable of handling terminal energy for high surges, external pollution and
transient over voltage and have low losses at operating voltage.
3.0 ARRESTOR HOUSING
3.1 The arrestor housing shall be made up of porcelain/silicon polymeric housing and shall be
homogenous, free from laminations, cavities and other flaws of imperfections that might affect the
mechanical and dielectric quality. The housing shall be uniform brown colour, free from blisters, burrs
and other similar defects. Arrestors shall be complete with insulating cases, fasteners for stacking units
together and terminal connectors.
3.2 The housing shall be so coordinated that external flashover shall not occur due to application of any
impulse or switching surge voltage upto the maximum design value for arrestor. The arrestors shall not
fail due to contamination. The 11KV arrestors housing shall be designed for pressure relief class as given
in Technical Parameters of the specification.
3.3 Sealed housing shall exhibit no measurable leakage.
4.0 TESTS
4.1 Test on Surge Arrestors
The Surge Arrestors offered shall be type tested not earlier than 5 years before the date of opening of this
tender. The surge arrestors shall be subjected to routine and acceptance tests in accordance with IS:
3070(Part3)-1993. In addition, the suitability of the Surge Arrestors shall also be established for the
following:
* Residual voltage test
* Reference voltage test
* Leakage current at M.C.O.V.
* P.D. Test
* Sealing test
* Thermal stability test
* Aging and Energy capability test
* Watt loss test
Each metal oxide block shall be tested for guaranteed specific energy capability in addition to
routine/acceptance test as per IEC/IS.
4.2 The maximum residual voltages corresponding to nominal discharge current of 10KA for steep
current, impulse residual voltage test, lightning impulse protection level and switching impulse level shall
generally conform to Annexure-K of IEC-99-4.
4.3 The bidder shall furnish the copies of the type tests and the characteristics curves between the residual
voltage and nominal discharge current of the offered surge arrestor and power frequency voltage V/s time
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 67 of 133
characteristic of the surge arrestor subsequent to impulse energy consumption as per clause 6.6 of IS:
3070 (Part-3) offered along with the bid.
4.4 The surge arrestors housing shall also be type tested and shall be subjected to routine and acceptance
tests in accordance with IS: 2071.
4.5 Galvanization Test
All Ferrous parts exposed to atmospheric condition shall have passed the type test and be subjected to
routine and acceptance test in accordance with IS: 2633 & IS: 6745.
5.0 INSPECTION
5.1 All tests and inspection shall be made in the manufacturer’s works unless otherwise specifically
agreed upon by the manufacturer and purchaser at the time of placement of purchase order. The
manufacturer shall afford to the inspector representing the purchaser, al reasonable facilities, without
charge to satisfy him that the material being furnished is in accordance with these specifications. The
purchaser reserves the right to get an component/material being used by the manufacturer of the Surge
Arrestor tested from any recognized test house.
5.2 The inspection by the purchaser or his authorized representative shall not relieve the contractor of his
obligation of furnishing equipment in accordance with the specifications.
GURANTEED TECHNICALPARTICULARSFOR 11KVLIGHTNINGARRESTOR
(To be submitted along with offer)
12 KV 5 KA Distribution Class L.A.
Sl
No
Particulars
Requirement
To be
Specified by
the bidder
1. Type
2. Model
3. No.of Units
4. Rated voltage (KV) RMS. 12
5. Nominal Discharge current ( K Amps.) 5
6. Discharge Class Distribution
Class.
7. Reference Current ( MA) 1
8. Reference voltate (KV) > rated voltage
9. Current at MCOV.
i) Resistive current IR (Micro Amps) < 0.3 MA.
ii)Capacitive current IC ( - do-) About 1.0 MA
10. Protective ratio. 1.78
11. Maximum residual voltage for discharge
Current of 8/ 20 micro sec. Wave at.
i) 0.5 time the nominal discharge current(KV Peak) 40
ii) 1 time -do-(KV rms) 42
iii)2 times -do-(KV rms) 48
12 Maximum continous operative voltage (KV rms) 12
13 High Current impulse withstand(KA) 65
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 68 of 133
14 Energy dissipation capability (KJ/KV)
15 Insulation withstand.
i) Lightening Impulse (KV Peak) 75
ii)P.F. Dry/ Wet (KV rms) 28
16 Temporary over voltage withstand
Capability (KV Peak)
i) At 0.1 second 19
ii) At 2 Seconds 17.5
iii) At 10 Seconds 15.5
iv)At 100 Seconds 14
17 Maximum radio interference voltage PD=Less than
50 PC.
(KV rms) / partial discharge.
18 Maximum step current impulse 40
Residential voltage at nominal
Discharge current of 1 micro sec.front time(KV
Peak).
19 Maximum switching impulse residual
Voltage at 50 x 100 micro sec.wave at 500 Amp.
(KV Peak)
20 Height of complete unit (mm) 250 + 15
21 Maximum recommended spacing between
Arrestor centre to centre(mm) 450
22 Clearance required from ground equipment
To various heights of arrestor unit(mm)
23 Earthign arrangement. To be provided
24 Mounting falange dimensional details (mm) As per your
sketch.
25 Total crrepage distance (mm) 360
26 Weight of complete unit(kg.) 3.2 (Approx.)
Signature of Bidder
(This form is to be duly filled up by the bidder & submit along with the Tender)
B. TECHNICAL SPECIFICATIONS FOR 3POLE, 400Amp 11KV AB SWITCH
1 .0 SCOPES:-
This specification provides for manufacture, testing at works and delivery For supply of 11KV AB
switches. The 11KV AB switches shall conform to IS: 9920 (Part-I to IV)
2 .0 AB SWITCHES: -
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 69 of 133
The 11KV Air Break Switches are required with two poles in each phase. The AB Switches shall be
supplied complete with phase coupling shaft, operating rod and operating handle. It shall be manually
gang operated and vertically break and horizontal mounting type.
2.0.1 The AB Switch shall be designed for a normal current rating of 400 Amps and for continuous
service at the system voltage specified as under: 11 KV AB Switch: 11KV + 10% continuous 50 C/s
solidly grounded earthed neutral system. The length of break in the air shall not be less than 400 mm for
11KV AB Switches.
2.0.2 The 11KV AB Switches are required with post insulators. The AB switches should be suitable for
mounting on the structure. The mounting structure will be arranged by the purchaser separately.
However, the AB Switches shall be supplied with base channel for mounting on the structure which
will be provided by the purchaser. The phase to phase spacing shall be 750mm in case of 11KV AB
Switches.
3 .0 POSTINSULATORS:-
The complete set of three phase AB Switches shall post insulators.
11KV AB Switch : 11KV Post Insulator
The post insulators should conform to the latest applicable Indian standards IS: 2544 Specification for
Porcelain Post insulator Polycon or of compact solid core or long rod insulators are also acceptable.
Creepage distance should be adequate for highly polluted outdoor atmosphere in open atmosphere. The
porcelain used for manufacture of AB Switches should be homogeneous free from flaws or
imperfections that might affect the mechanical dielectric quality. They shall be thoroughly vitrified,
tough and impervious to moisture. The glazing of the porcelain shall be of uniform brown in colour, free
from blisters, burns and other similar defects. Insulators of the same rating and type shall be
interchangeable. The porcelain and metal parts shall be assembled in such a manner that any thermal
expansion differential between the metal and porcelain parts through the range of temperature
variation shall not lose the parts or create undue internal stresses which may affect the electrical or
mechanical strength. Cap and base of the insulators shall be interchangeable with each other. The cap
and base shall be properly cemented with insulators to give perfect grip. Excess cementing must be
avoided.
4.0 Each 11KV Post Insulators should have technical particulars as detailed below:
Sl
No Description of work 11KV
1 Nominal system voltage KV (rms) 11
2 Highest system voltage KV (rms.) 12
3 Dry Power Frequency one KV minute withstand voltage (rms) in 35
4 Wet Power frequency one minute withstand voltage (rms) in KV 35
5
Power Frequency puncture KV (rms) voltage 1.3 times the actual
dry flashover
Voltage
5 Impulse withstand voltage KV (Peak) 75
6 Visible discharge voltage KV (rms) 9
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 70 of 133
7 Creepage distance in mm (minimum) 320
5.0 The rated insulation level of the AB Switches shall not be lower than the
Values specified below:-
SL
No
Standard
declared
Voltage
Rated
voltage
of the
AB
switch
Standard impulse withstand
voltage(positive& negative
polarity Isolating distance
One Minute power
frequency withstand
voltage KV (rms)
Across the
Isolating distance
To earth &
between poles
Across the Isolating
distance
To earth &
between poles
1 11KV 12KV 85KV 75KV 32KV 28KV
6 .0 TEMPERATURE RISE: -
The maximum temperature attained by any part of the equipment when in service at site under
continuous full load conditions and exposed to the direct rays of Sun shall not exceed 45 degree
above ambient.
7 .0 MAIN CONTACTS:-
AB Switches shall have heavy duty self-aligning type contacts made of hard drawn
electrolytic copper/brass. The various parts should be accordingly finished to ensure inter
changeability of similar components. The moving contacts of the switch shall be made from
hard drawn electrolytic copper brass. This contact shall have dimensions as per drawing
attached so as to withstand safely the highest short-circuit currents and over voltage that may
be encountered during service. The surface of the contact shall be rounded smooth and silver-
plated. In nut shell the male and female contact assemblies shall ensure.
a. Electro-dynamic withstands ability during short circuits without any risk of
repulsion of contacts.
b. Thermal withstands ability during short circuits.
c. Constant contact pressure even when the lower parts of the insulator stacks are
subjected to tensile stresses due to linear expansion of connected bus bar of flexible
conductors either because of temperature variations or strong winds. Wiping action during
closing and opening.
d. Fault alignment assuring closing of the switch without minute adjustments
8 .0. CONNECTORS: -
The connectors shall be made of hard drawn electrolytic copper or brass suitable for Raccoon
/Dog ACSR conductor for both 11KV AB Switches. The connector should be 4 -bolt type.
9 .0 OPERATING MECHANISM:-
All AB Switches shall have separate independent manual operation. They should be provided with
ON/OFF indicators and padlocking arrangements for locking in both the end positions to avoid
unintentional operation. The isolating distances should also be visible for the AB Switches.
The AB Switch will be supplied with following accessories:
Sl No Item Size of 11KV AB Switch
1 Operating Rod (GI dia) Length 5.50 meter dia 25 mm
2 Phase coupling square rod (GI) Length 1800 mm Size 25x25 mm
3 Hot dip galvanized Operating handle (GI) 1 No.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 71 of 133
The AB Switches shall be capable to resist any chance of opening out when in closed position.
The operating Mechanism should be of robust constructions, easy to operate by single person
and to be located conveniently for local operation in the switchyard. The GI pipe shall conform
to ISS: 1239-68 and the vertical down rod should be provided with adequate joint in the mid
section to avoid bending or buckling. Additional leverage should be provided to maintain
mechanical force with minimum efforts. All iron parts should be hot dip galvanized. All brass
parts should be silver Plated and all nuts and bolts should be hot dip galvanized
10.0 ARCINGHORNS: It shall be simple and replaceable type. They should be capable of interrupting line- charging current.
They shall be of first make and after break type.
11.0 BUSH:- The design and construction of bush shall embody all the features required to withstand climatic
conditions specified so as to ensure dependable and effective operations specified even after long
periods of inaction of these Air Break Switches. They shall be made from highly polished Bronze metal
with adequate provision for periodic lubrication through nipples and vent.
12.0 DESIGN, MATERIALS ANDWORKMANSHIP:-
The successful tenderers shall assume full responsibility for co-ordination and adequate design. All
materials used in the construction of the equipment shall be of the appropriate class, well finished and of
approved design and material. All similar parts should be accurately finished and interchangeable Special
attention shall be paid to tropical treatment to all the equipment, as it will be subjected during service
to extremely severe exposure to atmospheric moisture and to long period of high ambient temperature.
All current carrying parts shall be of non- ferrous metal or alloys and shall be designed to limit sharp
points/edges and similar sharp faces. The firm should submit the following type test certificate along
with the certified copy of the drawing (from NABL Testing Lab). The type test should be from NABL
accredited testing laboratory & should not be older than 5 years from the date of opening of tender.
1. Test to prove capability of rated peak short circuit current and the rated short time current.
The rated short time current should correspond to minimum of 10K Amp and the peak short circuit current should correspond to minimum of 25K Amps.
2. Lightning impulse voltage test with positive & negative polarity.
3. Power Frequency voltage dry test and wet test 4. Temperature rise test
5. Mill volt drop tests
13.0 Dimension of 11KV AB Switches in (Max.) Tolerance 5%.
Sl No Particulars 11KV AB Switch
1 MS Channel 450x75x40
2 Creepage distance of Post Insulator 320mm (Min)
3 Highest of Port shell 254 mm
4 Fixed contact assembly
i)Base 165x36x8
ii) Contact 70x30x6
iii) GI cover 110X44
5 Spring 6nos
6 Moving contract assemble
a Base Assembly 135x25x8
b Moving 180x25x9
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 72 of 133
c Bush Bronze Metal
d Thickness of Grooves 7
14.0 CONNECTORS:-
I
Connector
(dimensions of each pad)
60x50x8
(Moving & fix both)
60x50x8
(Moving & fix both)
The bidder should provide AB Switches with terminal connectors, set of insulators, mechanical inter
works and arcing horns sets. The base channel for the mounting of AB Switches shall also be included
in the scope of AB Switches. The operating mechanisms together with down pipe operating handle etc.
are also included in the scope of supply.
15.0 ROUTINE TEST CERTIFICATE: -
The Routine test certificate should invariably be submitted in duplicate of each lot offered for inspection as
per ISS: 9920 (part-I to IV). The offers received without Routine test certificate shall not be entertained.
16.0 ACCEPTANCE TEST: -
At the time of inspection following test shall be carried out: -
i) Physical verification and measurement of dimension.
Power frequency high voltage test. Temperature rise
test.
ii) Mechanical endurance test / operation test
Milli volt drop test.
iii) Galvanizing test as per ISS: 2633. Schedule of Guaranteed Technical particulars for 11KV AB Switch
No Particular Requirement To be specified by the Bidder
1 Type / make To be indicated
2
Maximum permission continuous service
voltage (KV) 12KV
3 Length of the Break/Phase (Min.) 400mm
4 Phase to Phase Spacing 750mm
5
Power Frequency withstand test voltage for
completely assembled switches
A Against ground
I Dry KV 28KV
ii Wet KV 28KV
B Across open contact
I Dry KV 32KV
ii Wet KV 32KV
C Between Phases
I Dry KV 28KV
ii Wet KV 28KV
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 73 of 133
6
Impulse withstand test voltage of
completely assembled switch without
arcing horns with 1.2/50 micro second
impulse wave KV (Peak)
85KV
7
100% impulse flashover voltage of
completely assembled switch with arcing
horns with 1.2/50 micro second impulse
wave KV (Peak)
85KV
8
Particulars of the main contacts i.e. fixed
contacts and moving contacts
A Type
Spring loaded
fixed &knife
type moving
contacts
B Material
Hard drawn
electrolytic
copper alloy
C
Surface Treatment & Thickness of
SilverCoating
Silver plated of
thickness
of 5 micron
D Contact Pressure 25KG
9 Continuous Current Rating, Amps 400amps
10
Short Time Current Rating KA (rms) min.
for1 sec 16KA
11
Rated Peak Short Circuit Current (KA
Peak) 25KA
12
No. of operations which the switch can
withstand without deterioration of contacts 2000
13 Type of Mounting
Horizontal up
right mounting
14 Type & Material used in connector
Brass/ Bronze
strips
15 Location and Type of Bushing
Bush bearing at
rotating
insulator
16 Particulars of Post Insulators
A Make( ISI make) To be indicated
B Type
11KVPost
insulator type
C Strength 10KN
D Weight 5KG(appro)/unit
E No. of units per stack One
F Height of stack mm 254mm
G Creepage distance mm 320mm
H
One Minute Power Frequency Dry
withstand voltage KV (rms) 65KV
I
Power Frequency Flashover voltage KV
(rms) 70KV
J Impulse flashover voltage KV (Peak) 85 KV
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 74 of 133
K Impulse withstand voltage KV (Peak) 80 KV (peak)
L Puncture voltage (KV) 105 KV
Signature of Bidder
(This form is to be duly filled up by the bidder & submit along with the Tender)
C. TECHNICAL SPECIFICATION OF 150x150mm R.S JOIST POLE:-
1.0 Scope of Work:
This specification covers design, manufacture, testing and supply of 150x150mm RS Joist 10Meter long
designed for a working load of 346kg. The bidder should enclose Performance Certificates from the
above users, issued in favour of the Sub Vendor / manufacturer, as proof of successful operation in field.
Sl.No. Size Purpose Supply Qty(Nos)
1 11 Mtr For line & DP structure for bay extension & 28
2 12 Mtr For stud pole 5
Applicable Standards:
This specification covers the manufacturing, testing before dispatch and delivery of following R.S Joists
Sl No 150x150mmRS Joist
1 150 x 150 mm R.S. Joist length:- 34.6kg/mtr MT
2.0 Standards:
The R.S Joists shall comply with the requirements of latest issue of IS – 2062 Gr – A except where
specified otherwise.
3.0 Rolled Steel Joists
The Rolled Steel joist (RSJ) support structures shall be fabricated from mild steel, grade A and in lengths
dictated by design parameters .The joists, may include, but shall not be limited to the size i.e.150 X 150
mm;
3.1 Dimensions and Properties
RSJ DESIGNATION 150 x 150 mm ISHB
Length of Joist in Mtr with +100mm/- 0% Tolerance 10mtr & 11mtr
Weight kg/m with±2.5% Tolerance 3 4 .6
Sectional Area (cm ) 2 39
Depth(D) of Section (mm) with +3.0mm/ -2.0mm Tolerance as per IS
1852-1985
150
Width (B)of Flange(mm) with ±2.5mm Tolerance for116 x 100 mm ISMB
±4.0mm Tolerance & for 150 x 150 mm ISHB IS 1852-1985
150
Thickness of Flange(Tf) (mm) with±1.5mm Tolerance 9 .0 0
Thickness of Web(Tw) (mm) with±1.0mm Tolerance 8 .4 0
Corner Radius of fillet or root (R1) (mm) 8 .0 0
Corner Radius of Tow (R2) (mm) 4 .0 0
Moment of Inertia Ixx (cm4) Iyy (cm4) 1540.00 460.00
Radius of Gyration (cm) Rxx Ryy 6 .2 9 3 .4 4
Flange Slope() in Degree 9 4 .0
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 75 of 133
Tolerance in Dimension As perIS:1852
3.2 MECHANICAL PROPERTIES:
Tensile Test : Requirement as per IS:2062/ 1999 Grade-A
Yeild Stress(MPa) Min250
Tensile Strength(MPa) Min410
Lo=(5.65So)Elongation% Min23
Bend Test Shall not Crack
3.3. CHEMICAL PROPERTIES:
Chemical Composition Requirement as per IS:2062/
1999 Grade-A
Permissible variation over the
Specified Limit,Percent,Max
Gr a d e A -
Chemical Name Fe-410W A -
Carbon(%Max.) 0.23 0.02
Manganese(%Max.) 1.5 0.05
Sulphur(%Max.) 0.05 0.005
Phosphorous(%Max.) 0.05 0.005
Silicon(%Max.) 0.4 0.03
Carbon Equivalent(%Max.) 0.42 -
Deoxidation Mode Semi-killed or killed
Supply condition As rolled
3.4. However, In case of any discrepancy between the above data & the relevant ISS, the values indicated
in the IS shall prevail.
3.5. The Acceptance Tests shall be carried out as per Relevant ISS.
GUARANTEED TECHNICAL PARTICULARS FOR (RS) JOISTS of sizes 150x150mm
1.1. Dimensions and Properties:
PARTICULARS Specification
150X150mm ISHB
Specification By
the Bidder
Length of Joist in Mtr with +100mm/-0% Tolerance 11mtr &12mtr
Weight kg/m with±2.5% Tolerance 34 .6
Sectional Area (cm2) 39
Depth(D) of Section (mm) with +3.0mm/ - 2.0mm
Tolerance as per IS 1852-1985
150
Width (B)of Flange (mm) with ±2.5mm Tolerance
for116 x 100 mm ISMB & ±4.0mm Tolerance for 150 x
150 mm ISHB IS 1852-1985
150
Thickness of Flange (Tf) (mm) with±1.5mm
Tolerance
9 .0 0
Thickness of Web(Tw) (mm) with±1.0mm Tolerance 8 .4 0
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 76 of 133
Corner Radius of fillet or root (R1) (mm) 8 .0 0
Corner Radius of Tow (R2) (mm) 4 .0 0
Moment of Inertia
Ixx (cm4 )
Iyy (cm 4)
1540.00
460.00
Radius of Gyration (cm)
Rxx
Ryy
6 .2 9
3 .4 4
Modulus of Section
Zxx(cm3)
Zyy(cm3)
205
6 0 .2
Flange Slope() in Degree 9 4 .0
Tolerance in Dimension As per IS:1852
Distinct Non-Erasable Embossing to be made on each
R.S. Joist
a) Name & Logo of
the Manufacturer. b)
B.I.S Logo (ISI Mark)
if applicable.
c) Size of the RS joist
1.2 Chemical Properties:
Tensile Test : Requirement as per IS:2062/ 1999 Grade-A Manufacturer\s
Data
Yeild Stress(MPa) Min250
Tensile Strength(MPa) Min410
Lo=(5.65So)Elongation% Min23
Bend Test Shall not Crack
1.3 Mechanical Properties:
Chemical Composition Requirement as per
IS:2062/ 1999 Grade-
Permissible variation over the
Specified Limit, Percent, Max
Manufacturer\s
Data
Grade A -
Chemical Name Fe-410W A -
Carbon(%Max.) 0.23 0.02
Manganese(%Max.) 1.5 0.05
Sulphur(%Max.) 0.05 0.005
Phosphorous(%Max.) 0.05 0.005
Silicon(%Max.) 0.4 0.03
Carbon Equivalent(%Max.) 0.42 -
Deoxidation Mode Semi- killed or killed -
Supply condition As rolled -
However, In case of any discrepancy between the above data & the relevant ISS, the values indicated in
the IS shall prevail.The Acceptance Tests shall be Carried out as per Relevant ISS. The RS Joists shall be
manufactured confirming to the relevant IS with Manufacturer’s name/logo & B.I.S Logo if applicable
embossed on it.
Signature of the Bidder
(This form is to be duly filled up by the bidder & submit along with the Tender)
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 77 of 133
D.TECHNICAL SPECIFICATIONS OF 9Mtr long, 300 Kg PSC POLE
I. Qualification Criteria of Sub Vendor / Manufacturer:-
The prospective bidder may source PSC Poles from manufacturers who should have
supplied at least the following quantity of PSC Poles to Electricity Supply Utilities /
PSUs. The bidder should enclose Performance Certificates from the above users, issued
in favour of the Sub Vendor / manufacturer, as proof of successful operation in field.
Sl. No. Size Minimum Past Supply Qty
1 9 Mtr. X 300 Kg 1000
Applicable Standard:
The Poles shall comply with latest standards as under:
REC Specification No. 15/1979, REC Specification No. 24/1983, IS 1678, IS 2905, IS
7321.
II. Materials :
Cement
Cement to be used in the manufacture of pre-stressed concrete poles shall be ordinary for
rapid hardening Portland cement confirming to IS: 269-1976 (Specification for ordinary
and low heat Portland cement) or IS: 8041 E-1978 (Specification for rapid hardening
Portland cement).
Aggregates
Aggregates to be used for the manufacture of pre-stressed concrete poles shall confirm to
IS: 383 (Specification for coarse and fine aggregates from natural sources for concrete)
.The nominal maximum sizes of aggregates shall in no case exceed 12 mm.
Water
Water should be free from chlorides, sulphates, other salts and organic matter. Potable
water will be generally suitable.
Admixture
Admixture should not contain Calcium Chloride or other chlorides and salts which are
likely to promote corrosion of pre-stressing steel. The admixture shall conform to IS:
9103.
Pres-Stressing Steel
Pre-stressing steel wires including those used as un tensioned wires should conform to
IS:1785 (Part-I) (Specification for plain hard-drawn steel wire for pre-stressed concrete,
Part-I cold drawn stress relieved wire).IS:1785 (Part-II)(Specification for plain hard-
drawn steel wire) or IS:6003 (Specification for indented wire for pre-stressed
concrete).The type design given in the annexure are for plain wires of 4 mm diameter
with a guaranteed ultimate strength of 160 kg/mm². All pre-stressing steel shall be free
from splits, harmful scratches, surface flaw, rough, aged and imperfect edges and other
defects likely to impair its use in pre-stressed concrete.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 78 of 133
Concrete Mix
Concrete mix shall be designed to the requirements laid down for controlled concrete
(also called design mix concrete) in IS: 1343-1980 (Code of practice for pre-stressed
concrete) and IS: 456 – 1978 (Code of practice for plain and reinforced concrete) subject
to the following special conditions:
Minimum works cube strength at 28 days should be at least 420 Kg/cm².
The concrete strength at transfer should be at least 210 Kg/cm².
The mix should contain at least 380 Kg of cement per cubic meter of concrete.
The mix should contain as low water content as is consistent with adequate workability.
It becomes necessary to add water to increase the workability the cement content also
should be raised in such a way that the original value of water cement ratio is maintained.
III. Design Requirements
The poles shall be designed for the following requirements:
The poles shall be planted directly in the ground with a planting depth as per IS: 1678.
Wherever, planting depth is required to be increased beyond the specified limits or
alternative arrangements are required to be made on account of ground conditions e.g.
water logging etc., the same shall be in the scope of the bidder at no extra cost to owner.
The bidder shall furnish necessary design calculations/details of alternative arrangements
in this regard.
The working load on the poles should correspond to those that are likely to come on the
pole during their service life.
The factor of safety for all poles 9.0Mts. Shall not be less than 2.0 and for 8.0 M poles,
the factor of safety shall not be less than 2.5.
The average permanent load shall be 40% of the working load.
The F.O.S. against first load shall be 1.0.
At average permanent load, permissible tensile stress in concrete shall be 30 kg/cm².
At the design value of first crack load, the modulus of rupture shall not exceed
53.0kg/cm² for M-40.
The ultimate moment capacity in the longitudinal direction should be at least one fourth
of that in the transverse direction.
The maximum compressive stress in concrete at the time of transfer of pre-stress should
not exceed 0.8 times the cube strength.
The concrete strength at transfer shall not be less than half, the 28 days strength ensured
in the design, i.e. 420x0.5=210kg/cm². For model check calculations on the design of
poles, referred to in the annexure, a reference may be made to the REC “Manual on
Manufacturing of solid PCC poles, Part-I-Design Aspects”.
IV. Dimensions and Reinforcements
The cross-sectional dimensions and the details of pre-stressing wires should conform to
the particulars given in the enclosed drawing. The provisions of holes for fixing cross-
arms and other fixtures should conform to the REC specification No.15/1979.
All pre-stressing wires and reinforcements shall be accurately fixed as shown in drawings
and maintained in position during manufacture. The un-tensioned reinforcement as
indicated in the drawings should be held in position by the use of stirrups which should
go round all the wires.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 79 of 133
All wires shall be accurately stretched with uniform pre-stressed in each wire. Each wire
or group of wires shall be anchored positively during casing. Care should be taken to see
that the anchorages do not yield before the concrete attains the necessary strength.
V. Cover
The cover of concrete measured from the outside of pre-stressing tendon shall be
normally 20 mm.
VI. Welding and Lapping of Steel
The high tensile steel wire shall be continuous over the entire length of the tendon.
Welding shall not be allowed in any case. However, joining or coupling may be permitted
provided the strength of the joint or coupling is not less than the strength of each
individual wire.
VII. Compacting
Concrete shall be compacted by spinning, vibrating, shocking or other suitable
mechanical means. Hand compacting shall not be permitted.
VIII. Curing
The concrete shall be covered with a layer of sacking, canvass, Hessian or similar
absorbent material and kept constantly wet up to the time when the strength of concrete is
at least equal to the minimum strength of concrete at transfer of pre-stress. Thereafter, the
pole may be removed from the mould and watered at intervals to prevent surface cracking
of the unit the interval should depend on the atmospheric humidity and temperature. The
pre-stressing wires shall be de-tensioned only after the concrete has attained the specified
strength at transfer (i.e. 200 or 210 kg/cm² as applicable).The cubes cast for the purpose
of determining the strength at transfer should be coursed, a sear as possible, under
condition similar to those under which the poles are cured. The transfer stage shall be
determined based on the daily tests carried out on concrete cubes till the specified
strength indicated above is reached. Thereafter the test on concrete shall be carried out as
detailed in IS: 1343(code of practice for pre-stressed concrete). The manufacture shall
supply, when required by the
owner or his representative, result of compressive test conducted in accordance with IS:
456 (Code of practice for plain and reinforced concrete) on concrete cubes made from the
concrete used for the poles. If the manufacture so desired, the manufacture shall supply
cubes for test purpose and such cubes shall be tested in accordance with IS: 456 (Code of
practice for plain and reinforced concrete).
IX. Lifting Eye-Hooks or Holes
Separate eye-hooks or hoes shall be provided for handling the transport, one each at a
distance of 0.15 times the overall length, from either end of the pole. Eye-hooks, if
provided, should be properly anchored and should be on the face that has the shorter
dimension of the cross-section. Holes, if provided for lifting purpose, should be
perpendicular to the broad face of the pole.
X. Holes for Cross Arms etc
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 80 of 133
Sufficient number of holes shall be provided in the poles for attachment of cross arms
and other equipments.
XI. Stacking & Transportation
Stacking should be done in such a manner that the broad side of the pole is vertical. Each
tier in the stack should be supported on timber sleeper located as 0.15 times the overall
length, measured from the end. The timber supported in the stack should be aligned in
vertical line.
XII. Earthing
(a) Earthing shall be provided by having length of 6 SWG GI wire embedded in Concrete
during manufacture and the ends of the wires left projecting from the pole to a length
of 100mm at 250 mm from top and 1000 mm below ground level.
(b) Earth wire shall not be allowed to come in contract with the pre-stressing wires
9 Mtr. LONG, 300 Kg PSC POLE GUARANTEED TECHNICAL PARTICULARS
(To be submitted along with offer)
Sl
No Description Unit
Bidder’s offer 9 Mtr Long
300 Kg PSC pole
1 Type of pole
2 Factor of Safety
3 Overall Length of Pole Meters meters
4 Working Load Kg Kg
5 Overall Dimensions
a Bottom Depth mm
b Top Depth
c Breadth
6 Reinforcement Detail:
7 Diameter of prestressing wire
8 No. of Tensioned wires
9 No. of Untensioned wire
10 Length of each untensioned wire
11 Concrete Detail
a Cement Type
b Grade
c Type
d Quantity
Cubic
meter/pole
e Standard confirming to:
12 Steel Quality Kg/Pole
a Ultimate Tensile Strength (UTS) Km/Cm²
b Weight
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 81 of 133
5.0.5.1 All the poles shall be provided with a RCC block base or MS base plate having
dimensions as mentioned at 5.0.2 © as per the site requirement to be decided by Engineer
in Charge. The decision of Engineer in Charge will be Final.
5.0.5.2 The poles shall then be lifted to the pit with the help of wooden supports. The pole shall
then be kept in the vertical position with the help of 25 mm (min.) manila ropes, which
will act as the temporary anchor. The verticality of the pole shall be checked by spirit
level in both longitudinal & transverse directions. The temporary anchor shall be
removed only when poles set properly in the pit for foundation concreting & backfilling
with proper compacting the soil. The backfilling should be done in layers (maxim. 0.5
mts at a time with sprinkling of water and by using wooden hammer. No stone more than
75 mm should be used during back filling.
5.0.5.4 Concreting of foundation up to a minimum height of 1.8 mtrs from the bottom of the pit
with a circular cross-section of radius 0.25 mtrs. (Volume of 0.3 cu.mtr. per pole) in the
ratio of 1:3:6 shall be done at the following locations:
i) At all the tapping points and dead end poles.
ii) At all the points as per REC construction dwg. No. A-10 (for the diversion angle of 10-60
degree) or better there of as per the instruction of Engineer in charge. The decision of
Engineer in charge will be final.
iii) Both side poles at all the crossing for road, Nallaha railway crossings etc.
Signature of the Bidder
E.TECHNICAL SPECIFICATION MILD STEEL CHANNEL & ANGLE
1. General:
The structure materials for DP structure and others shall be fabricated with specified sections of mild steel
materials as per the drawing and bill of quantity. These structure materials and cross arms shall be
fastened with clamps or other structure materials by means of 5/8" diameter G.I. bolts of appropriate
length only. After fabrication or erection the structure materials/ cross arms shall be painted with two
coats each of red oxide primer and aluminium paint.
2. Applicable Standard
Materials shall conform to the latest applicable Indian standards. In case bidders offer steel section and
supports conforming to any other international specifications which shall be equivalent or better than IS,
the same is also acceptable.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 82 of 133
3) Raw material
The Steel Sections shall be re-rolled from the BILLETS/INGOTS of tested quality as per latest version of
IS: 2830 or to any equivalent International Standard and shall be arranged by the bidder from their own
sources. The Chemical composition and Physical properties of the finished material shall be as per the
equivalent standards.
Signature of the Bidder
F. TECHNICAL SPECIFICATIONS OF No 6 GI WIRE FOR GUARDING
I. Qualification Criteria of Manufacturer:-
The prospective bidder may source GI Wire from manufacturers only who must qualify
all the following requirements :
a) The manufacturer must have successfully carried out Type Test of similar item from
any NABL Accredited Laboratory within the last 5 years, prior to the date of submission
of the bid.
b) The manufacturer should have supplied at least 1000 Kgs. (all sizes taken together) to
electricity supply utilities / PSUs. The bidder should enclose Performance Certificates
from the above users issued in the name of the manufacturer as proof of successful
operation in field.
II. SCOPE
This specification covers manufacture, testing and supply of hot dip galvanized MS solid
wire of sizes 6 SWG (5 MM) diameter.
III. APPLICABLE STANDARDS
ZINC
Zinc shall conform to grade Zen 98 specified in IS 209& IS: 4826-1979 with upto date
amendments.
ZINC COATING
Zinc coating shall be in accordance with IS: 4826-1979 for heavily coated hard quality.
GALVANISING
Galvanizing shall be as per IS: 2629-1966, IS 4826-1979 with up to date amendments
UNIFORMITY OF ZINC COATING
Uniformity of zinc coating shall be as per IS: 2633-1972 with up to date amendments
TENSILE PROPERTIES
The tensile strength of the wire after galvanizing shall be between 55-95 Kg/sq.mm
ensuring MS wire mechanical properties as per IS-28:1972 8.1 to 8.3.
FREEDOM FROM DEFECTS
As per IS: 2629-1966 & 4826-1979 & with up to date amendments be ensured
IV. MATERIAL
SlNo Standard No. Title
1 IS: 2062 Grade‘A’Quality Specification for M.S.Angles, M.S.Channel
2 IS: 2062 Chemical and Physical composition of material
3 IS: 1852 Rolling and Cutting Tolerances for Hot Rolled Steel products
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 83 of 133
The mild steel wire shall have chemical composition maximum sulphur- 0.055%,
phosphorous -0.055%, Carbon 0.25%.
V. TESTS
During the process of manufacturer/fabrication and all tests for chemical, mechanical,
galvanizing as per IS- 280-1979, IS1521-1972, IS-1755-1961, IS:6745-1972 & 4826-
1979 shall be carried out. The certificate towards, chemical composition shall be
submitted for each lot offered for inspection.
The following tests shall be conducted in presence of the representative of the purchaser:
Visual physical inspection and measurement of specified dimension Coating test as per
IS:1755-1961, IS 2629-1966, IS:2633-1972, IS:4826-1969 Adhesion test as per
IS:1755-1961, IS:2629-1966,IS:2633-1972,IS:4826-1969,&IS:6745-1972 Tensile
strength and breaking load and elongation determined as per IS:1521-1972 with up to
date amendments
VI. PACKING & MARKING
Packing shall be as per IS:280-1979 and each coil shall be between 50-100 kg. marking
shall be as per IS:280-1972.
NO 6 GI WIRE GUARANTEED TECHNICAL PARTICULARS
(To be submitted along with offer)
SlNo GENERAL TECHNICAL PARTICULARS 6 SWG
1 Nominal diameter of wire
2 Tolerance in diameter
3 Sectional Area (In Sq. mm.)
4 Tensile strength
a Min. N/mm²
b Max. N/mm²
5 Minimum breaking load (KN)
6 Type of coating Heavy/Medium/Light
7 Variety Hard/Soft
8 Weight of Zinc coating (Gms/Sq. Mtr.) Min.
9 No. of dips the coating is able to withstand as 18 ± 20ºC
10 Adhesion Test (Wrap Test at 1 turn per second coiling
while stress not exceeding % nominal tensile strength)
a Min. complete turn of wrap
b Dia of mandrel on which wrapped
11 Bend Test
a Angle
b Dia round a format to be bent
12 Freedom from defect
13 Chemical composition the MS Wire used shall not exceed
a Sulphur 0.060%
b Phosphorous 0.065%
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 84 of 133
BIDDER’S SIGNATURE WITH SEAL
(This form is to be duly filled up by the bidder & submit along with the Tender)
G. EYE BOLT FOR GUARDING TECHNICAL SPECIFICATIONS
GENERAL REQUIREMENTS:
M20 eye bolts (120 mm long) shall preferably be of drop forged manufacture and shall be
supplied complete with full thread and two full nuts.
Eye bolt shall be manufactured from steel to ISO 272, 885, 888, 4759/1 and shall meet
the requirements for mechanical properties detailed in ISO 272, 885, 888, 4759/1.
Where a welding process is used in manufacture, each eye bolt shall be individually proof
tested by the manufacture in accordance with ISO 272, 885, 888, 4759/1 to 125% of its
safe working tensile load that is to 48kN. The safe working tensile load shall be the
ultimate axial tensile strength divided by the factor of safety of 2.5.
The eye shall be permanently and legibly stamped with the letter METRIC in letters not
less than 3mm high. The safe working load of any eye bolt is that load which may be
safely carried in an axial direction. If loaded in any other direction the safe working load
is reduced and reference shall be made to the following table for safe working load of
M20 eye bolts and eye nuts.
BIDDER’S SIGNATURE WITH SEAL
(This form is to be duly filled up by the bidder & submit along with the Tender)
H. TECHNICAL SPECIFICATION OF EARTHING COIL
1. Qualification Criteria of Manufacturer:-
The prospective bidder may source Earthing Coil from manufacturers who must qualify all the following
requirements:
a) The manufacturer must have successfully carried out Type Test of similar item from any NABL
Accredited Laboratory within the last 5 years, prior to the date of submission of the bid.
b) The manufacturer should have supplied at least 1000 nos. to electricity supply utilities / PSUs. The
bidder should enclose Performance Certificates from the above users issued in the name of the
manufacturer as proof of successful operation in field.
2. SCOPE
The specification covers design, manufacture, testing for use in earthing of the HT poles.
3. GENERAL REQUIREMENTS
Earthing coils shall be fabricated from soft GI Wire Hot Dip Galvanized. The Hot Dip galvanized wire
shall have clean surface and shall be free from paint enamel or any other poor conducting material. The
coil shall be made as per REC constructions standard.
The Hot Dip galvanizing shall conform to IS: 2629/1966, 2633/1972 and 4826/1969 with latest
amendments.
4. TESTS
Galvanizing Tests
Minimum Mass of Zinc
On GI Wire used 280 cm/m²
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 85 of 133
After Coiling-266 gm/m².The certificate from recognized laboratory shall be submitted towards mass of
zinc.
Dip Test
Dip test shall stand 3 dips of 1 minute and one dip of ½ minute before coiling and 4 dips of 1 minute after
coiling as per IS: 4826/1979.
Adhesion Test
As per ISS 4826 – 1979.
5. DIMENSIONAL REQUIREMENT
Nominal dia of GI Wire -4 mm (Tolerance±2.5%)
Minimum no. of turns – 115 Nos.
External dia of Coil (Min) – 50 mm
Length of Coil (Min) – 460 mm
Free length of GI Wire at one end coil (Min.) – 2500 mm
Minimum length of wire to be grounded during installation -1000 mm.
The turns should be closely bound. Weight of one finished Earthing Coils (min.) –1.850 Kg.
GUARANTEED TECHNICAL PARTICULARS OF EARHTING COIL
(To be submitted along with Offer) Sl.No. GENERAL TECHNICAL PARTICULARS Bidder Offer
1 Nominal diameter of wire
2 No. of turns
3 External dia of Coil
4 Length of Coil
5 Mass of Zinc
6 Total weight of Coil
7 Whether drawing enclosed (yes)
BIDDER’S SIGNATURE WITH SEAL
(This form is to be duly filled up by the bidder & submit along with the Tender)
I.TECHNICAL SPECIFICATION OF HT STAY SETS
1. Qualification Criteria of Manufacturer:-
The prospective bidder may source Stay Sets from manufacturers only must qualify all the following
requirements :
a) Manufacturer must have successfully carried out Type Test of similar item from any NABL Accredited
Laboratory within the last 5 years, prior to the date of submission of the bid.
b) The manufacturer should have supplied at least 1000 sets (HT) to electricity supply utilities / PSUs.
The bidder should enclose Performance Certificates from the above users issued in the name of the
manufacturer as proof of successful operation in field.
2. SCOPE
This specification covers design, manufacture, testing and dispatch of HT stay sets 20 mm dia.
3. GENERAL REQUIREMENTS
20 mm Dia Stays Sets for 11 KV Lines (Galvanized) HT Stay Set:
The Stay Set (Line Guy Set) will consist of the following components:
Anchor Rod with one Washer and Nut:
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 86 of 133
Overall length of Rod should be 1800mm to be made out of 20 mm dia GI rod one end threaded up to 40
mm length with a pitch of threads per cm. And provided with one square G.I Washer of Size
50x50x1.6mm and one GI Hexagonal nut conforming to IS:1363:1967 & IS:1367:1967. Both washer and
nut to suit the threaded rod of 20 mm.The other end of the rod to be made into a round eye having an
inner dia of 40mm with best quality of welding. Dimensional and other details are indicated and
submitted by bidders for owner‘s approval before start of manufacturing.
Anchor Plate Size 300 x 300 x 8 mm
To be made out of G.S. Plate of 8 mm thickness. The anchor plate has its centre 22mm dia hole.
Turn Buckle, Eye Bolt with 2 Nuts.
To be made of 20 mm dia G.I Rod having an overall length of 450 mm. One end of the rod to be threaded
up to 300 mm length with a pitch of 4 threads per cm. The 20 mm dia bolt so made shall be provided with
two G.I Hexagonal nuts of suitable size conforming to IS: 1363:1967 & IS: 1367:1967.The other end of
the rod shall be rounded into a circular eye of 40mm inner dia with proper and good quality of welding.
Welding details are to be indicated by the bidder separately for approval.
Bow with Welded Channel:
To be made out of 16mm dia G.I Rod. The finished bow shall have and overall length of 995 mm and
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.I Channel 200 mm long having a dimension of
100x50x4.7 mm. The Channel shall have 2 holes of 18 mm dia and 22 dia hole at its centre as per
drawing No.3 enclosed herewith.
Thimble 2 Nos.
To be made of 1.5 mm thick G.Isheet into a size of 75x22x40mm and shape as per standard.
Galvanizing
The complete assembly shall be hot dip galvanized.
Welding
The minimum strength of welding provided on various components of 20 mm dia stay sets shall be 4900
kg respectively. Minimum 6mm filet weld or its equivalent weld area should be deposited in all positions
of the job i.e. at any point of the weld length. The welding shall be conforming to relevant IS:823/1964 or
its latest amendment.
Threading
The threads on the Anchor Rods, Eye Bolts and Nuts shall be as per specification IS; 4218: 1967 (ISO
Metric Screw Threads). The Nuts shall be conforming to the requirements of IS: 1367:1967 and have
dimension as per IS 1363:1967. The mechanical property requirement of fasteners shall confirm to the
properly clause 4.6 each for anchor rods and Eye bolt and property clause 4 for nuts as per IS:
1367:1967.Average weight of finished 20 mm Stays Set: 14.523 Kg.(Min) (Excluding Nuts Thimble &
Washer) :15.569 Kg.(Max.)
4. TESTS
The contractor shall be required to conduct testing of materials at Govt./Recognized testing laboratory
during pre-dispatch inspection for Tensile Load of 4900Kg.applied for one minute on the welding and
maintained for one minute for 20mm dia stay sets.
5. IDENTIFICATION MARK
All stay sets should carry the identification mark of the Purchaser (SOUTHCO)applicable.This should be
engraved on the body of stay rods to ensure proper identification of the materials. The nuts should be of a
size compatible with threaded portion of rods and there should be not play or slippage of nuts.Welding
wherever required should be perfect and should not give way after erection.
6. 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 20mm dia excluding nuts, thimbles and washers shall not be
less than the weight specified above.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 87 of 133
GUARANTEED TECHNICAL PARTICULARS OF HT STAY SET
Sl.
No. Item Description
Specified parameters Bidder’s
offer Section
Tolerances
Fabrication
Tolerances
Material
1 Anchor Plate 8mm
thick+2.5% -
5%
300x300mm+ 1% GI Plate 8 mm
thick
2 Anchor Rod 20mm dia
+3% - 2%
Length1800mm
+0.5%
Round Eye 40mm
inside dia+3%.
Threading
40mm +11%-5%
GI Round
20mm dai
GI Round 20mm
dia
3 Turn Buckle Bow 16 mm dia
+5%-3%
Overal Length 995mm
+1% 16mm dia
Height Length450mm
+1% 100x50x4.7mm
GI Channel length
200mm + 1%
16mm dia.
GI round
G I Channel
100x50x4.7mm
4 Eye Bolt Rod
20mm dia +
3% -
2%
Length450mm
+1% Threading
300mm +1% Round
Eye 40
mm inside dia +3%
GI Round
20mm dia.
5 Galvanisation
Thickness
6 Anchor Plate
7 Anchor Rod
8 Turn Buckle
9 Eye Bolt Rod
10 Weight of
complete set
11 Whether drawing
Submitted
BIDDER’S SIGNATURE WITH SEAL
J.TECHNICAL SPECIFICATION OF 7/10 GI STAY WIRES:
1. Qualification Criteria of Manufacturer:-
The prospective bidder may source Stay Wire from manufacturers only who must qualify all the
following requirements :
a) The manufacturer must have successfully carried out Type Test of similar item from any NABL
Accredited Laboratory within the last 5 years, prior to the date of submission of the bid.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 88 of 133
b) The manufacturer should have supplied at least 1000 Kg (all sizes taken together) to electricity supply
utilities / PSUs. The bidder should enclose Performance Certificates from the above users issued in the
name of the manufacturer as proof of successful operation in field.
2. Application Standards
Except when they conflict with the specific requirements of this specification, the G.I Stay Stranded
Wires shall comply with the specific requirements of IS: 2141-1979. IS:4826-1979 & IS: 6594-1974 or
the latest versions thereof.
3. Materials
The wires shall be drawn from steel made by the open hearth basic oxygen or electric furnace process and
of such quality that when drawn to the size of wire specified and coated with zinc, the finished strand and
the individual wires shall be of uniform quality and have the properties and characteristics as specified in
this specification.The wires shall not contain sulphur and phosphorus exceeding 0.060% each.
4. Tensile Grade
The wires shall be of tensile grade 4, having minimum tensile strength of 700 N/mm² conforming to
1S:2141.
5. General Requirements
The outer wire of strands shall have a right-hand lay.
The lay length of wire strands shall be 12 to 18 times the strand diameter.
6. Minimum Breaking Load
The minimum breaking load of the wires before and after stranding shall be as follows:
No. of wires & constant Wire Dia
(mm)
Min. breaking load of the
Single wire before stranding
(KN)
Min. breaking load of the
standard wire (KN)
7 (6/1) 3.15 5.45 36.26
Minimum weight of zinc
coating before stranding
490 gm/mm2 490 gm/mm
2 490 gm/mm
2
Minimum weight of zinc
coating before stranding
475 gm/mm2 475 gm/mm
2 475 gm/mm
2
7. Construction
The galvanized stay wire shall be of 7-wire construction. The wires shall be so stranded together that
when an evenly distributed pull is applied at the ends of completed strand, each wire shall take an equal
share of the pull. Joints are permitted in the individual wires during stranding but such joints shall not be
less than 15 metres apart in the finished strands.The wire shall be circular and free from scale,
irregularities, imperfection, flaws, splits and other defects.
8. Tolerances
A tolerance of (+) 2.5% on the diameter of wires before stranding shall be permitted.
9. Sampling Criteria
The sampling criteria shall be in accordance with IS :2141.
10. Tests on Wires before Manufacture
The wires shall be subjected to the following tests in accordance with IS: 2141.Ductility Test and
Tolerance on Wire Diameter
11.Tests on Completed Strand
The completed strand shall be tested for the following tests in accordance with IS: 2141.
A. Tensile and Elongation Test: The percentage elongation of the stranded wire shall not be less than 6%.
B. Chemical analysis
C. Galvanizing Test
The Zinc Coating shall conform to "Heavy Coating" as laid down in 1S:4826.
12. Marking
Each coil shall carry a metallic tag, securely attached to the inner part of the coil bearing the following
information:
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 89 of 133
a) Manufacturers name or trade mark
b) Lot number and coil number
c) Size
d) Construction
e) Tensile Designation
f) Lay
g) Coating
h) Length
i) Mass
j) ISI certification mark, if any
13. Packing
The wires shall be supplied in 75-100 Kg. coils. The packing should be done in accordance with the
provisions of IS: 6594.
14. Other Items:
For remaining items of stay sets mentioned in the enclosed drawing, relevant applicable Indian standards
shall be applicable.
GURANTEED TECHNICAL PARTICULARS OF STAY WIRE (7/10 SWG)
Sl No GENERAL TECHNICAL PARTICULARS 7/10SWG Specification by the Bidder
1 Nominal diameter of wire 3.15
2 Tolerance in diameter +2.5%
3 Sectional Area (In Sq. mm.)
4 Tensile strength 700N/mm2
A Min.K N/mm² 5.45
B Max.K N/mm²
5 Minimum breaking load (KN) 36.26
6 Type of coating Heavy/Medium/Light Heavy
7 Variety Hard/Soft
8 Weight of Zinc coating (Gms/Sq. Mtr.) Min. 475
9 No. of dips the coating is able to withstand as
18 ± 20ºC
10 Adhesion Test (Wrap Test at 1 turn per second
coiling while stress not exceeding % nominal
tensile strength)
A Min. complete turn of wrap
B Dia of mandrel on which wrapped
11 Bend Test
A Angle
B Dia round a format to be bent
12 Freedom from defect
13 Chemical composition the MS Wire used shall
not exceed
A Sulphur 0.060%
B Phosphorous 0.065%
BIDDER’S SIGNATURE WITH SEAL
(This form is to be duly filled up by the bidder & submit along with the Tender)
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 90 of 133
K.TECHNICAL SPECIFICATION OF 40mm Dia. G.I EARTH PIPE
1. SCOPE: The Specification provides for the manufacture, testing at manufacturer’s works
before supply of G.I Earth Pipes.
2. STANDARDS: The G.I Earth Pipes shall confirm in all respects to the Indian Standard IS-
1239 (Part-I)/ 1990.
3. GENERAL REQUIREMENTS: The G.I Earth Pipes shall be 40mm bore and 3.25mm
wall thickness as per IS-1239 (Part-I), 1990 length 2.5 meters as per specification.
4. TESTS AND TEST CERTIFICATES: All the tests shall be carried out as per the IS-
1239 (Part-i), 1990.
5. MARKING: The G.I Earth Pipes shall be legibly and indelibly marked as mentioned.
a). Name of Trademark of the manufacture.
b). Month and Year of manufacture and
c). Country of manufacture.
Sl No Description Parameters Expected Value
1 Makers Name
2. Standard to which the earthing pipe confirm REC Standard-J 2
3. Size of the pipe 40 mm nominal Bore as per
ISS(Medium
gauge)1239/Part-I/1979
4. Length of the pipe 2.5mtrs
5. Thickness of the pipe 3.25mm
6. Outer diameter of the pipe 48.8 mm maximum
47.9 mm minimum
7. Standard for processing of Galvanising and testing for
uniformity and mass of Zinc coating of the pipe
IS:2620/1985 IS:2629/1986
SI:6745/1972
8. G.I Clamp for earthing pipe 40mmX6mm
9. G.I Bolts Size 5/8”X1 &1/2”
BIDDER’S SIGNATURE WITH SEAL
(This form is to be duly filled up by the bidder & submit along with the Tender)
L. TECHNICAL SPECIFICATION OF G.I. FLAT (25 x 4mm)
The specification covers manufacture, testing and supply of Galvanized Steel flat for Earthing
arrangements.
I. APPLICABLE STANDARDS:
Materials shall conform to the latest applicable Indian standards. In case bidders offer
steel section and supports conforming to any other international specifications which
shall be equivalent or better than IS, the same is also acceptable.
Sl. No. Standard No. Title
1 IS:2062 Grade ‘A’ Quality Specification for M.S. Flat
2 IS:2062 Chemical and Physical Composition of material
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 91 of 133
3 IS:1852 Rolling and Cutting Tolerances for Hot Rolled
Steel products
II. RAW MATERIAL:
The steel section shall be re-rolled from the BILLETS/INGOTS of tested quality as per
latest version of IS: 2830 or to any equivalent International standard and shall be
arranged by the bidder from their own sources. The chemical composition and physical
properties of the finished materials shall be as per the relevant standards.
III. TEST
Steel sections shall be tested in IS approved laboratory or standard laboratory of the
Bidder country having all facilities available for conducting all the tests as prescribed in
relevant IS or IEC or to any equivalent International laboratory or Institutions.
The Bidders are required to specifically indicate that;
They hold valid IS (or equivalent IEC) License. Steel Section offered are bearing
requisite IS certification or equivalent IEC marks.
The Bidders are required to submit a copy of the valid IS (or equivalent IEC) License
clearly indicating size and range of product against respective ISS or any equivalent
International Standards along with their offer.
IV. PHYSICAL & CHEMICAL PROPERTIES
Length
The GS Flat to be supplied shall be in 5.5 meters to 13 meters lengths.
Weighment
The weighment of GS Flat shall be witnessed by the consignee at the time of taking
delivery. The weight recorded in the material receipt certificate issued by the consignees
shall be final.
Chemical composition and physical properties of M.S.Flat conforming to IS: 2062/84L
composition.
Chemical Composition For Fe 410 WA Grade
C - 0.23% MAX.
Mn - 1.5% MAX.
S - 0.050% MAX.
P - 0.050% MAX.
SI - 0.40% MAX.
6 CE (Carbon Equivalent)- 0.42% MAX.
V. Mechanical Properties
1. Tensile strength Kgf/mm²ˉ - 410
2. Yield stress Min. for thickness/diameter
<20 mm - 26 Kgf/mm² OR 250N/mm²
20-40 mm - 24Kgf/mm² OR 240N/mm²
40 mm - 23Kgf/mm² OR 230N/mm²
3. Elongation % - 23%
4. Bend Test (Internal Dia) - Min-3t (this the thickness of the
material)
VI. INSPECTION AND TEST CERTIFICATE
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 92 of 133
The materials to be supplied will be subject to inspection and approval by the purchaser’s
representative before dispatch and / or on arrival at the destination. Inspection before
dispatch shall not, however, relieve the bidders of his responsibility to supply the steel
section strictly in accordance with the specification. The bidders shall abide by all the
statutory provisions, acts such as the Indian Electricity Act, Indian factory Act, Indian
Boiler Act etc,. and corresponding rules and regulations as may be applicable and as
amended from time to time. The purchaser’s representative shall be entitled at all
reasonable time during manufacture to inspect, examine and test at the bidder’s premises
the materials and workmanship of the steel section to be supplied. As soon as the steel
section are ready for testing , the bidder’s shall intimate the purchaser well in advance, so
that action may be taken for getting the material inspected. The material shall not be
dispatched unless waiver of inspection is obtained or inspected by the purchaser’s
authorized representative. The test certificate shall be in accordance with the latest
version of the relevant Indian Standard or any equivalent International standards. The
acceptance of any batch /lot shall in no way relieve the bidder of any of his
responsibilities for meeting all the requirements of the specification and shall not prevent
subsequent rejection of any item if the same later found defective. All conductors burred
in earth and concrete and above ground level shall be galvanized steel. Galvanized steel
shall be subject to four one minute dips in copper sulphate solution as per IS:2633/1922.
VII. METHOD OF GALVANISING:
Sl. No. Tests For GI Flat
1 Dip test 6 dips of 1 min each
2 Mass of Zinc coating 610 gram/sq.m minimum
Pre dispatch inspection shall be performed to witness following tests:
Freedom from defects,
Verification of dimensions
Galvanization tests
Mechanical tests
Chemical composition tests
These tests are to be performed and certified at Govt. recognized laboratory
MS flat shall conform to IS 2062 & its latest amendments for steel & Galvanization as
per IS 4759 & its Latest amendments.
The flat shall be coated with Zn 98 Zinc grade.
The minimum Zinc coating shall be 610 gm/sqm for thickness more than 5 mm and 460
gm/sqm for item thickness less than 5 mm.
BIDDER’S SIGNATURE WITH SEAL
(This form is to be duly filled up by the bidder & submit along with the Tender)
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 93 of 133
M. TECHNICAL SPECIFICATION OF ALUMINIUM BINDING WIRE
1.0 SCOPE:
Scope covers manufacture, testing and supply of 3.53 mm dia Aluminum Binding Wire as per IS 398.
2.0 MATERIALS:
The material comprising the wire shall have the following chemical composition: Aluminum 99.5%
minimum Copper, silicon and iron 0.5% maximum The surface of the wire shall be smooth and free from
all irregularities and imperfections. Its cross sections shall closely approximate that of true circle.
Diameter of wire Cross sectional area
of nominal dia. Wires
(mm²)
Weight of wire
kg/km
Breaking
Load
(kN) Minimum Nominal Maximum
3.15 3.53 3.55 9.787 26.45 1.57
Inspection and Tests
The following routine checks and tests shall be carried out on 10% of the coils of aluminum binding wire.
If anyone sample fails to pass any one of the test nominated for that wire, then samples shall be taken
from every coil in the consignment and any coil from which a sample proves defective shall be rejected.
On no account shall any rejected material be presented for test again unless with the written approval of,
and under conditions determined by the Purchaser.
Physical properties
The surface of the finished wires shall be checked to ensure that it is smooth , free from all irregularities,
imperfections and inclusions and that its cross section approximates closely that of true circle. The wire
shall be checked to ensure that its diameter and weight are within the values given in the table above for
characteristic of a aluminium binding wire.
Ultimate tensile strength
When tested on a standard tensile testing machine, the value obtained for the ultimate tensile stress shall
not be less than 1.57kN
Wrapping test
The wire shall withstand one cycle of a wrapping test as follows: The wire shall be closely wrapped round
a wire of its own diameter form a close helix of eight turns. Six turns shall then be unwrapped and again
closely rewrapped in the same direction as the first wrapping. The wire shall not break or crack when
subjected to this test.
Packing & Delivery
The aluminum binding wire shall be delivered in 30m coils, with a permitted tolerance of +5%.Random
or non standard lengths shall not be permitted. Each coil shall be adequately guarded against damage due
to transportation and handling and shall have an outer layer of tightly wound polythene tape or be
contained in a suitable, transparent plastic bag. The internal diameter of the wound coil shall not be such
as to result in a permanent set in the conductor.
The coils shall be contained in non returnable wooden cases, with a gross weight not in excess of 300 kg.
The number of coils contained shall be marked on the outside of each case.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 94 of 133
GUARANTEED TECHNICAL PARTICULARS
Sl.No. Description Bidder’s offer
1 Manufacturer Address
2 Indian Standard No. IS 398 (Part-4) 1994
3 Material of Binding Wire
4 Dia. Of Wire
5 Maximum D.C. resistance at 20 degree centigrade
6 Individual Aluminium Alloy Strands
A Tensile breaking stress
B Elongation on 200 mm length in breaking
7 Particulars of Raw Materials
7.1 Aluminium
a) Minimum Purity of aluminimum
7.2 Aluminium Alloy
a) Aluminium redraw rod conforming to element
(a) Si
(b) Cu
( c) Other Element (If any)
8 Linear mass of Wire
9 Modulus of Elasticity
10 Coefficent of Linear Expansion (per deg. Cent.)
BIDDER’S SIGNATURE WITH SEAL
(This form is to be duly filled up by the bidder & submit along with the Tender)
(N) TECHNICAL SPECIFICATION OF 11 KV ‘V’ CROSS ARM, BACK CLAMP FOR
‘V’ CROSS ARM:
Qualification Criteria of Manufacturer:-
The prospective bidder may source the above items from manufacturers who must qualify the following
requirements:
The manufacturer should have supplied at least 1000 no’s (of each item) to electricity supply utilities /
PSUs.
The bidder should enclose Performance Certificates from the above users issued in the name of the
manufacturer as proof of successful operation in field.
(a) Cross arms and Pole Top Brackets for 11 KV constructions at intermediate and light angle pole
shall be fabricated from grade 43A mild steel of channel section and for heavy angle poles, end
poles and section poles fabricated from grade 43A mild steel of angle section. The grades of
structural steel shall conform to IS – 226: 1975.
1. V cross arm shall be made of 75X40X6 mm MS channel for 11KV.
2. The cross arm should be hot dipped galvanized generally conformity to IS2633.72.
3. The Cross arm should be welded & jointed at any place except as specified.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 95 of 133
4. The clamp for the cross arm shall be of GI & shall be hot dipped galvanized generally conformity to
IS2633.72.
5. The clamp should be designed to fit for the specified poles. The Back Clamp for 11 KV shall be made
out of 75 x 10 MS Flat and shall be suitably designed to fit RS Joist Pole11 Mtr long (150X150).
b)The Pole Top Bracket (F Clamp) shall be made out of 75 x 10 MS Flat suitably designed to fit RS Joist
Pole 11 Mtr long (150X150) for 11 KV.
Except where otherwise indicated all dimensions are subject to the following tolerances: Dimensions up
to and including 50mm:+1mm: and dimensions greater than 50mm:+2%
All steel members and other parts of fabricated material as delivered shall be free of warps, local
deformation, unauthorized splices, or unauthorized bends. Bending of flat strap shall be carried out cold.
Straightening shall be carried out by pressure and not by hammering. Straightness is of particular
importance if the alignment of bolt holes along a member is referred to its edges. Holes and other
provisions for field assembly shall be properly marked and cross referenced. Where required, either by
notations on the drawing or by the necessity of proper identification and fittings for field assembly, the
connection shall be match marked. A tolerance of not more than 1mm shall be permitted in the distance
between the center lines of bolt holes. The holes may be either drilled or punched and, unless otherwise
stated, shall be not more than 2mm greater in diameter than the bolts. When assembling the components
force may be used to bring the bolt holes together (provided neither members nor holes are thereby
distorted) but all force must be removed before the bolt is inserted. Otherwise strain shall be deemed to be
present and the structure may be rejected even though it may be, in all other respects, in conformity with
the specification. The back of the inner angle irons of lap joints shall be chamfered and the ends of the
members cut where necessary and such other measures taken as will ensure that all members can be
bolted together without strain or distortion. In particular, steps shall be taken to relieve stress in cold
worked steel so as to prevent the onset of embitterment during galvanizing. Similar parts shall be
interchangeable. Shapes and plates shall be fabricated and assembled in the shop to the greatest extent
practicable. Shearing flame cutting and chipping shall be done carefully, neatly and accurately. Holes
shall be cut, drilled or punched at right angles to the surface and shall not be made or enlarged by burning.
Holes shall be clean-cut without torn or ragged edges, and burrs resulting from drilling or reaming
operations shall be removed with the proper tool. 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 workman like manner so as to facilitate cleaning, painting, galvanizing and
inspection and to avoid areas in which water and other matter can lodge. Contact surfaces at all
connections shall be free of loose scale, dirt, burrs, oil and other foreign materials that might prevent solid
seating of the parts.
Shape & size
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 96 of 133
1. Cross arm shall have 2 holes of 22mm dia for 11KV for fixing of insulator. The center-center
distance between holes shall be 1070mm for 11KV & holes shall be in the middle of the top
width of cross arm.
Fixing of Cross Arms
After the erection of supports and providing guys, the cross-arms are to be mounted on the support with
necessary clamps, bolts and nuts. The practice of fixing the cross arms before the pole erection should be
followed.
GUARANTEED TECHNICAL PARTICULARS 11 KV V-CROSS ARM
Sl.No. Description Unit Bidder’s offer
1 Type of cross arm
2 Grade of steel
3 Steel standard
4 Dimensions
5 Working load(Kg)
6 Steel tensile strength (N/m²)
7 Weight of cross arm
8 Whether drawing has been submitted with the bid
GUARANTEED TECHNICAL PARTICULARS BACK CLAMP FOR ‘V’ CROSS ARM
Sl.No. Description Unit Bidder’s offer
1 Type of cross arm
2 Grade of steel
3 Steel standard
4 Dimensions
5 Working load(Kg)
6 Steel tensile strength (N/m²)
7 Weight of cross arm
8 Whether drawing has been submitted with the bid
BIDDER’S SIGNATURE WITH SEAL
(This form is to be duly filled up by the bidder & submit along with the Tender)
O. TECHNICAL SPECIFICATION OF INSULATORS:
The insulators shall be of porcelain. These shall be non-absorbent and vitreous throughout. The
exposed surface shall be glazed. Unless otherwise it is specified, the glaze is of brown colour.
The glaze shall cover all the porcelain parts of the insulator except those areas which serve as
supports during firing or are left unglazed for the purpose of assembly. The insulators shall have
adequate mechanical strength, high degree of resistance to electrical puncture, resistance to
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 97 of 133
climatic & atmospheric conditions prevailing at site and made from one piece of moulded
porcelain.
Applicable standard:
Unless otherwise it is stipulated in this specification, the insulators shall comply with Indian
standard specification IS: 731-1971 and the insulator fittings with IS 2486(Part-I)-1971 and IS:
2486(Part-II)-1974 or the latest version thereof.
(i) PIN INSULATOR
These shall be mounted on metallic cross-arms with the help of non-magnetic threaded
galvanised iron pins. The pins shall be a single piece obtained preferably by the process of
forging. The threads of the nuts shall be cut after galvanising and shall be well oiled and
greased.The test voltages of insulators shall be as under:
Highest
system
voltage
KV(rms)
Visible
Discharge
Test
KV(rms)
Wet Power
Frequency
withstand
Test KV(rms)
Power Frequency puncture
withstand test KV(rms)
Impulse Voltage
withstand
TestKV(Peak)
Pin Insulator
12 9 35 105 75
ii) FALLING LOAD
1. Mechanical failing load (For Pin insulator only)
The insulator shall be suitable for a minimum failing load of 5 KN applied in transverse
direction.
2. Electro-Mechanical Failing Load (For Pin insulator only)
The insulator shall be suitable for a minimum failing load of 45 KN applied axially.
iii) CREEPAGE DISTANCE
The minimum creep age distance shall be as under:
Highest system
voltage ( KV)
Normal moderately polluted
atmosphere (mm)
Heavily polluted atmosphere (Pin
insulator in mm)
12 230 320
iv) TESTS
The insulators shall comply with the following tests as per IS : 731:-
Type Tests
a) Visual Examination.
b) Verification of dimensions
c) Visible discharge test
d) Impulse voltage withstand Test
e) Wet Power frequency Voltage withstand Test
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 98 of 133
f) Temperature cycle Test
g) Mechanical failing load test(For pin insulator)
h) Puncture Test
i) Porosity Test
j) Galvanising Test
Routine Tests:
a) Visual Examination
Acceptance Test
a) Verification of Dimensions
b) Temperature cycle Test
c) Porosity test
d) Galvanising test
PINS FOR INSULATORS
General Requirements
The pins shall be of single piece obtained preferably by the process of forging. They shall
not be made by joining, welding, shrink fitting or any other process using more than one piece of
other defects. The finish of the collar and shall be such that a sharp angle between the collar and
the shank is avoided. All ferrous pins, nuts and washers except those made of stainless steel shall
be galvanized. The threads of nuts and taped holes, when cut after galvanizing shall be well oiled
or greased.
Dimensions
Pins shall be of small steel head type S 165 P as per IS 2486(Part-II) having stalk length
of 165mm and shank length of 150mm with minimum failing load of 5KN.
Tests
Insulators pins shall comply with the following test requirements as per IS: 2486(Part-I)-
1993 or latest version thereof:
Type Tests
a) Checking of threads on heads
b) Galvanising tests
c) Visula examination test
d) Mechjanical test
Acceptance Test
a) Checking of threads on heads
b) Galvanising test
c) Mechanical test
Routine test
Visual examination test
(ii) STAY INSULATOR
The stay insulators used for stay installation and guy wires shall confirm to IS: 5300/1969. The
types of guy-insulators in use with following specification.
___________________________________________________________________
Voltage for Type Dry one minute wet one Minimum
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 99 of 133
Which to be power frequency minute power failing for
Used withstand voltage frequency Load mechanical
Volts KV(RMS) voltage KV(RMS) Strength KN
11000 C 27 3 88
___________________________________________________________________
P.TECHNICAL SPECIFICATION 11 KV DISC INSULATOR 45 KN (T&C TYPE)
1. Scope- This specification covers the manufacture, testing and works supply and delivery of 11
KV Disc insulators. The Porcelain insulators shall conform to IS:731-1971ammended upto date.
Insulators shall be of Tongue & Clevis type (T&C).Disc insulators made of glazed porcelain
shall be used as insulators on dead ends or on suspension type lines of 11 KV and above. Tongue
& Clevis type (T & C) disc insulators of mechanical strength not less than 45KN shall be used
confirming to IS: 731/1971. These shall be mounted on metallic cross-arms with the help of
suitable non-magnetic galvanised iron hardware fittings. Small fittings like spring washers, nuts
etc may be electro-galvanised.
2. System conditions:
Frequency : ( 50 ± 3%)Hz
Nominal System Voltage : 11 K V
Maximum System Voltage : 12 KV
No. of phases : 3
Power frequency one minute withstand(Dry) : 75 KV
Neutral Earthing arrangement: Effectively Earthed
3. General Requirements
i. Conductors: The Disc Insulators will be used on lines on which the conductors will be AAA Conductor of
size up to 100 sq. mm. The insulators should withstand the conductor tension, the reversible
wind load as well as the high frequency vibrations due to wind.
ii. Type: Diameter of porcelain disc insulator shall be 255mm. The center to center distance between T &
C shall be 145mm.
iii. Insulator Ends.
Disc Insulators shall have Tongue and Clevis ends. The security clips will have to be provided as
per fig. 25 of I.S. 2486 (Part-2) 1989 (amended up to date) and REC Specification 3/1971
(Revised 1993)
iv. The colour of the units shall be brown for 45 KN Disc Insulators.
4. Electromechanical & Mechanical Strength: The electromechanical strength of the individual and the complete Disc shall be 45 KN applied
axially.
5. Creepage Distances: The minimum creepage distance for each disc Insulator shall 400 mm.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 100 of 133
6. Tests : Suitable number of individual units shall be subject to the following tests in accordance with
IS:731/1971 with its latest amendments.
a. Type Tests:
Following Type test shall be carried out on porcelain insulators as specified in IS: 731 / 1971
amended up to date. 1. Visual Examination. 2. Verification of dimensions. 3. Visible Discharge
Test. 4. Impulse voltage withstand test. 5. Impulse voltage flashover test. 6. Wet one Minute
Power Frequency withstand test and West Flashover test. 7. Temperature Cycle test. 8.
Electromechanical failing load test. 9. Power frequency puncture withstand test. 10. Porosity test.
11. Galvanizing test. b. Acceptance Tests : The test samples after having withstood the routine test
shall be subject to the following acceptance tests in order indicated below: 1. Verification of dimensions.
2. Temperature Cycle test. 3. Twenty four hour mechanical test. 4. Electromechanical failing load test. 5.
Power Frequency puncture withstand test. 6. Porosity test. 7. Galvanizing test. C. Routine Tests:
i. 1.Visual Examination
ii. Mechanical test
iii. Electrical test
iv. Twenty four hours mechanical test
v. Electro mechanical failing load test
7. Test Certificate:
The Bidder shall furnish detailed type test reports of the offered Disc Insulators as per clause 6.
A of the Technical Specifications at the NABL approved laboratories to prove that the Disc
Insulators offered meet the requirements of the specification. These Type Tests should have been
carried out within five years prior to the date of opening of this tender.
iii) Their offered Disc Insulators are already fully type tested at approved Laboratory within
five years prior to the date of opening of this tender.
iv) There is no change in the design of type tested Disc Insulators and those offers against this
tender.
8. Testing Facilities:
The Bidder must clearly indicate what testing facilities are available in the works of the manufacturer
and whether facilities are adequate to carry out all Routine & acceptance Tests. These facilities
should be available to Purchaser‟ s Engineers if deputed or carry out or witness the tests in the
manufacturer works. If any test cannot be carried out at the manufacturer's work, the reasons should
be clearly stated in the tender. The insulators shall be tested in accordance with the procedure detailed
in IS-731/1971 amended up to date.
9. Mechanical Design:
The design shall be such that stresses due to expansion and contraction in any part of insulator shall
not lead to deterioration. Cement used in manufacture of the insulators shall not cause fracture due to
expansion or loosening due to contraction.
10. Drawings :
The tender shall be accompanied with the detailed drawings showing the dimensions of the individual
Disc, giving all the design dimensions of various component parts. Generally it shall be as per IS.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 101 of 133
11. Markings:
Each insulator shall be legibly and indelibly marked to show the following: a) Name or trade mark of
the manufacturer. b) Voltage Type c) Month and year of manufacturing. d) Electromechanical
strength in KN e) Country of Manufacturer f) ISI certificate mark
12. Packing:
All insulators shall be packed in crates or boxes suitable for rough handling. Packing shall be marked
with the strength and KV rating.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 102 of 133
GUARANTEED TECHNICAL PARTICULARS FOR 45 KN DISC. INSULATOR (T&C
TYPE)
SlNo. Particulars Requirement Bidder’s offer
1 Name of Manufacturer. & Address To be specified by the bidder
2 Location of type testing To be specified by the bidder
3 Applicable standard IS-731/1971 with latest
amendment
4 Nominal System Voltage 11 KV
5 Highest System voltage 12 KV
6 Visible discharge Test voltage (Minimum) 9 KV
7 Dry Impulse withstand voltage +(1.2/50
microsecond wave)
75 KV
8 Dry Impulse flashover voltage+(1.2/50
microsecond wave)
90 KV
9 Dry 1 min. power frequency withstand
Voltage
60 KV
10 Wet 1 min. power frequency withstand
Voltage
35 KV
11 1min. power frequency flashover Voltage
kV. (Dry)
65 KV
12 1min. power frequency flashover Voltage
kV.(Wet)
45 KV
13 Power frequency puncture voltage 105 KV
14 Mechanical Routine test load 18 KN
15 Mechanical impact strength 45 KN
16 Electromechanical Failing Load 45 KN
17 Safe working load 18 KN
18 Minimum Failing Load 45 KN
19 Creepage Distance 400 mm
20 Type and Grade of Materials :
a. Insulators Porcelain
b. Cap Malleable Casting or S.G
c. Pin Forged pin
d. Locking Split pin
E Cement Portland
21 Type of semi conducting Glaze Ceramic
22 Color of Insulators Dark brown
23 Weight of single disc. kg. 4 Kg (Approx.)
24 Number of Insulators per crate 4/6 No.
25 Cross weight of Loaded crate 20-30 Kg
26 Whether drawings showing dimensional
details have been furnished along with bid.
To be enclosed by bidder
NB- Every insulator should bear the marking of manufacturer’s name and ISI mark
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 103 of 133
R. TECHNICAL SPECIFICATION FOR 11KV CTPT COMBINED OIL COOLED
METERING UNITS
1. SCOPE : This specification covers design, engineering, manufacture, assembly, stage testing,
inspection, testing before dispatch, supply and delivery of 11kV CT PT Combined Metering unit
Sets of class of accuracy 0.5 as per the particulars given in the schedule attached.
2. STANDARD : Except where modified by this specification the component parts of the equipment shall
comply with the following ISS available (the latest versions). Current Transformers: IS 2705/1992
Potential Transformers : IS 3156/1992 HV Porcelain Bushing : IS 2099/1986 Oil : IS 335/1983
Galvanization : IS 2633 Primary Terminals : IS 10601
3. TYPE FOR 11 KV: The metering transformer equipment should be of pole mounting type for
outdoor use. They are to be used in 11kV Three Phase with solidly earthed neutral and suitable for
3 Ø 4 Wire 50 cycles network. The equipment is required for operation of HT Trivector Meters and
should be oil cooled. The CTPT sets shall have the following ratings.
i. Rated Voltage : 11 KV
ii. Highest system voltage: 12 KV
iii. Insulation level: 12 KV
iv. Standard Impulse withstand voltage : 75 KV Peak
v. One minute power frequency withstand Voltage
a. Primary: 28 KV
b. Secondary: 3 KV
vi. Short time thermal current and its duration
a. 6 KA for 1 sec for CT ratio below 50/5 A
b. 13 KA for 1 sec for CT ratio ≥ 50/5 A
vii. Class of Accuracy: 0.5 (Negative errors will not be acceptable)
viii. Rated burden per Phase
a. For CTs : 15 VA
b. For PTs : 50 VA
ix. Frequency: 50 Hz
x. Maximum attainable winding temperature =80 ° C
xi. Minimum Phase to Phase distance=255 mm
xii. Shortest distance between metal part & earth = 190 mm
xiii. Creepage distance of HV bushing 300mm (Min)
xiv. Gauge of MS Tank Min 5mm for top cover & 3.15 mm bottom & all other side
xv. Entire tank shall be hot dip galvanized
xvi. Bi-metallic terminal connector with a nut, plane washer, spring washer & check nut suitable
for aluminium conductor required for different rating of metering units. Six no. to be provided
with each metering units.
xvii. Minimum volume of oil shall not be less than 45 Ltr.
4. DESIGN: a. The equipment shall be designed to ensure satisfactory operation under all conditions of
service to facilitate easy inspection, cleaning and repairs.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 104 of 133
b. The design shall incorporate every reasonable precaution and provisions for safety of all those
concerned in the operation and maintenance of the equipment. A pressure relief valve shall be
invariably provided to the CTPT set. It shall be provided at the top cover of the tank.
c. All outdoor apparatus shall be so designed that water cannot collect at any point and enter the
CT/PT set. The top cover of the tank, secondary terminal cover, inspection chamber cover plate
may be designed accordingly.
d. All connections and terminals shall be of sufficient size for carrying the specified currents
continuously without undue heating.
e. All bolts, nuts, washers in contact with non-ferrous parts shall be of brass.
f. All ferrous parts including bolts & nuts liable to corrosion, forming integral part of the
equipment shall be smoothly and continuously hot dip galvanized.
g. The secondary terminal box with double door arrangement (Inner & Outer) detail at (10-J),
inspection cover and oil gauge shall be provided with MU.
h. The core shall be high grade non-ageing electrical silicon laminated steel of low hysteresis
loss and high permeability to ensure high accuracy, at both normal and over current/ voltage.
i. All winding shall be of insulated high grade Electrolytic copper wire and the manufacturing of
the units shall be done in completely closed and air-conditioned room otherwise Fibre glass
insulation sleeves are to be provided for primary winding. Details of winding and core shall be
furnished.
j. The CTPT set should have Three CTs and One three phase PTs with star / star connection.
5. SEALING : Sealing bolts for sealing at 4 points on the secondary terminal box (both inner & outer door),
inspection cover, the top cover of the tank shall be provided. This may be made by
Providing a hole on tail of corner bolts of adequate size to pass the sealing wire of above 13
SWG.
6. FLUCTUATION IN VOLTAGE AND FREQUENCY: For continuous operation, entire
equipment shall be subjected to variation of voltage up to (+)20% to (-) 30% and frequency of
(±) 5 %.
7. INSTRUMENT TRANSFORMERS: a) The voltage and current transformers shall have normal continuous rating as per the schedule
of requirement.
b) The voltage transformer shall be so designed that the increased magnetizing currents due to
any persisting over voltage, does not produce injurious over heating. Phase barriers shall be
provided.
c) The peak value of the rated dynamic current shall not be less than 2.5 times the rated short
time thermal current unless stated otherwise. (6.62 of ISS : 2705/Part-I of 1992, latest version).
d) Modified polyester enamel copper wire is to be used for winding and it shall conform to IS-
4800/Part-V (latest version).
e) The terminals of the instrument transformer shall be clearly marked by distinctive letters as
stated in Annex “C” of ISS : 3156/Part.I/1992 (latest version) for voltage transformer and Annex
“C” of IS-2705/Part.I/1992 (latest version) for current transformers.
f) The winding shall be neatly laid and anchored.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 105 of 133
g) The metering set tank and other metal parts shall be galvanised both inside & outside as per
latest IS applicable.
8. INCOMING SIDE:
a) TERMINALS: Brass rods 12 mm dia up to 20A & 16mm dia >20A for Primary and 6 mm dia
for secondary.
b) Bushing for outgoing side of CT/PT set : The porcelain portion of HT bushings shall be of
standard make and conform to IS-2099/1996.The dimensions of the bushings shall conform to
IS- 3347/Part.III/1972. The minimum phase-to-phase clearance shall be as per IS/GTP. The tests
as per IS-2099/1962 shall be conducted on the MU bushings as detailed below:
i. Dry flash over voltage.
ii. Wet flash over voltage
iii. Dry 1 Minute withstand voltage
iv. Impulse withstand voltage (1.2/50 Micro Seconds –ve wave)
v. Manufacturer‟ s test certification may be furnished for every lot of offer
The bushings shall be of reputed manufacturers like M/s. Jayashree Insulators/s. WS Industries,
M/s. BHEL, M/s. Allied Ceramics, M/s. India Potteries, M/s. Venkateshware Ceramic Industries
and M/s. IEC which are having complete testing facilities. The firm has to furnish the bushing
test certificates during inspection.
The bushing stems shall be provided with suitable bimetallic connectors so as to connect the
jumper without disturbing the bushing stem. The bush rod stem length should be at least 40 mm
and 3 nuts with 2 flat washers of brass material should be provided with each bush rod.
9. STEEL TANK:
a) The oil filled container incorporating the voltage transformers and current transformers should
be fitted with incoming and outgoing primary terminals and secondary terminal box. The
secondary terminal box shall be arranged on sides. The general arrangement drawing with 3
bushing on the incoming side and 3 bushings on the outgoing side shall be submitted along with
tender. Adequate level of oil shall be maintained in the tank for proper cooling & curb flashover.
b) The tank shall be built with a plate of 5 mm thick top and 3.15 mm sides and bottom and with
all fittings shall be capable of withstanding without leakage or distortion at the standard test
pressure. All joints of the tank and fittings shall be hot oil tight and no leakage should occur
during service. Both side of the joint should have continuous welding.
c) It shall be provided with an oil gauge as shown. The oil gauge glass shall be fixed to the side
of the raised wall of the inspection box. The tank shall be provided with necessary lifting lugs.
Tank including top cover shall be hot deep Galvanised.
d) The secondary terminal box cover, tank cover and inspection cover and other vertical joints
where gaskets are used may be suitably bent at least 25 mm bent with necessary sealing
arrangement with sealing bolts at all corners and bolts should be at least 10 mm diameter GI
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 106 of 133
bolts spaced maximum 70 mm apart. This is to safeguard against seepage of water into tank in
case of damaged gasket.
e) The 6 mm gaskets shall be dovetailed without joints to prevent moisture entry. In case of
dovetailed joint, they shall not be more than two. The gaskets shall be of good quality Neoprene
or superior quality rubberized gasket.
f) EARTHING: Two earthing terminals shall be adequate size protected against corrosion and
metallically clean and identified by means of the sign marked in a legible and indelible manner
on or adjacent to the terminals.
g) All bolts should be provided with 2 flat washers and a spring washer with a nut.
h) Conservator should not be provided for these CTPT sets.
i) The Secondary terminal box incoming hole should be 32 mm diameter and at a suitable height
from bottom to avoid replacement/ modification of secondary wires pipe when CTPT set is
replaced.. The secondary terminals size should be 6 mm diameter, 25 mm stem length, 2 flat
washers with 3 nuts of brass material should be provided. The terminals should be provided at
least 70 mm height from incoming hole and clearances shall be as per IS to avoid shorting
terminals due to secondary wires pipe.
j) Secondary chamber shall have double door (inner & outer) with suitable arrangement for
sealing of both the doors. The inner door shall be of transparent polycarbonate so that secondary
terminal connections can be viewed with out breaking the inner door seals.
k) The following details of equipment shall be engraved on tank with at least 10 mm letters.
1. Make, 2. Ratio, 3. Class of accuracy, 4.Serial No:, 5. Month & year of manufacturing.
l) Guarantee period embossed plate shall be welded opposite side of name plate.
10. MOUNTING ARRANGEMENT : The under base of all CTPT sets shall be provided with two
75x40mm GI channels and foundation dimensions shall be suitable placing with tank base uniform
for all sets with only +/- 2 mm tolerance, to avoid modification of structure/ plinth, whenever CTPT
set is replaced.
11. OIL: The insulation oil used in the tank shall comply with the requirements specified in latest
relevant IS : 335/93 and as per Annexure-c.
12. GUARANTEED TECHNICAL PARTICULARS: The Technical Particulars as specified in IS shall be guaranteed. Every tenderer should furnish the
particulars required and guarantee the values so furnished for the supplies.
13. TESTS:
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 107 of 133
TYPE TESTS: The equipment offered shall be fully type tested from recognized standard govt.
national laboratory by the bidder as per the relevant standards. The bidder shall furnish copies of
type test certificates with the bid (for 0.2 class, 3P4W, and 11kv). These type test certificates shall
be got approved by the purchaser before commencement of supply. The bidders also furnish type
test certificates for bushings and oil along with the bid.
The type test certificates shall be not older than (3) years from the date of opening of bid.
TYPE TESTS FOR CTs:
a) Verification of terminal marking and polarity b) Short time current Test. c) Temperature rise test.
d) Lightning Impulse Test. e) High Voltage Power frequency wet withstand voltage test. f)
Determination of errors or other characteristics according to the requirements of the appropriate
designation or accuracy class.
TYPE TESTS FOR PTs: a. Verification of terminal marking and polarity.
b. High voltage Power frequency wet withstand voltage test.
c. Power frequency dry withstand tests on Primary winding.
d. Power frequency dry withstand test on Secondary winding.
e. Determination of errors according to the requirements of the appropriate accuracy class.
f. Temperature rise test.
g. Impulse Voltage test.
h. Lightning Impulse test
TYPE TESTS FOR TRANSFORMER BUSHINGS: a) Dry flash over voltage.
b) Wet flash over voltage.
c) Dry 1 Minute withstand voltage.
d) Impulse withstand voltage (1.2/50 Micro Seconds –ve wave)
ACCEPTANCE AND ROUTINE TESTS: The following shall be conducted as per IS: 3156
(Latest version).
a) Verification of Terminal marking and polarity.
b) Power frequency/ dry withstand tests on primary windings.
c) Power frequency dry withstand tests on secondary windings.
d) Determination of errors according to the requirements of the appropriate accuracy class.
e) Air pressure test on empty tank of transformer opened for physical verification test
(Once for every lot offered for pre-dispatch inspection)
All acceptance and routine tests as stipulated in the relevant standards for CTs & PTs shall be
carried out by the supplier in presence of purchaser’s representatives. Immediately after
finalization of the programme of acceptance/ routine testing, the manufacturer shall give advance
intimation to the purchaser, to enable him to depute his representative for witnessing the tests.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 108 of 133
14. DRAWINGS AND LEAFLETS: Two sets of drawings showing clearly the general arrangements, sectional views, fitting details,
electrical connections, foundation details, overall dimensions (length, breadth & height)and
design features of each component part should accompany the tender. The bidder has to submit
clear & detail drawing with description how he will arrange the double door system in secondary
chamber with sealing. Technical leaflets giving the operating instructions should also be furnished
along with tender. Tenders without details are liable to be rejected.
15. DEVIATIONS: The deviation between tendered CTPT sets specifications and Standard Lab
(CPRI, ERDA, etc.,) type tested CTPT set along with detailed reasons for deviations shall be
submitted along with tender.
16. TOLERANCES: Unless otherwise specified herein the test value of the transformers supplied should be within the
tolerance permitted in the IS on the guarantee values.
17. SEALING OF CTPT SETS AFTER TESTING AND INDIVIDUAL TEST REPORTS: After witnessing testing on sample quantity and physical inspection of all offered CTPT sets, the
purchaser’s representative will provide numbered plastic seals to two opposite corners of tank,
Secondary Chamber and inspection cover of all offered CTPT sets, for delivery of correct
inspected materials only. The manufacturer has to provide test report duly mentioning all test
results, seals numbers and name & address of purchaser’s representative after inspection is over.
The seals numbers shall also be mentioned in the test reports signed by purchaser’s representative
submitted for delivery instructions.
18. INSPECTION AND TESTING OF TRANSFORMER OIL : To ascertain the quality of transformer oil the manufacturer’s test report should be submitted at
the time of inspection. Arrangements should also be made for testing the transformer oil, after
taking out the samples from the manufactured CTPT sets and tested in the presence of Southco
representative (or) if desired, in an independent laboratory.
19. NAME PLATE: - The Purchase order No. and Date of purchase order, the words “PROPERTY OF SOUTHERN
ELECTRICITY SUPPLY COMPANY OF Odisha Ltd.‟ ‟ should be etched on the Name Plate.
The name plate shall be non-detachable type & fixed with rivets, not with bolts & nuts. The
nameplate should bear year & month of manufacture& other data as per IS.
20. WARRANTY: The supplier will warrant for the satisfactory functioning of the material / equipment as per
specification for a minimum period of 5 years from the date of last supply of the material /
equipment in good condition.
21. The tenderer shall indicate the source of all materials. He shall also indicate the name of the
supplier and make of conductor, Transformer oil Electrical Steel Laminations, Construction Steel
etc.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 109 of 133
22. FITTINGS : The following standard fittings shall be provided.
a) Rating and terminal marking plates non detachable -1No.
b) Earthing terminals with bolt, nuts & washers for connecting earth wire - 2Nos.
c) Lifting lugs -4Nos.for main tank and 2Nos. for top cover.
d) Pressure relief valve. – 1 No.
e) Bimetallic terminal connectors on the HV bushings – 6 Nos.
f) HV bushings Outdoor – 6 Nos.
g) Secondary terminals bushings – as per requirement of CT ratio.
h) Base channels 75 x 40 mm.
i) 5 years guarantee embossed plate welded to tank opposite side of name plate.
GUARANTEED TECHNICAL PARTICULARS OF OUTDOOR OIL IMMERSED
3P4W, 11 KV, 5A&1A, 0.2 Class MU (CT: PT UNITS).
SlNo. Particulars Requirements Bidder‟ s offer
1 Maker‟ s name & adress To be indicated
2 Manufacturer‟ s Type &
Design
To be indicated
3 Type of cooling To be indicated
4 Nominal System Voltage 11 KV
5 Highest System Voltage 12 KV
6 Frequency. 50 Hz
7 Specification of CT & PT of
Metering Unit
A Current Transformer
i. Type Oil immersed
ii. Accuracy Class 0.5
iii. Rated output 15 VA
iv. Insulation level 28KVrms/ 75 KVpk
v. Short time thermal current
rating for 1 sec
CT Primary 6 KA for less than
50/5A & 13KA for ≥50/5A
vi. Saturation factor To be indicated
vii. Normal current density of
primary winding
≤1.6 Amps per Sq.mm
viii. Knee Point Voltage To be indicated
ix. Continuous percentage over
load
120%
x. ISF As per IS
B. Potential Transformer
Type Oil immersed
PT ratio 11 KV/√3V /110/ √3V
Rated output VA/phase 50
Class of accuracy 0.5
Insulation level 28KVrms/ 75 KVpk
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 110 of 133
Winding connection Star/Star
Rated voltage factor & duration To be indicated
8 Dimension of MS hot dip Galvanized
tank
a. Height mm To be indicated in
separate sheet
b. Breadth mm
c. Length mm
9. a. Thickness of MS Tank Side walls,
Bottom
3.15mm
b. Top 5 mm
c. Edge bending in the Top Cover To be provided
d. Standard pressure & duration that can be
withstand.
To provided
10 Weight of core and winding
A Current transformer
Core To be indicated
Primary winding To be indicated
Secondary winding To be indicated
B Potential transformer
Core To be indicated
Primary winding To be indicated
Secondary winding To be indicated
11 Quantity of oil in Ltr ( Min 45 Ltrs) To be indicated
Grade of oil To be indicated
12 Total weight of complete MU including all
accessories and oil
To be indicated
13 Resistance of primary & secondary winding
per phase at 75° C:-
CT Winding (i) Primary To be indicated in
separate sheet
(ii) Secondary
PT Winding (i) Primary To be indicated
ii. Secondary To be indicated
14 Maximum attainable winding temperature 85°C
15.a. Minimum phase to phase distance 255 mm
b Shortest distance between metal part &
earth
190 mm
16 a. Make & type of HT bushing To be indicated
b. Creepage distance of HV bushing 300 mm (Minimum)
17 Bi-metallic terminal connector with nut,
plain washer, spring washer & check nut
suitable for aluminum conductor as per CT
rating
6 no. to be provided
18 Type of core material To be indicated
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 111 of 133
19 Type & thickness of gasket used on
a Top cover tank To be indicated
b Secondary terminal box To be indicated
c HV bushing To be indicated
20 Details of Metering Unit
A CT details
a Cross section area of each turn of CT winding (in
sq. mm.)
i Primary winding To be indicated in
ii Secondary winding separate sheet for each
rating
b No. of turns
Primary winding To be indicated
Secondary winding To be indicated
c Winding material
Primary winding To be indicated
Secondary winding To be indicated
B PT details
a Cross Section area of each turn
of PT (in sq. mm.)
i Primary winding To be indicated
ii Secondary winding To be indicated
Number of turns
b Primary winding To be indicated
Secondary winding To be indicated
c Winding materials
Primary winding To be indicated
Secondary winding To be indicated
21 Identification/marking of
a Primary terminals
i Incoming RM, YM, BM
ii Outgoing RL, YL, BL
b Secondary terminals
I CTs 1s1- 1s2, 2s1-2s2,
3s1-3s2
ii PTs r,y,b,n
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 112 of 133
22 Size and material of
a Primary studs M12 up to 20A &
M16 >20A
b Secondary studs
23 Secondary Chamber shall have double
door type & sealing arrangement in
both the doors.
To be provided
Signature of Bidder with seal
T. TECHNICAL SPECIFICATIONS 55 mm2 ALL ALUMINIUM ALLOY
CONDUCTOR (AAAC) 1.0 Applicable Standards
The AAAC Conductors shall generally confirm to IS: 398 (Part-IV), IEC: 104-1987 except
where otherwise specified herein.
2.0 Technical details
The details of the AAAC Conductors of various sizes are given below:
2.1 55 mm2 AAA Conductor
a) Code name : AAAC
b) Stranding and wire : 7/3.15 mm dia
c) Number of Strands: 7
d) Total sectional area : 55 mm2.
e) Overall diameter: 9.45 mm
f) Approximate mass : 149.2 kg/km
g) Calculated D.C. resistance at20 deg. Centigrade maximum: 0.6210 ohm/km
h) Approx. Calculated breaking load : 16.03 kN(Minimum UTS)
i) Direction of lay of outer layer : Right hand.
j) Modulus of Elasticity: 0.6324x106kg/cm2
k) Co-efficient of Linear : 23.0x10-6Expansion (PerºC)
2.2) Details of aluminum strand:
(i) Minimum breaking load ofStrand before stranding : 1.52 Kn
(ii) Minimum breaking load of Strand after stranding : 1.44 kN
(iii) Maximum D., C, resistance of strand at 20 dg. Centigrade : 6.845 Ohms/km
(iv) Weight : 13.25 kg/km
3.0 Workmanship
3.1 All the Al-alloy strands shall be smooth, uniform and free from all imperfections, such as spills and
splits, die marks, scratches, abrasions, etc., after drawing and also after stranding.
3.2 The finished conductor shall be smooth, compact, uniform and free from all imperfections including
kinks (protrusion of wires), scuff marks, dents, pressmarks, cut marks, wire cross over, over riding,
looseness (wire being dislocated by finger/hand pressure and/or unusual bangle noise on tapping), material
inclusions, white rust, powder formation or black spot (on account of reaction with trapped rain water etc.)
dirt, grit etc.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 113 of 133
4.0 Joints in Wires.
There will be no joint in any wire of the conductor, except those made in the base rod or wire before final
drawing.
4.0 Stranding.
In all constructions, the successive layers shall be stranded in opposite directions. The wires in each layer
shall be evenly and closely stranded round the underlying wire or wires. The outer most layer of wires shall
have a right hand lay. The lay ratio of any layer shall not be greater than the lay ratio of the layer
immediately beneath it.
6.0 Tolerances.
The manufacturing tolerances to the extent of the following limits only shall be permitted in the diameter of
individual strands and lay-ratio of the conductor.
Lay ratio of Conductor
Maximum Minimum
Aluminum Alloy 3/6 wire layer 14 10
7.0 Materials
Aluminum Alloy
The wire shall be of heat treated aluminum, magnesium silicon alloy having a composition appropriate to
the mechanical & electrical properties as specified in IS 398 (Part-4) The Aluminum Alloy strands drawn
from heat treated aluminum alloy redraw rods conforming to Type B as per IEC: 104-1987, the chemical
composition of redrawn rods shall conform to IS 1997-91, as given below:
Elements Present
Si 0.50-0.90, Mg 0.60-0.90, Fe 0.50 max, Cu 0.10 max, Mn 0.03 max, Cr 0.03 max, Zn 0.10 max,B 0.06
max
Other Element (Each) 0.03 max
Other Element (Total) 0.10 max
Al Remainder
8.0 Standard Length
8.1 The standard length of the conductor shall be 2000 meters. Contractor shall indicate the standard length
of the conductor to be offered by them. A tolerance of +/- 0.5% on the standard length offered
by the Bidder shall be permitted.
8.2 Bidder shall also indicate the maximum single length, above the standard length, he can manufacture in
the guaranteed technical particulars of offer. The Owner reserves the right to place orders for the above
lengths on the same terms and conditions applicable for the standard lengths during the execution of the
Contract.
9.0 Tests
The following tests shall be conducted on samples of each type of conductor.
9.1 Acceptance Tests.
(a) Visual check for joints scratches etc. And length measurement of ) As per clause 14 Conductor by
rewinding. )
(b) Dimensional check on Al-alloy) Strands
(c) Check for lay-ratio ) As per clause 14
(d) Elongation test )
(e) Breaking load/tensile test on Aluminum alloy strands. )
(f) DC resistance test on Aluminum Alloy strands) IEC 104, IEC 1089
(g) Wrap test on Aluminum Alloy strands
(h) Visual and dimensional Check on drum) IS: 1778-1980
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 114 of 133
9.2 Routine Test.
(a) Check to ensure that there are no joints.
(b) Check that there are no cuts, fins etc. on the strands.
(c) Check that drums are as per Specification.
(d) All acceptance test as mentioned above to be carried out on each
9.3 Tests During Manufacture
Chemical analysis of Aluminum alloy Used for making strands. ) As per clause 14
9.4 Testing Expenses.
a) The type test charges for the conductor should be to the account of the quoted in the relevant schedule of
Bid proposal Sheets.
b)Contractor shall indicate the laboratories in which they propose to conduct the type tests. They shall
ensure that adequate facilities are available in the laboratories and the tests can be completed in these
laboratories within the time schedule guaranteed by them.
c) In case of failure in any type test, the Contractor is either required to manufacture fresh sample lot and
repeat all the tests successfully once or repeat that particular type test three times successfully on the
sample selected from the already manufactured lot at his own expenses. In case a fresh lot is manufactured
for testing, then the lot already manufactured shall be rejected.
d) The entire cost of testing for the acceptance and routine tests and Tests during manufacture specified
herein shall be treated as included in the quoted unit price of conductor, except for the expenses of the
inspector/Owner’s representative.
e) In case of failure in any type test, if repeat type tests are required to be conducted, then all the expenses
for deputation of Inspector/Owners’ representative shall be deducted from the contract price. Also if on
receipt of the Contractor’s notice of testing, the Owner’s representative does not find ‘PLANT’ to be ready
for testing the expenses incurred by the Owner for re-deputation shall be deducted from contract price.
9.5 Additional Tests.
a) The Owner reserves the right of having at his own expenses any other test(s) of reasonable nature carried
out at Contractor’s premises, at site or in any other place in addition to the aforesaid type, acceptance and
routine tests to satisfy himself that the materials comply with the Specifications.
b) The Owner 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 other test centre. In case of
evidence of non-compliance, it shall be binding on the part of 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 the Owner.
9.6 Sample Batch for Type Testing
a) The contractor shall offer material for selection of samples for type testing only after getting Quality
Assurance Plan approved from Owner’s Quality Assurance Deptt. The sample shall be manufactured
strictly in accordance with the Quality Assurance Plan approved by Owner.
b) The Contractor shall offer at least three drums for selection of sample required for conducting all the
type tests.
c) The Contractor is required to carry out all the acceptance tests successfully in presence of Owner’s
representative before sample selection.
9.7 Test Reports.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 115 of 133
a) Copies of type test reports shall be furnished in at least six copies along with one original. One copy will
be returned duly certified by the Owner only after which the commercial production of the material shall
start.
b) Record of routine test reports shall be maintained by the Supplier at his works for periodic inspection by
the Owner’s representative.
c) Test certificate of tests during manufacture shall be maintained by the Contractor. These shall be
produced for verification as and when desired by the Owner.
9.8 Inspection.
a) The Owner’s representative shall at all times be entitled to have access to the works and all places of
manufacture, where conductor shall be manufactured and representative shall have full facilities for
unrestricted inspection of the Contractor’s works, raw materials and process of manufacture for conducting
necessary tests as detailed herein.
b) The Contractor shall keep the Owner informed in advance of the time of starting and of the progress of
manufacture of conductor in its various stages so that arrangements can be made for inspection.
c) 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 the Owner in writing. In the latter case also, the conductor
shall be dispatched only after satisfactory testing for all tests specified herein have been completed.
d) The acceptance of any quantity of material shall in no way relieve the Contractor of any of his
responsibilities for meeting all requirements of the Specification, and shall not prevent subsequent rejection
if such material is later found to be defective.
9.9 Test Facilities.
The following additional test facilities shall be available at the Contractor’s works:
a) Calibration of various testing and measuring equipment including tensile testing machine, resistance
measurement facilities, burette, thermometer, barometer etc.
b) Standard resistance for calibration of resistance bridges.
c) Finished conductor shall be checked for length verification and surface finish on separate rewinding
machine at reduced speed (variable from 8 to 16 meters per minute). The rewinding facilities shall have
appropriate clutch system and free of vibrations, jerks etc. with traverse laying facilities.
10. Packing.
a) The conductor shall be supplied in returnable, strong, wooden drums provided with lagging of adequate
strength, constructed to protect the conductor against any damage and displacement during transit, storage
and subsequent handling and stringing operations in the field. The Contractor shall be responsible for any
loss or damage during transportation handling and storage due to improper packing. The drums shall
generally conform to IS: 1778-1980, except as otherwise specified hereinafter.
b) The drums shall be suitable for wheel mounting and for letting off the conductor under a minimum
controlled tension of the order of 5 KN.
c) The Contractor should submit their proposed drum drawings along with the bid.
d) The Contractor may offer more than one length of the conductor in a single drum.
e) All wooden components shall be manufactured out of seasoned soft wood free from defects that may
materially weaken the component parts of the drums. Preservative treatment shall be applied to the entire
drum with preservatives of a quality, which is not harmful to the conductor.
f) The flanges shall be of two ply construction with a total thickness of 64 mm with each ply at right angles
to the adjacent ply and nailed together. The nails shall be driven from the inside face flange, punched and
then clenched on the outer face. Flange boards shall not be less than the nominal thickness by more than
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 116 of 133
2mm. There shall not be less than 2 nails per board in each circle. Where a slot is cut in the flange to
receive the inner end of the conductor the entrance shall be in line with the periphery of the barrel.
g) The wooden battens used for making the barrel of the conductor shall be of segmental type. These shall
be nailed to the barrel supports with at least two nails. The batten shall be closely butted and shall provide a
round barrel with smooth external surface. The edges of the battens shall be rounded or chamfered to avoid
damage to the conductor.
h) Barrel studs shall be used for the construction of drums. The flanges shall be holed and the barrel
supports slotted to receive them. The barrel studs shall be treaded over a length on either end, sufficient to
accommodate washers, spindle plates and nuts for fixing flanges at the required spacing.
i) Normally, the nuts on the studs shall stand protruded of the flanges. All the nails used on the inner
surface of the flanges and the drum barrel shall be counter sunk. The ends of barrel shall generally be
flushed with the top of the nuts.
j) The inner cheek of the flanges and drum barrel surface shall be painted with bitumen based paint.
k) Before reeling, card board or double corrugated or thick bituminous water proof bamboo paper shall be
secured to the drum barrel and inside of flanges of the drum by means of a suitable commercial adhesive
material. The paper should be dried before use. After reeling the conductor, the exposed surface of the
outer layer of conductor shall be wrapped with water proof thick bituminous bamboo paper to preserve the
conductor from dirt, grit and damage during transport and handling.
l) A minimum space of 75 mm for conductor shall be provided between the inner surface of the external
protective lagging and outer layer of the conductor. Outside the protective lagging, there shall be minimum
of two binders consisting of hoop iron/galvanized steel wire. Each protective lagging shall have tow
recesses to accommodate the binders.
m) Each batten shall be securely nailed across grains as far as possible to the flange, edges with at least 2
nails per end. The length of the nails shall not be less than twice the thickness of the battens. The nails shall
not protrude above the general surface and shall not have exposes sharp, edges or allow the battens to be
released due to corrosion.
n) The nuts on the barrel studs shall be tack welded on the one side in order to fully secure them. On the
second end, a spring washer shall be used.
o) A steel collar shall be sued to secure all barrel studs. This collar shall be located between the washers
and the steal drum and secured to the central steel plate by welding.
p) Outside the protective lagging, there shall be minimum of two binders consisting of hoop iron/
galvanized steel wire. Each protective lagging shall have two recesses to accommodate the binders.
q) The conductor ends shall be property sealed and secured with the help of U-nail on the side of one of the
flanges to avoid loosening of the conductor layers during transit and handling.
r) As an alternative to wooden drum Contractor may also supply the conductors in nonreturnable
painted steel drums. After preparation of steel surface according to IS: 9954, synthetic enamel paint shall
be applied after application of one coat of primer. Wooden/Steel drum will be treated at par for evaluation
purpose and accordingly the Contractor should quote in the package.
11.0 Verification Conductor Length
The Owner reserves the right to verify the length of conductor after unreeling at least five (5) percent of the
drums in a lot offered for inspection. For the balance drums, length verification shall be done by the owner
based on report/certification from Manufacturer/ Contractor.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 117 of 133
12.0 TESTS ON AAAC CONDUCTORS
12.1 UTS Test on Stranded Conductor
Circles perpendicular to the axis of the conductor shall be marked at two places on a sample of conductor
of minimum 5 m length between fixing arrangement suitably fixed on a tensile testing machine. The load
shall be increased at a steady rate up to 50% of minimum specified UTS and held for one minute. The
circles drawn shall not be distorted due to relative movement of strands. Thereafter the load shall be
increased at steady rate to minimum UTS and held for one minute. The Conductor sample shall not fail
during this period. The applied load shall then be increased until the failing load is reached and the value
recorded.
12.2 D.C. Resistance Test on Stranded Conductor
On a conductor sample of minimum 5 m length two contact-clamps shall be fixed with a predetermined
bolt torque. The resistance shall be measured by a Kelvin double bridge by placing the clamps initially zero
meter and subsequently one meter apart. The test shall be repeated at least five times and the average value
recorded. The value obtained shall be corrected to the value at 20º C as per IS: 398-(Part-V)-1982. The
resistance corrected at 200C shall conform to the requirements of this Specification.
12.3 Chemical Analysis of Aluminum alloy
Samples taken from the Aluminum alloy ingots/coils/strands shall be chemically/spectrographically
analyzed. The same shall be in conformity to the requirements stated in this Specification.
12.4 Visual and Dimensional Check on Drums
The drums shall be visually and dimensionally checked to ensure that they conform to the requirements of
this Specification.
12.5 Visual Check for Joints, Scratches etc.
Conductor drums shall be rewound in the presence of the Owner. The Owner shall visually check for
scratches, joints etc. and that the conductor generally conforms to the requirements of this Specification.
Five percent (5%) drums from each lot shall be rewound in the presence of the Owner’s representative.
12.6 Dimensional Check on Aluminum alloy Strands.
The individual strands shall be dimensionally checked to ensure that they conform to the requirement of
this Specification.
12.7 Check for Lay-ratios of Various Layers.
The lay-ratios of various layers shall be checked to ensure that they conform to the requirements of this
Specification.
12.8 Torsion and Elongation Tests on Aluminum ally Strands.
The test procedures shall be as per clause No. 10.3 of IE: 888. In torsion test, the number of complete
twists before fracture shall not be less than 18 on a length equal to 100 times the standard diameter of the
strand. In case test sample length is less or more than 100 times the stranded diameter of the strand, the
minimum number of twists will be proportioned to the length and if number comes in the fraction then it
will be rounded off to next higher whole number. In elongation test, the elongation of the strand shall not
be less than 4% for a gauge length of 250 mm.
12.9 Check on Barrel Batten strength of Drums.
The details regarding barrel batten strength test will be discussed and mutually agreed to by the Contractor
& Owner in the Quality Assurance Programme.
12.10 Breaking Load Test on Individual Aluminum Alloy Wires.
The test shall be conducted on Aluminum alloy wires. The breaking load of one specimen cut from each of
the samples taken shall be determined by means of suitable tensile testing machine. The load shall be
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 118 of 133
applied gradually Si the jaws of the testing machine shall be not less than 25mm/min. and not greater than
100 mm/min. The ultimate breaking load of the specimens shall be not less than the values specified in the
Specification.
12.11 Resistance test on Aluminum alloy wire.
The test shall be conducted on aluminum alloy wires only, conforming to procedure as per IERC: 889. The
electrical resistance of one specimen of aluminum wire cut from each of the samples taken shall be
measured at ambient temperature. The measured resistance shall be corrected to the value corresponding to
20 degree C by means of following formula.
R20 = RT 1/ 1+alpha x (T-20)
Where
R20 = Resistance corrected at 20 degrees C.
RT = Resistance measured at T degrees C.
Alpha = Constant mass temperature coefficient of resistance 0.004.
T = Ambient temperature during measurement
This resistance calculated to 20 degrees C. shall be not more than the maximum value specified in the
specification.
U. TECHNICAL SPECIFICATIONS FOR 11KV 3x185mm2 XLPE INSULATED CABLE
1.0 SCOPE:
1.1 The scope of this specification covers the design, manufacture, stage inspection at works,
inspection and testing the finished cables 11KV aluminum conductor. Three Core, 185
mm², XLPE insulated screened, underground cables at manufacturer’s works.
2.0 RATED VOLTAGE The rated voltage of the cable shall be 11000 Volts AC with the highest system voltage of 12000
Volts between phases of the effectively earthed three phase-distribution system.
3.0 APPLICABLE STANDARDS:
3.1 Unless otherwise stipulated in the specifications, the latest version of the following Standards
shall be applicable.
a. IS 8130 – Conductors for Insulated electrical cables and flexible cords
b. IS 10810 (series) – Methods of tests for cables
c. IS 10418 – Drums for electrical cables.
d. IS 7098 (Part 2) – Cross – linked Polyethylene Insulation for Cables.
e. IS 3975 – Specification for mild steel wires, strips and tapes for armoring of cables.
f. IS 5831 – Specification for PVC insulation sheath for electric cables. Dimensions of
protective coverings of cables Part 1 – Elastomeric and thermoplastic insulated
cables.
3.2 The Cables manufactured to any other Internal Standards like BSS, IEC or equivalent
standards not less stringent than Indian Standards are also acceptable. In such cases, the
Bidders shall enclose a copy of the equivalent international standard, in English language,
along with the bid.
4.0 CONSTRUCTION :
Conductor: - The conductor shall be composed of compacted circular aluminum wires complying
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 119 of 133
with IS 8130.
4.1 Insulation: - The insulation shall be cross linked polyethylene conforming to the
following requirements. 20N/cm2
Sl No Prooprties Requirement
1 Tensile Strength 12.5N/mm2,Min
2 Elongation to break 200%,min
3 Aging in air oven Treatment:Temprature Duration
135+_30 C
7 Days
Tensile Strength variation : + 25 percent, Max
Elongation variation: + 25 percent, Max
4
Hot set :
a) Treatment : Temperature:
Time under load
Mechanical stress
200 + 30 C
15 min
20N/cm2
b) Elongation under load 175 percent, Max
c) Permanent elongation (set) after cooling 15 percent, Max
5
Shrinkage:
a) Treatment : Temperature Duration
130+ 30 C
1 hour
b) Shrinkage 4 percent, Max
6
Water absorption (Gavin metric) :
a) Treatment : Temperature Duration
85+ 20 C
14 days
b) Water absorbed 1 mg / cm2, Max
7
Volume Resistivity
a) at 270 C
b) at 700 C
1 x 1014 ohm-cm, Min
1 x 1013 ohm-cm, Min
4.2 The screening shall consist of non-metallic semi conducting compound and copper tape,
shielded cores laid up with fillers, inner sheath of extruded PVC, Galvanized
steel strip Amour and PVC ST-2 overall sheath.
4.3 The cables should be suitable for use in solidly earthed system.
4.4 The 11KV underground cables shall be manufactured to the highest quality, best
workmanship with scientific material management and quality control. The bidder
shall furnish the quality plan, giving in detail the quality control procedure /
management system.
4.5 The successful Bidder shall give sufficient advance notice to the purchaser of not
less than fifteen days to arrange for stage inspection and inspection of quality
assurance program during manufacture, at the works.
5.0 SYSTEM DETAILS
General technical Particulars
Sl No Particulars Values
1 Nominal system voltage (rms) (U) 11KV
2 Highest system voltage (rms) (Um) 12KV
3 Phase to Earth voltage (rms) (U0) 6.35 KV
4 Number of Phase 3
5 Frequency 50Hz
6 Variation in Frequency + / - 3%
7 Type of Earthing Solidly Earthed
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 120 of 133
8 Basic impulse insulation level (1.2/50 μS wave) 75 KV
9 Total relay & circuit breaker Operating time 15-20 cycles
10 One Minutes power frequency withstand voltage 28 KV rms
INSTALLATION CONDITIONS:
5.1 The cables are laid directly buried in ground, in the bores formed by horizontal boring
method. The Nominal depth of laying is up to 2000 mm (from top, of ground to centre of
cable).However, in trenchless horizontal bore method, the bore can go upto a depth of a
maximum of 2 meter. Nature of soil is heterogeneous, sandy, Soil resistivity varies between 18
to 100 ohmmeter and the Thermal resistivity is around 1200 to 1500 C/ Cm/w.
6.0 DESIGN CRITERIA :
6.1 The cables that are covered in these specifications are intended for use in the Coastal belt of
state of Orissa for Power distribution purposes, under the climatic conditions and
installation conditions described in the technical specification.
6.2 Any technical features, not specifically mentioned here, but is necessary, for the good
performance of the product, shall be incorporated in the design. Such features shall be
clearly brought out under Technical deviations schedules only, in the offer made by the
bidder, giving technical reasons, and justifying the need to incorporate these features.
6.3 For continuous operation of the cables, at specified rating, the maximum conductor
temperature shall be limited to the permissible value as per the relevant standard,
generally not exceeding 90°C under normal operation and 250°C under short circuit
conditions.
6.4 The cables in service will be subject to daily load cycles, of two peaks during a day
morning peak and evening peak, with around 50% loading during the nights.
6.5 The materials used for outer sheaths shall be resistant to oils, acids and alkalis.
6.6 The cables shall have the mechanical strength required, during handling and laying.
6.7 The cables shall be designed to withstand the thermo-mechanical forces and electrical
stresses during normal operation and transient conditions.
6.8 The cables shall be designed to have a minimum useful life span of Thirty years.
7.0 MANUFACTURE PROCESS:
7.1 Cross-linking of the insulation materials (pre compounded polyethylene) shall be
conforming to IS :7098 (Part-II)
7.2 The conductor screen shall be extruded semi conducting compound. The insulation screen
shall consist of the nonmetallic part, extrude semi conducting compound with non-magnetic
metallic part. The XLPE insulation and the shield for conductor and insulation shall be
extruded in one operation.
8.0 MATERIALS
8.1 Conductor: - The conductor shall be of standard construction. The material for conductor
shall consist of the plain aluminum of H2 or H4 grade as per clause – 3 of IS 8130 / 1984.
8.2 The Number of wires in the conductor, shall be not less than the appropriate minimum number
given in table – 2 of IS 8130 / 1984.
9.0 SCREENING:
The conductor screening shall be provided over the conductor by applying non-metallic semi-
conducting compound. The metallic screen shall withstand the operating temperature of the cable
and shall be compatible with the insulating material.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 121 of 133
9.1 The insulation screen shall be applied over the insulation. The insulation screening shall
consist of two parts; namely metallic and non-metallic. The non-metallic part shall be applied
directly over the insulation of each core and shall consist of a semi conducting tape and
extruded semi conducting compound with a semi conducting coating. The metallic part of the
insulation screen shall consist of either tape, or braid, or concentric serving of wires or a sheath;
shall be non-magnetic and shall be applied over the non-metallic part.
10.0 CORE IDENTIFICATION:
10.1 The core identification for 3 core cables shall be provided, by suitable means, like, by
application of colored stripes, or by numerals or by printing on the cores as per clause 13 of
IS : 7098 – Part 2.
10.2 For identification of different coloring of XLPE insulation, or by using colored strips, red,
yellow and blue colors respectively shall be used to identify the phase conductors.
11.0 LAYING UP OF CORES:
13.1 For multi core cables, the cores shall be laid together with a suitable right hand lay. The
interstices at the center shall be filled with a non-hygroscopic material.
12.0 IDENTIFICATION :
12.1 The outer sheath shall have the following information embossed or indented on it; the
manufacturer’s name or trade mark, the voltage grade, the year of manufacture and the letters
“SOUTHCO”. The identification shall repeat every 300/350-mm along the length of the cable.
12.2 Note: The outer sheath of the cable should be embossed with” SOUTHCO”.
13.0 INSPECTION AND QUALITY CONTROL :
13.1 The Bidder shall furnish a complete and detailed quality plan for the manufacturing
process of the cable. All raw materials shall conform to relevant applicable standards and
tested for compliance to quality and requirement. During the manufacturing process, at all
stages, inspections shall be made to check the physical and dimensional parameters, for
verification to compliance to the standards. The bidder shall arrange, for inspection by the
purchaser, during manufacture, if so desired by the purchaser, to verify the quality control
process of the Bidder.
14.0 TYPE TESTS :
14.1 The offered cables with same designs shall have been type tested and Test certificates
shall not be later than 5 years on the date of bid opening. Otherwise the supplier / Turnkey
contractor shall arrange for type testing at his own cost.. The supplier /Turn Key
contractor shall conduct all type tests as per IS : 7098 part-II 1985, with up to date
amendments or equivalent International standard, and supplies made only after approval of test
reports from the purchaser.
14.2 All type tests if required, routine; acceptance test shall be conducted in the presence of the
purchaser / representative.
14.3 The supplier shall give 15 days advance notice for inspections, and witnessing of tests by the
purchaser or his representative.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 122 of 133
15.0 ACCEPTANCE TEST: 18.1The sampling plan for acceptance test shall be as per IS 7098 part-II, Appendix ‘A’
18.2The following shall constitute the acceptance test.
(a) Tensile test for aluminum
(b) Wrapping test for aluminum
(c) Conductor resistance test
(d) Test for thickness of insulation
(e) Test for thickness of inner and other sheath
(f) Hot-set test for insulation
(g) Tensile strength and elongation at break test for insulation and outer sheath.
(h) Partial discharge test (on full drum length).
(i) High voltage test.
(j) Insulation resistance (volume resistivity test).
16.0 ROUTINE TEST : The following shall constitute routine tests :
(a) The following shall constitute routine tests:
(b) Conductor resistance test
(c) Partial discharge test on full drum length
(d) High voltage test.
17.0 QUANTITY TOLERANCE (a) A +3% tolerance shall be allowed on the ordered quantity.
18.0 MARKING: 18.1 The packed cable drum shall carry the following information, clearly painted or
stenciled
a) The letters Southco
b) Reference to Standard and ISI mark
c) Manufacturer’s Name or trade mark.
d) Type of cable & voltage grade
e) Number of cores
f) Nominal cross-sectional area of conductor.
g) Cable code
h) Length of cable on the drum
i) Direction of rotation
j) Gross weight
k) Country of Manufacture
l) Year of Manufacture
m) Purchase order and date
n) Address of consignee
GURANTEED TECHNICAL PARTICULARS TO BE FURNISHED BY THE BIDDER
1. CABLES a) Manufacturer
b) Trade Name
2. Type of Cable
3. Applicable specification & Standards
4. Voltage Class
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 123 of 133
5. Whether suitable for extrusion technique is employed in the manufacture of conductor screen
6. Whether triple extrusion technique is employed in the manufacture of conductor screen
7. Permissible voltage and frequency variation for satisfactory operation
8. Continuous Current Rating for standard conditions indicated in specifications:
a) Air (45 C Ambient) 0
b) In Ground (35 C) 0
c) In Duct
d) In Trench
9. De-rating factors for various laying conditions
10. Conductor
a) Material
b) Shape of conductor
c) Nominal area of cross section
d) Number of strands per core
e) Diameter of Wire (before compacting and stranding)
f) Diameter and size of conductor
11. Conductor Screening
a) Type
b) Material
c) Nominal thickness
d) Continuos working temperature
e) Maximum allowable temperature at the termination of short circuit
12. Insulation
a) Material
b) Thickness of Insulation
c) Thickness of Insulation between cores
d) Thickness of Insulation between cores and inner sheath
e) Tolerance of thickness in insulation
f) Diameter of core over insulation
13. Specific Insulation Resistance at 90 C 0
14. Process of curing
15. Whether XLPE Insulation filled or unfilled
16. Insulation Screening:
a) Material Thickness
b) Thickness of semi conducting part
c) Thickness of metallic part
d) Size of copper tape
e) Whether overlapping provided
f) Current carrying capacity for continuous rating
g) Current carrying capacity for short circuit rating for 1 minutes
h) Diameter of cable over screening
i) Whether insulation screen is removable without the application of heat
17. Inner Sheath
a) Material
b) Extruded
c) Minimum thickness
d) Diameter of cable over inner sheath
18. Armouring:
a) Material
b) Type of Armouring
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 124 of 133
c) Diameter of wire
d) Whether galvanized
e) Diameter of cable over Armoring
f) Current carrying capacity of Armor.
19. Outer Sheath:
a) Material
b) Minimum thickness of sheath
c) Tolerance over thickness of sheath
d) Overall diameter of cable
20. Scheme for identification of cable
21. Allowable/attainable maximum conductor temperature when carrying rated current continuously
22. Cable constants:
a) DC Resistance per core 20 C 0
b) AC Resistance per core at operating temperature
c) Reactance
d) Capacitance
e) Insulation Resistance at 27 C 0
f) Loss tangent
g) Dielectric constant – Maximum cable charging current at normal operating voltage
23. Factory Tests (Enumerate in detail for each type of cable)
24. Is the offered cable guaranteed to safely withstand continuous conductor temperature at 90 C
and also safely withstand temperature upto 130 C for a duration of one hundred hours per
year.
25. Are the offered Three core cable guaranteed to perform satisfactorily under installation
conditions specified? If ‘Yes’ furnish relevant calculations in support including the following data:
a) Induced voltage in the Amour when a 500 mtr long cable is carrying current
b) Induced voltage and the circulating current in the copper tape
Final Checking, Testing and Commissioning
a) After stringing have been done as approved by the engineer, to ensure that everything is complete in all
respects, the works shall be thoroughly inspected keeping in view the following main points.
b) All the bolts and nuts should be of GI materials as per relevant IS.
c) The stringing of the cable has been done as per the approved sag and desired
clearances are achieved.
d) No damage, minor or major to the cable, messenger wire and accessories
e) The contractor shall submit a report to the above effect to the Engineer in Charge, who shall inspect and
verify the correctness of the report. In case it is noticed that some or any of the above is not fulfilled, the
engineer shall get such items rectified by the contractor no extra cost to the owner.
f) After final checking, the line shall be tested for insulation resistance in accordance with IS 1255:1983. All
arrangements for such testing or any other test desired by the Engineer-in-charge shall be done by the contractor
and necessary labour, transport and equipment shall be provided by him. Any defect found out as a result of
such tests shall be rectified by the contractor, forthwith at no extra cost to the owner.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 125 of 133
g) Sufficient backfilled earth covers each foundation pit and is adequately compacted.
h) All poles are used strictly according to final approved drawing and are free of any defect or damage
whatsoever.
i) The stringing of the conductors and earth wire has been done as per the approved sag and tension charts and
desired clearances as clearly available.
j) All conductor and messenger wire accessories are properly installed.
k) All other requirements for completion of works such as fixing of danger plate and anticlimbing device have
been fulfilled.
l) Wherever required, the proper revetment (erosion protection) is provided
m) The insulation of the line as a whole is tested by the Contractor through provision of his own equipment,
labour etc., to the satisfaction of the Owner.
n) Proper earthing of the poles.
HT/Road Crossing Guarding.
The contractor shall install protective guarding as per REC construction standard A-1 for 11 kV line, the
guarding shall be provided at all the crossing i.e. road, telecommunication & power lines, railway line, nallaha
etc,
The contractor is required to follow local statutory regulations stipulated in Electricity (Supply) Act 1948,
Indian Electricity Rules 1956 as amended and other local rules and regulations referred in these specifications.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 126 of 133
SECTION - V
PRICE BID
Tender Notification: 01/2013-14
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 127 of 133
SECTION-V PRICE SCHEDULE FORMAT
SCHEDULE OF QUANTITY & PRICE
SUPPLY, ERECTION & COMMISSIONING OF 11KV DEDICATED FEEDER FOR POWER SUPPLY
TO DISTRICT HEAD QUARTER HOSPITAL AT PARALAKHEMUNDI.
(Firms shall quote the unit rate and total rates including all taxes and duties)
Sl
No Description of work Unit Quantity
Suppl
y rate
per
unit in
Rs
Erection
rate per
unit in
Rs.
Total
per unit
in Rs.
Amount
in Rs
A B C D E F G=
(E+F)
I=
(DxG)
1
Supply and installation of 150x150
mm, 11 Mtr long RS Joist pole
(34.6Kg/Mtr) 28Nos. as per RE
specification including supply of
materials.
Kg 10656.8
2
Supply and installation of 150x150
mm, 12Mtr long RS Joist pole
(34.6Kg/Mtr) 5Nos. as per RE
specification including supply of
materials.
Kg 2076
3 Supply and installation of 9Mtr long,
300kg PSC pole as per RE specific
ation including supply of materials.
No 2
4
Supply and installation of Clamp for
Stud pole made with 50x8mm MS Flat
as per RE Specification including
supply of materials.
Pair 5
5
Supply and installation of Base plate
for support as per RE specification
including supply of materials.
No 27
6
Supply and installation of Coil
earthing as per RE specification
including supply of materials.
No 32
7
Supply and installation of 55mm2
AAA Conductor as per RE
specification including supply of
materials.
Km 5.562
8
Supply and installation of 11KV 'V'
Cross arm (MS) (10.2Kg each) (7Nos.
Of pin point pole with double circuit
& 12Nos of pin point pole with single
circuit) as per RE specification
including supply of materials.
Nos 33
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 128 of 133
9
Supply and installation ofTop ‘F’
Clamp (Pole top bracket) as per RE
specification including supply of
materials.
Nos 12
10
Supply and installation of Back clamp
for 11KV 'V' Cross arm made with
50x8mm MS flat as per RE
specification including supply of
materials.
Nos 33
11
Supply and installation of 100x
50x6mm channel (9.2kg/Mtr) for
1.2mtr long St. cross arm & 0.25mtr
long as per RE specification including
supply of materials.
Kg 543.72
12
Supply and installation of 11KV Disc
insulator (T & C) Type as per RE
specification including supply of
materials.
No 60
13
Supply and installation of 11 KV H/W
Fitting T&C type as per RE
specification including supply of
materials.
No 60
14
Supply and installation of 11KV Pin
insulator as per RE specification
including supply of materials.
No 102
15
Supply and installation of 11KV GI
Pin as per RE specification including
supply of materials.
No 102
16
Supply and installation of HT Stay set
complete (GI Stay rod dia. 20mm,
length 1800mm, GI Anchor plate
(250x250x6) mm, single bow turn
buckle of 16mm dia.) as per RE
specification including supply of
materials.
Set 6
17
Supply and installation of HT Stay
Insulator as per RE specification
including supply of materials.
No 6
18
Supply and installation of HT Stay
clamp (made of 50x8mm MS Flat) as
per RE specification including supply
of materials.
Pair 6
19
Supply and installation of 7/10
(3.25mm dia. Per starnd ) SWG GI
Stay wire (2.19mtr/ kg) as per RE
specification including supply of
materials.
Kg 48
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 129 of 133
20
Supply and installation of Clamp,
connector and jumpering materials as
per RE specification including supply
of materials.
Ls 1
21
Supply and installation of Ms Bolts,
Nuts & washers as per RE
specification including supply of
materials.
Kg 70
22
Supply and installation of G.I pipe
Earthing 40 mm dia medium gauge
(3.25mm thick ness) 2.5 mtr long as
per RE specification including supply
of materials.
No 16
23
Supply and installation of 25X4 mm
GI Flat (For AB switch, LA, MU &
11KV VCB) as per RE specification
including supply of materials.
Kg 55
24
Supply and installation of materials
for earthing including masonry work
for earth pit , charcoal, salt and cement
plate cover with supply of all
materials as per RE Specification.
Ls 16
26
Supply and installation of No. 6 GI
wire for Guarding (6Nos long run &
3Nos cross run/mtr.) (6085Kg / mtr)
as per RE specification including
supply of materials.
Kg 525.54
27
Supply and installation of 11KV 3-
Pole Line AB Switch (400Amp)
(Gang operated Horizontal type) (For
line & S/S) as per RE specification
including supply of materials.
No 2
28
Installation of 11 KV,3 Pole, Outdoor
Type, 630A, 50 HZ, 25 KA VCB
with Control & Relay Panel with
Power Pack (Out door type) control
cable as required as per RE
specification.
No 1
29 Construction of plinth for 11KV VCB
as per standard design including
supply of all civil materials.
Ls 1
30
Supply and installation of 3x185 mm2
11KV XLPE cable as per RE
specification including supply of
materials.
Mtr 30
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 130 of 133
31
Supply and installation of 3x185 mm2
11KV XLPE Cable Jointing Kit
Indoor type as per RE specification
including supply of materials.
No 1
32
Supply and installation of 3x185 mm2
11KV XLPE Cable Jointing Kit
Outdoor type as per RE specification
including supply of materials.
No 1
33
Supply and installation of 11KV LA
(12KV, 5KA) for metering unit DP &
Feeder DP as per RE specification
including supply of materials.
No 6
34
Supply and installation of 11KV
metering unit C.T Ratio 15/5 amp
(Feeder meter) as per RE specific-
ation including supply of materials.
No 1
35 Supply and installation of 7 core
control cable as per RE specification
including supply of materials.
Mtr 10
36 Supply and installation of 4 core
control cable as per RE specification
including supply of materials.
Mtr 10
37
Supply and installation of 100x 50x6
mm channel (9.2kg/ Mtr) for top
pressure channel 2.8mtr long (4Nos at
S/S & 2Nos at line AB switch) as per
RE specification including supply of
materials.
Kg 154.56
38
Supply and installation of 75x40 x6
mm channel (6.8Kg/Mtr) for mounting
of AB switch (at S/S & line) and AB
switch handle and mounting of 11KV
metering unit at S/S as per RE
specification including supply of
materials.
Kg 255.68
39
Supply and installation of 50x50x6
mm, MS Angle (@4.45Kg/mtr) for
cantilever support as per RE
specification including supply of
materials.
Kg 13.5
40
Supply and installation of 65x65x6
mm MS Angel for Guarding as per RE
specification including supply of
materials.
Kg 116
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 131 of 133
41
Supply and installation of Concrete
material for stay anchor plate (0.45
x0.45 x1.5) Mtr(1:3:6 cement
concrete) 0.405Cmt of Concrete with
supply of all materials as per RE
specification.
No 6
42
Supply and installation of concreting
material for cut point and support
(0.45x0.45x2) Mtr (1:3:6 cement
concrete) 0.405Cubic meter of
Concrete (25Nos. Line pole + 5Nos.
Stud pole + 2Nos. Line AB Switch DP
+ 03Nos. S/S pole) with supply of all
materials as per RE specification.
No 35
43
Supply and installation of Couping of
RS Joist pole [Cement concrete
(0.3x0.3 x0.6)Mtr, Excavation of earth
hard soil (0.3x0.6x0.6)Mtr, Filling
(0.3x0.3x0.6) Mtr] with supply of all
materials as per RE specification.
No 33
44
Painting of 150x150mm RS Joist pole
with (11mtr. Long one coat primer,
1mtr. Long one coat coaltar Black
paint from couping and 8mtr. Long
one coat aluminum paint from black
paint) with supply of all materials
required for painting as per RE
Specification.
No 33
45
Painting of 100x50x6mm channel with
( one coat primer, one coat aluminum
paint) with supply of all materials
required for painting as per RE
Specification.
Mtr 75.9
46
Painting of 75x40x6mm channel with
( one coat primer, one coat aluminum
paint) with supply of all materials
required for painting as per RE
Specification.
Mtr 37.6
47
Painting of 65x65x6mm channel with
( one coat primer, one coat aluminum
paint) with supply of all materials
required for painting as per RE
Specification.
Mtr 20
48
Painting of 50x50x6mm channel with
( one coat primer, one coat aluminum
paint)with supply of all materials
required for painting as per RE
Specification.
Mtr 3.0
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 132 of 133
49
Supply and installation of Sundries
(danger board, clamp, connectors,
socket, binding tape etc) as per RE
specification including supply of
materials.
LS 1
50
Dismantling of 3Ph. 3W 11KV line
(16 span) with transportation of
dismantled materials to JE PKED
(Rural) store.
Km 1.12
TOTAL
Rupees in words……………………………………………………………………………
Please refer Volume-V, Bid proposal sheets enclosed with this tender specification.
Bidder will be permitted to only enter the item wise rates. No other modification shall be
permitted. Bidders are required to sign each and every page and enclose the same in the
price Bid in sealed condition. One soft copy in CD shall also be submitted in the price.
(Signature of the
Bidders)
Note
1. Unit rate is inclusive of all taxes and duties. 2. Any discrepancy in unit rate and amount, unit rates stands.
3. Any column left blank shall be treated as nil/inclusive of.
SUPERINTENDING ENGINEER ELECTRICAL CIRCLE, RAYAGADA
Page 133 of 133