DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE …€¦ · DY GENERAL MANAGER, ELECTRICAL...
Transcript of DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE …€¦ · DY GENERAL MANAGER, ELECTRICAL...
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
SOUTHCO UTILITY OFFICE OF THE DEPUTY GENERAL MANAGER ELECTRICAL CIRCLE,
JEYPORE, ODISHA
TENDER NOTICE NO: 03/2015-16/DGM/JYPR
FOR
TURNKEY CONTRACTS FOR (SUPPLY, ERECTION & COMMISSION)
I.Construction of 11KV Line & 250KVA Plinth Mounted Sub-Station with metering arrangement for power supply to V Deb(Auto) College, Jeypore of Koraput District.
& II.Shifting of 33KV Koraput feeder line from the proposed site of Medical College &
Hospital, Koraput &
III.Construction of 11KV line, LT Line with AB cable & 100KVA D.P Mounted Sub-
Station with metering arrangement for power supply to Govt. Polytechnic,
Mundaguda, Malkangiri.
&
IV. Shifting of HT/LT line and Sub-station due to widening of NH Road from
Lamtaput junction to Lamtaput end in Machkund Road.
&
V. Shifting of 33KV line from the Construction Site of Model school, Jharigaon.
The last date and time of receipt of tender: dt. 13.01.2016 upto 12.00Hrs
Date and time of opening of tender: dt. 13.01.2016 at 15.30Hrs
Dy. General Manager (Elect.) Electrical Circle, Jeypore
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Ref No. 3013 Date-23.12.2015
Tender Notice No.- 03/2015-16/DGM/JYPR
SOUTHCO Utility invites sealed bids in duplicate on two part bidding system from experienced, qualified and eligible bidders having valid HT Electrical License and Civil license from Govt. of Odisha who comply with the terms and conditions for the following work on turnkey basis.
PACKA
GE Brief description of work
Estimated
cost of work
(Approx.)
(In Rs. Lacs)
Earnest
money
deposit
(In Rs.)
Non-refundable cost of
bid Document incl. VAT
(5%) (In Rs.)
I
Construction of 11KV line, LT Line with AB cable with service connection & 250KVA Plinth Mounted Sub-Station for power supply to V.D (Auto) College, Jeypore.
11.30 11300
6300
II Shifting of 33KV Koraput feeder line from the proposed site of Medical College & Hospital, Koraput
2.53 2530 2100
III
Construction of 11KV line, LT Line with AB cable & 100KVA D.P Mounted Sub-Station with metering arrangement for power supply to Govt. Poly Technic, Mundaguda, Malkangiri.
9.14 9140 4200
IV Shifting of HT/LT line and Sub-station due to widening of NH Road from Lamtaput junction to Lamtaput end in Machkund Road.
5.80 5800 4200
V Shifting of 33KV line from the Construction Site of Model school , Jharigaon
4.26 4260 2100
The tender documents will be available from the office of the undersigned during office hours on working days
on payment of Rs 6300/-, Rs.2100/-, Rs.4200/-, Rs.4200/- & Rs.2100/- for Package I, II,III, IV & V respectively
in shape of cash / Bank Draft in favour of Dy. General Manager Electrical Circle, Jeypore, payable at Jeypore
(Non-Refundable).
1. Sale of bid documents will be from dt. 26.12.2015
2. Last date / time of submission of bids dt. 13.01.2016 upto 12.00Hrs.
3 Date & time for opening of bids dt.13.01.2016 at 15.30 Hrs.
SOUTHCO Utility reserves the right to alter the tendered quantity and reject / accept any or all tenders or
split the tender among tenderers without assigning any reason thereof
Dy. General Manager Electrical Circle, Jeypore
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Section – I
INVITATION FOR BIDS (IFB)
Tender Notification: 03/2015-16/DGM/JYPR
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
1.0 SOUTHCO Utility invites sealed tenders from reputed Electrical Contractors with required license,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: 03/2015-16/DGM/JYPR. Due date of opening-13.01.2016
PAC
KAG
E
Brief Description of Works
Estimated Cost(Rupe
es In Lacs)
EMD
(Rs)
Last
date
/time for
submiss
ionof
bids
Date and
time of
opening
of bid
Non
refundabl
e Cost of
Bid
Document
(Incl. VAT)
I
Construction of 11KV line, LT Line with AB cable with service connection & 250KVA Plinth Mounted Sub-Station for power supply to V.D (Auto) College, Jeypore.
11.30 11300
13.01.16
upto
12.00Hrs
13.01.16 at
15.30Hrs
6300
II Shifting of 33KV Koraput feeder line from the proposed site of Medical College & Hospital, Koraput
2.53 2530 2100
III
Construction of 11KV line, LT Line with AB cable & 100KVA D.P Mounted Sub-Station with metering arrangement for power supply to Govt. Poly Technic, Mundaguda, Malkangiri.
9.14 9140 4200
IV Shifting of HT/LT line and Sub-station due to widening of NH Road from Lamtaput junction to Lamtaput end in Machkund Road.
5.80 5800 4200
V Shifting of 33KV line from the Construction Site of Model school , Jharigaon
4.26 4260 2100
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 preceeding 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.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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) In addition to above the bidder should submit the following documents in Part-I bid as
qualifying terms.
i. Valid electrical (HT) license for electrical works.
ii. EPF registration
iii. ESI registration
iv. Service Tax registration
v. VAT Clearance Certificate
vi. PAN & TIN No.
vii. Existing Labour license.
ix. Registration under Building and Other Construction Workers Welfare Cess
If the registration required not belongs to area of execution, then the bidder shall have to furnish
Service tax registration, ESI and Labour license within 45 days of receipt of the order.
(f) The bidders who have earlier failed to execute the works order(s) of the Owner shall not be
eligible to participate in this tender.
(g) 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/-, Rs.2100/-, Rs.4200/-, Rs.4200/- & Rs.2100/- for Package I, II,III, IV & V respectively towards
non-refundable cost of bid documents (Including VAT) through cash/Bank DD drawn in favour of
Dy. General Manager, Electrical Circle, Jeypore payable at Jeypore, during office hours from
10AM to 12 Noon till dt. 13.01.2015.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
4.0 The tender documents can also be downloaded from Southco Utility 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, Jeypore,, payable at Jeypore, covering the cost of bid documents as
stated above in a separate envelope with suitable superscription “ Cost of Bid Documents:
Tender Notice No: 03/2015-16/DGM/JYPR Dtd: 23.12.2015”. 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) 26.12.2015
Submission of Bids 13.01.2016
Opening of Bids(Technical Bid) 13.01.2016 at 15.30Hrs.
Opening of Bids(Price Bid) Will be Communicated
Completion period To be completed within 30 days from the date of issue of Work Order.
6.0 Part-I of the bid (Technical Bid) will be opened on Dated 13.01.2016 at 03.30PM 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 (Elect.), Electrical Circle , Jeypore, Southco Utility. Power House Colony, Malkanagiri Road, Jeypore, District- Koraput ,
PIN-764001 (Odisha) Dy. General Manager (Elect.) Electrical Circle, Jeypore
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Section – II
GENERAL CONDITIONS OF CONTRACT (GCC)
Tender Notification : DGM/JEYPORE/ 03/2015-16
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
1.0 GENERAL: - Dy. General Manager, Electrical Circle, Jeypore, 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 the following works.
SCOPE OF WORKS : -
I. Construction of 11KV Line , LT line & 250KVA Plinth Mounted Sub-Station for power supply to V Deb(Auto) College,Jeypore and its associate work conforming to REC specification and CEA guidelines .
II. Shfiting of 33 KV Line from the Proposed site of Medical College & Hospital, Koraput
and its associate work conforming to REC specification and CEA guidelines .
III. Construction of 11KV Line , LT line & 100KVA DP Mounted Sub-Station for power supply to Govt. Polytechnic ,Malkangiri and its associate work conforming to REC specification and CEA guidelines .
IV. Shifting of HT/LT line &Sub-station due to widening of N.H road from Lamtaput junction
to Lamtaput end in Machhkund Road.
V. Shifting of 33KV line from the Construction Site of Model school , Jharigaon
2.01 The scope shall include supply and installation of all materials & equipments to complete the works
2.02 The detailed scope of the works shall include;
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.
2.0 DEFINITION OF TERMS
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
(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 Utility 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 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.
(i) ‘Date of Contract’ shall mean the date on which notice of Award of Contract/ Letter of Award has
been issued.
(ii) ‘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.
(iii) 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.
(iv) ‘Commercial Operation’ shall mean the condition of operation in which the complete equipment
covered under the Contract is officially declared by the Owner to be available for continuous
operation at different loads up to and including rated capacity. Such declaration by the Owner,
however, shall not relieve or prejudice the Contractor of any of his obligations under the
Contract.
(v) Words imparting ‘Person’ shall include firms, companies, corporations and associations or bodies
of individuals, whether incorporated or not.
(vi) Terms and expressions not herein defined shall have the same meaning as are assigned to them
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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.
(vii) 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, Jeypore 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.
Part - I: Superscribed as “Technical and commercial bid” shall contain EMD, Cost of Bid
Documents and Techno commercial documents.
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.
6.0 PRICE: -
Bidders are required to quote firm price as per the prescribed format enclosed. 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.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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.
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.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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, Jeypore, of Rs 11,300/-, Rs.2530/-, Rs.9140/-,Rs.5800/-
and Rs.4260/- for Package I, II, III, IV & V respectively. 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.
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 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 Authorised
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
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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 30 days 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 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 :
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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.
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 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.
18.02 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
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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.
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, KED, Koraput 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 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
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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 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.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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 / labourers 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.
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.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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 Jeypore
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
Executive Engineer (Elect.), Koraput submitted within 30 days to DGM, Electrical Circle, Jeypore
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.
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:
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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 Koraput, & Malkangiri
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, 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
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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 / 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.
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.
Dy. General Manager Electrical Circle, Jeypore
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Section - III
FORMS AND FORMATS
Tender Notification No: 03 / 2015-16
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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, Jeypore, Southco Utillity, Odisha
Tel No. -------------------------, Fax No. -------------------------------
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 lakhs.)
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
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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.
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 Bank -------------------
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
-------- branch, payable on Jeypore towards Bid Security against our above Bid. The Bid Security
amount has been computed by adding the Estimated Cost of the package no.s ------------------- for
which we are submitting our bid.
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 : (e) Prices and Price Adjustment : (f) Guarantee / Warrantees :
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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.
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.
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
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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)
ANNEXURE – II
DECLARATION FORM
To,
The Dy. General Manager
Electrical Circle, Jeypore
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.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Signed this…………….Day of……………………20…
Yours faithfully
(Signature of Bidder with Seal of Company)
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 SOUTHCO UTILITY ,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
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
any breach by the said Contractor(s) of any of the terms or conditions contained in the said
Agreement or by the reason of any breach by the said Contractor’s failure to perform the said
Agreement. Any such demand made on the Bank shall be conclusive as regards the amount due
and payable by the Bank under this Guarantee. However, our liability under this guarantee shall be
restricted to an amount not exceeding Rs.___________ (Rupees
_________________________________________ ) only.
3. We, the ________________________ Bank also undertake to pay to 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 Jeypore branch at
________________________ (Name, address of the Jeypore 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).
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.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Our liability under this Bank Guarantee shall not exceed Rs.______________ (Rupees _______
____________________________________________________________________ ) only.
The Bank Guarantee shall be valid up to _____________________ only.
Our ………………………. branch at Jeypore (Name & Address of the Jeypore 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 Jeypore branch a written claim or demand and
received by us at our Jeypore 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 Jeypore 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 Jeypore of issuing Bank.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
ANNEXURE – VI
LETTER OF COMPLIANCE OF QUALIFYING REQUIREMENT
(In case of Bidder being a Single Firm)
To
The Dy. General Manager Electrical Circle, Jeypore 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
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Table – C: Access to Credit Facility:
Package Quoted
for
Estimated
Cost of the
Package
(Rs. in Lakh) Liquid Assets as on 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).
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
ANNEXURE – VIII
DETAILS OF COMMERCIAL DEVIATIONS
Bidder’s Name & Address
To
The Dy. General Manager Electrical Circle, Jeypore
Dear Sirs,
Sub: Commercial Deviation for Construction of Name of the project.
The following are the Commercial Deviations and variations from and exceptions to the
specifications and documents for the subject Project. These deviations and variations are
exhaustive. Except for these deviations, the entire work shall be performed as per your
specifications and documents
Volume/Clause
Ref./Page
No.
As specified in the
Specification
Commercial deviation and variation to
the specification
Date: (Signature) …………………..
Place: (Printed Name) ……………….
(Designation) …………………..
(Common Seal) …………………
Note: 1. Continuation sheets, of like size and format, may be used as per Bidder’s requirements
and annexed to this Schedule.
2. This will be read out during opening of Part-I Bid.
Page 46of 121
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
ANNEXURE – IX
DETAILS TECHNICAL DEVIATIONS
Bidder’s Name & Address
To
The Dy. General Manager Electrical Circle, Jeypore Dear Sirs,
Sub: Technical Deviation for Construction of ………………. (Name of the Project)
The following are the Technical Deviations and variations from and exceptions to the specifications
and documents for the subject package. These deviations and variations are exhaustive. Except for
these deviations, the entire work shall be performed as per your specifications and documents.
Volume/Clause Ref./Page No. As specified in the
Specification / Relevant ISS
Technical deviation and
variation to the
specification
Date: (Signature) …………………..
Place: (Printed Name) ……………….
(Designation) …………………..
(Common Seal) …………………
Note: 1. Continuation sheets, of like size and format, may be used as per Bidder’s requirements
and annexed to this Schedule.
2. The deviations and variations, if any, shall be brought out separately for each of the
equipment
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
ANNEXURE – X
ADDITIONAL INFORMATION
Bidder’s Name & Address
To
The Dy. General Manager Electrical Circle, Jeypore Dear Sirs,
We have enclosed with our proposal the following additional information for the subject, package.
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.
Sl. No Brief description of Information Ref.& Page No.
Page 48of 121
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
ANNEXURE – XI BOUGHT OUT & SUB CONTRACTED ITEMS
Bidder’s Name & Address
To
The Dy. General Manager Electrical Circle, Jeypore 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. …………………… …………………………….. …………………………….
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
ANNEXURE – XII WORK COMPLETION SCHEDULE
Bidder’s Name & Address
To
The Dy. General Manager Electrical Circle, Jeypore Dear Sirs,
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) ………………..
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
ANNEXURE – XIII
CHECK LIST
Bidder’s Name & Address
To
The Dy. General Manager Electrical Circle, Jeypore 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:
N.B:-
1. The bid guarantee one original and one copy shall be furnished in two separate sealed
envelope appropriately superscribed thereon.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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) ………………..
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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.)
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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, Jeypore
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.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
SECTION - IV
GENERAL TECHNICAL SPECIFICATION (GTS)
Tender Notification 03/2015-16
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
1. GENERAL 1.1 Scope of works A. Supply The materials have been classified as under. Prior to the commencement of the supply / works all relevant drawings, designs must be got approved by
SOUTHCO Utility, Jeypore. C. The scope of the proposal for the balance materials to be supplied by the bidder to complete the job shall
be on the basis of a single Bidder‟s responsibility, completely covering supply and erection of all the
equipment specified under the accompanying Technical Specifications including other services. It will
include the following (i) Detailed investigation of substation and preparation of BOQ to be done by the bidder. (ii) Complete manufacture, including shops testing & supply of materials from the approved vendor
(materials which are to be supplied by the bidder) (iii) Providing Engineering drawings related to foundation details, structural details of both line & Sub-station works, equipments data, operational manual, preparation of Cable Schedule (in shape of a booklet) 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 equipments; (vii) Reliability tests and performance and guarantee tests on completion of commissioning‟ (viii) Loading, unloading and transportation as required, (ix) Erection of installations of specified voltages, (x) Testing, Commissioning of installations of of the Sub-Station inclusive of all related Civil works. (xi) Storing before erection (xii) Getting the Sub-Stations/lines inspected and certified by Electrical Inspection after completion of works. Transportation of all above required materials from Purchaser‟s nearest store to site and all other required
materials (to be supplied by bidder) from supplier‟s premises to works site, construction of new electrical/
civil structures, dismantling of existing electrical structures and return of these dismantled items at the
purchaser‟s stores, safe custody of the items and return of unused purchaser supplied materials to the
purchaser‟s stores. 1.1.1 GENERAL CONDITIONS OF CONTRACT
Responsibility of the Contractor:
1
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
The Contractor shall be responsible for the complete design and engineering, overall co-ordination with
internal and external agencies, project management, training of Employer‟s manpower, loading, unloading,
storage at site, inventory management including OSM materials at site during construction, dismantling, re-
erection of installations as per Engineer. in charge (Divisional Engineer.)‟s advice, handling, moving to final destination, obtaining statutory clearances for successful
erection, testing and commissioning of the substation.
Specific exclusions: The following items of works are specifically excluded from the Contractors scope of works
unless otherwise specifically brought out. a) Substation site selection b) Land acquisition
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 Employer 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 Employer shall also
be at liberty to delete Any Items from the Contractor‟s scope of supply at any time before commencement
of supply of works under the detailed scope of works. Location and site description
The details of the sub-substation locations, their approach, geography and topography etc are to be
collected from the concern division to the extent possible. The Bidder shall make necessary visit to the
substation sites and fully appraise himself before bidding. Deviations on account of inadequate data for
substation works shall not be acceptable and the Bid shall not be considered for evaluation in such cases. 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 site
visits and fully satisfy himself regarding site conditions in all respects, and shall be fully responsible for the complete design and engineering of the substations.
2
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
1.4 GUARANTEES TECHNICAL PARTICULARS The Contract Works shall comply with the guaranteed technical particulars specified or quoted in the bid. All
plant and apparatus supplied under this Contract shall be to the approval of the Engg In-charge .All plant
and equipment supplied under this contract must have been type tested and have been on satisfactory
service at identical ratings for at least preceding three years. The bidder shall furnish in his bid the
necessary supporting data in this regard in specified formats for consideration during bid evaluation. If
during evaluation non compliance is identified, the successful Contractor shall be bound to supply the
equipment from manufacturers complying with the stipulated requirements under SOUTHCO Utility”s
approval .The Contractor shall be responsible for any discrepancies, errors or omissions in the particulars
and guarantees. The Bidder for his own interest, shall establish the technical responsiveness of his bid,
shall provide all data in appropriate technical data sheets, general/ technical information, literature, and
leaflets etc. along with the bid. 1.5 COMPLIANCE WITH SPECIFICATION All apparatus 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 technical specification (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. 1.6 TEST AND MAINTENANCE EQUIPMENT The Contractor shall supply the type, quantity of test and maintenance equipment specified in the
Schedules as part of the contract works. 1.7 SPARES The Contractor shall provide the mandatory spares detailed in the Schedules and shall, where considered
necessary, provide a list of recommended spare parts (optional spares) together with their individual prices.
The Employer may order all or any of the spare parts listed at the time of contract award and the spare
parts so required by the Employer, shall be supplied as part of the Works under this specification. Additional
spares may be ordered at any time during the contract at the rates stated in the Price Schedule. 1.9 Hardware maintenance Courses for hardware maintenance shall identify techniques for preventative physical maintenance and for
identification, isolation and replacement of faulty components. This course shall take place before
equipment is delivered to site. An essential part of the hardware maintenance course shall include
highlighting the philosophy of computer based preventive maintenance and identification of the various
diagnostic/interrogation facilities available. The Contractor shall supply adequate documented instructions
to enable a detailed interrogation and analysis process to be carried out using the diagnostic software
facilities. All items of hardware to be supplied shall be covered by the course.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
1.10 Installation and commissioning techniques The Employer's staff will be present during the installation and commissioning period and it is essential that
they are to be fully involved in any on-site corrections or modifications to hardware and software equipment.
It is envisaged that it will be necessary for the Contractor to run installation and commissioning techniques
courses each of approximately one week in duration at site for the training of the Employer's staff. 1.11 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 plant, welding plant or other tools, lighting and testing
purposes.All wiring for such tackle and for lighting from the point of supply shall be provided by the
Contractor and all such installations shall comply with all appropriate statutory regulations. 1.12 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.Before putting any plant or apparatus into operation the
Contractor shall satisfy himself as to the correctness of all connections between the plant and apparatus
supplied under this and other contracts. The Contractor shall advise the Engg Incharge in writing, giving the
period of notice as specified in the General Conditions of Contract, when the plant or apparatus is ready for
inspection or energisation.
1.13 RESPONSIBILITY OF THE 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, whether
under construction, during tests, or in use for the Employer‟s service. 1.14 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 Employer as
are applicable to the Contract Works and with any other applicable regulations to which the Employer is
subjected to oblige. 1.15 MAINTENANCE AND CLEARING OF SITE The placing of materials and plant 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 allocated
to him and also the erection area of the Contract Works reasonably clean and shall remove all waste
material as it accumulates and as directed by the Engg In-charge from time to time. 1.16 INSURANCE 1.16.1 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
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
sub-Contractors manufacturing Works. 1.16.2 Worksmen's Compensation Insurance 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 Worksmen‟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. 1.17 WORKS AND SAFETY REGULATIONS The Contractor shall ensure safety of all the workmen, plant and 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 Engg In-charge. 1.18 SUBMITTALS 1.18.1 Submittals required with the bid The following shall be required in duplicate : • completed technical data schedule; • descriptive literature giving full technical details of equipment offered; • type test certificates, where available, and sample routine test reports; • detailed reference list of customers already using equipment offered during the last 5 years with particular
emphasis on units of similar design and rating; • details of manufacturer's quality assurance standards and programme and ISO 9000 series or equivalent
national certification; • deviations from this specification. Only deviations approved in writing before award of contract shall be
accepted; 1.18.2 Submittals required after contract award 1.18.2.1 Five copies of the programme for production and testing.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
1.18.2.2 Drawings Within 30 days of contract commencement the Contractor shall submit, for approval by the SOUTHCO
Utility, a schedule of the drawings to be produced detailing which are to be submitted for "Approval" and
which are to be submitted "For Information Only". The schedule shall also provide a programme of drawing
submission, for approval by the Project Manager that ensures that all drawings and calculations are
submitted within the period specified above. All detail drawings submitted for approval shall be to scale not
less than 1:20.Lettering sizes and thickness of lettering and lines shall be selected so that if reduced by two
stages to one quarter of their size, the alphanumeric characters and lines are still perfectly legible so as to
enable them to be microfilmed. For presentation of design drawings and circuit documents IEC Publication
617 or equivalent standards for graphical symbols are to be followed.
1.18.2.3 APPROVAL PROCEDURE
The Contractor shall submit all drawings, documents and type test reports for approval in sufficient time to permit modifications to be made if such are deemed necessary and re-submit them for approval without delaying the initial deliveries or completion of the contract works
1.1.2 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
33KV
1
Nominal system voltage
KVrms
11 KV
33KV
2
Maximum system voltage
KVrms
12.KV
36KV
3
Power frequency with stand voltage
KVrms
28KV
70KV
4
Lightning impulse withstand voltage
a) Line to earth b) Across isolating gap
KVp
75KVp
85KVp
170KVp
195KVp
5
One minute power frequency withstand value
Dry Wet
KVrms
KVrms
35
35
95
75
6
System frequency
Hz
50
50
7
Variation in frequency
%
2.5
2.5
8
Continuous current rating
Amp
1250
800
9
Symmetrical short circuit current
kA
25
253
10
Duration of short circuit fault current
Sec
3
11
Dynamic short circuit current rating
kAp
62.5kA
12
Design ambient temperatures
˚C
50
111
13
Pollution level as per IEC-815 and 71
III
14
Maximum fault clearing time
Ms
not exceeding
150 ms
150ms
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
15
Safety clearances 1. Section clearance 2. Ground clearances( between ground and
bottom most part of energized object) i. Along a street
ii. Across a street 3. Horizontal clearance between the fence /
building, structure and energized object
Meters
Meters
Meters
3
5.791
6.096
3.64
4
5.791
6.06
1.3 DATA
1.31.1 METEROLOGICAL
Description Data
Annual mean of maximum monthly average temperature. 50
Annual mean of minimum monthly temperature in ˚C 5
Average rain fall in mm 1500
Average thunder storms days per year 77days
Design ambient temperature in ˚C 50
Maximum wind velocity in meter/sec. 50
Maximum relative humidity in % 100
Average relative humidity in % 85
1.3.2 Layout arrangement
The Contractor shall finalize the layout arrangements for new lines & 11/0.4KV substations 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 concerned distribution division 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.
1.4 GUARANTEES TECHNICAL PARTICULARS
The Contract Works shall comply with the guaranteed technical particulars specified or quoted in the bid.
All materials supplied under this Contract shall be to the approval of the Engineer In-charge .All major
materials supplied under this contract must have been tested and have been on satisfactory service at
identical ratings for at least preceding three years. The bidder shall furnish in his bid the necessary
supporting data in this regard in specified formats for consideration during bid evaluation. If during
evaluation non compliance is identified, the successful Contractor shall be bound to supply the equipment
from manufacturers complying with the stipulated requirements under SOUTHCO”s approval .The
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Contractor shall be responsible for any discrepancies, errors or omissions in the particulars and
guarantees. The Bidder for his own interest, shall establish the technical responsiveness of his bid, shall
provide all data in appropriate technical data sheets, general/ technical information, literature, and leaflets
etc. along with the bid.
1.5 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
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. 1.6 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. 1.7 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. 1.8 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. 1.9 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. 1.10 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
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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. 1.11 WORKS AND SAFETY REGULATION
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.
1.1 GENERAL The following provisions shall supplement all the detailed technical specifications and requirements brought
out in accompanying Technical Specifications. The Contractor‟s proposal shall be based upon the use of
equipment and materials complying fully with the requirements specified herein. It is recognised that the
Contractor may have standardised on the use of certain components, materials, processes or procedures
different to those specified herein. Alternate proposals offering similar equipment based on the
manufacturers standard practice will also be considered, provided such proposals meet the specified design
standard and performance requirement and are acceptable to the Engineer In-charge. 1.2 QUALITY ASSURANCE 1.2.1 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 Authorised Standards the
Contractor shall adopt suitable Quality Assurance Programmes and Procedures to ensure that all activities
are being controlled as necessary. The quality assurance arrangements shall conform to the relevant
requirements of ISO 9001 or ISO 9002 as appropriate. 1.3 Non-conforming product The Contractor shall retain responsibility for the disposition of non-conforming items. 1.3 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
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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 Executive
Engineer, RED will deposit the necessary inspection fees.
(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.
1.12 SUBMITTALS 1.12.1 Submittals required with the bid The following shall be required in duplicate: • completed technical data schedule; • Descriptive literature giving full technical details of goods offered; • type test certificates, where available, and sample routine test reports; • Details of manufacturer's quality assurance standards and programme and ISO 9000 series or equivalent national certification where available. • Deviations from this specification. Only deviations approved in writing before award of contract shall be accepted; 1. Survey & scope of works: 1.1 Survey shall be carried out by the contractor for the new line. 1.2 Aligning / erection of poles in the route of line along with strengthening of its foundation is in the scope
of bidder. 1.3 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. 1.4 Any other works not mentioned above exclusively but required for accomplishing desired works will be
in the scope of the bidder.
1.5 For all above activities shutdown shall be arranged by the subject to advanced notice in writing by the
contractor. 1.6 While placing the equipment, if any equipment gets damaged due to negligent handling of the
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
contractor, the same shall be back charged to the contractor at penal rate. 2.0 Crossings 2.0.1 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. 3.0 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. 4.0 Final Schedule-The final schedule including Bill of quantity indicating location of poles specifically
marking locations of failure containment pole/structure, DTs 11 kV line sectionalizes, line tapping
points angle of deviation at various tension pole locations, all type of crossings and other details shall
be submitted for the approval of the Owner. b) Earthing of Poles In 11 kV line, each poles shall be earthed with coil earthing as per REC construction standard J-1. 5.0 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 6.0 Anti-climbing Devices The vendor shall provide and install anti-climbing device on 11 KV ,33KV 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 chromating dip as per procedure laid down in IS: 1340.
TECHNICAL SPECIFICATION For Construction of 33KV,11KV , LT Line and Plinth Mounted S/S Survey & scope of works:
1.1 Survey shall be carried out by the contractor for the new line. 1.2 Aligning / erection of poles in the route of line along with strengthening of its foundation is in the scope
of bidder. 1.3 Before undertaking the construction works in the given line the bidder shall make
assessment of quantity of the required materials in consultation /presence of representative.
Accordingly the BOQ of the works is to be prepared by the bidder and get it approved from
Engineer In charge.
12
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
1.4 Any other works not mentioned above exclusively but required for accomplishing desired works will be in the scope of the bidder.
1.5 For all above activities shutdown shall be arranged by the subject to advanced notice in writing
by the bidder. 1.6 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 panel rate.
2.0 Crossings
2.0.1 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. 2.0.2 Power Line Crossings- Where the line is to cross over another line of the same voltage or
lower voltage, provisions to prevent the possibility of their coming into contact with each shall be
made in accordance with the Indian Electricity Rules, 1956 as amended from time to time. All
the works related to the above proposal shall be deemed to be included in the scope of the
contractor. 3.0 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) All poles on both sides of all the crossings shall be tension poles i.e. disc type insulators shall
be used on these poles. At all the crossing described above the contractor shall use protective
guarding as per REC Construction Standard A-1 to fulfill statutory requirements for 33KV,11 kV,
protective guarding shall be used all along with line. b) Clearance from Ground, Building, Trees etc. – Clearance from ground, buildings, trees and
telephone lines shall be provided in conformity with the Indian Electricity Rules,1956 as
amended up to date. The vendor shall select the height (out of 8 mtr/ 9mtr / 10mtr / 11
mtr.,12mtr.) of the poles in order to achieve the prescribed electrical clearances. 4.0 Final Schedule-The final schedule including Bill of quantity indicating location of poles
specifically marking locations of failure containment pole/structure, DTs 11 kV line
sectionalizes, line tapping points; angle of deviation at various tension pole locations, all type
of crossings and other details shall be submitted for the approval of the Owner. 5.0 Pole & Pole Erection
5.1 Type of Poles
PSC ,RS Joist poles of various sizes as per enclosed BOQ shall be used.
5.2 Excavation of Pits a) For excavation of the foundation pit, a hole should be drilled in the ground preferably with the use
of earth-augers. However, if earth-augers are not available, a pit shall be made in the direction of
the line for all the locations, except the locations of failure containment structures. The minimum
planting depth of poles shall be governed by IS: 1678. However due to the ground conditions
e.g. water logged area etc. depth of planting of poles shall be suitably increased with prior
approval of the Engineer In charge.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
b) Excavation cost for pits shall be included by the contractor in the bid for pole erection for
following type of soils inclusive of dewatering of pits and shorting and shuttering wherever
necessary. i) All type of soils and soil conditions including hard rock. ii) Hard rock No separate claim for dewatering during excavation, shoring and shuttering shall be
entertained. For hard rock, the excavation cost per location shall remain same for
all type of foundations. c) In case of non-availability of earth-augers, the pits shall be excavated with pick axes, crow bar
and shovels. Controlled blasting shall be permitted only in case of hard or rocky soil. The
contractor shall be responsible for any damage or accidents arising out of the process of
blasting. Blasting is not permitted if the area around location is inhabited. In such case,
the contractor shall have to follow other methods like drilling etc. 5.3 Foundation & Pole Erection:Size of foundation of each type of pole is given at Annexure-A of
this section. The type of foundation for individual poles shall be decided during detailed
engineering. a) Erection of Poles: The poles are to be erected in alignment with utmost care. 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 shall act as the temporary
anchor. The verticality of the pole shall be checked by sprit level in both longitudinal & transverse
directions. Once, this is done, the back filling/concreting shall be done in the pit. The temporary
anchor shall be removed only when poles set properly in the foundation. b) Earthing of Poles In 33kv &11 kV line, each poles shall be earthed with coil earthing as per REC construction standard
J-1. 6.0 Danger Boards The vendor shall provide & install danger plates on 33KV &11KV DP structures. The danger plates
shall conform to REC specification No. 57/1993
7.0 Anti-climbing Devices The vendor shall provide and install anti-climbing device on 33KV &11KV 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 chromating dip as per procedure laid down in IS: 1340. 8.0 INSPECTION
8.1 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.
8.2 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. 9.0 DRAWING AND INSTRUCTION MANUALS
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Within 15 days of receipt of the order, the successful tenderer shall furnish to the purchaser the following drawings and literature for approval: a. Outline dimensional drawings of Surge Arrestor and all accessories. b. Assembly drawings and weights of main component parts. c. Instructions manual d. Drawing showing details of pressure relief value e. Volt-time characteristics of surge arrestors. f. Detailed dimensional drawing of porcelain housing/ Silicon polymeric i.e. internal diameter, external diameter, thickness, height profile creepage distance, dry arching distance etc. 10.0 ARCING HORNS:
It shall be simple and replaceable type. They should be capable of interrupting line- charging current. They shall be of first make and after break type.
1.2 QUALITY ASSURANCE 1.2.1 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 his Sub-Contractor‟s premises 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 are being controlled as necessary.The
quality assurance arrangements shall conform to the relevant requirements of ISO 9001 or ISO 9002
as appropriate.
1.2.2 Inspection and testing i. Purchaser and its representative shall at all times be entitled to have access to the works and to all
places of manufacturer where materials are manufactured and the supplier shall afford all facilities to
them for unrestricted inspection of the works,inspection of materials, inspection of manufacturing
process of materials and for conducting necessary tests as specified herein. ii. The supplier shall keep the purchaser informed in advance of the time of starting and of progress
of manufacture of materials in its various stages so that arrangements could be made for inspection. iii. No material shall be dispatched from its point of manufacture unless the materials has been
satisfactorily inspected and tested. iv. The acceptance of any quantity of materials shall in no way relieve the supplier of his
responsibility for meeting all the requirement of this specification and shall not prevent subsequent
rejection, if such materials are later found to be defective. v. The prime responsibility for inspection and testing rests with the Contractor. The inspection or its
waiver by the Engg. In charge does not relieve the Contractor of any obligations or responsibilities to
carry out the works in accordance with the Contract.The inspection and testing shall be documented
such that it is possible to verify that it was performed. Records of inspection shall include as a
minimum the contract identity, operation/inspection, technique used, acceptance standard and
acceptability, identity of inspector/tester and date of inspection/test.
1.4.17 Cement The cement to be used shall be the best quality of its type and must not be more than 3 months old
in stock. All cement shall be sampled and tested in accordance with Indian Standards.The Portland
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
cement used in concrete shall confirm to IS 269.Requirement of sulphate resistant cement (SRC) for
sub structural works shall be decided in accordance with the Indian Standards based on the findings
of the detailed soil investigation to be carried out by the contractor. High Alumina cement shall NOT
be used. 1.4. 18 Aggregate Coarse and fine aggregate shall conform to the requirements of IS 383-1970.Sampling and testing of
aggregates shall be in accordance with the relevant Indian Standard. Fine and coarse aggregates
shall be obtained from the same source and the Contractor shall ensure that material from the
source is known to have a good service record over a long period of time. Aggregate shall be hard
and dense and free from earth, clay, loam and soft, clay, shale or decomposed stone, organic matter
and other impurities.
1.4.19 Storage of aggregates Coarse and fine aggregates shall be stored on site in bins or on clean, dry, hard surfaces, and be
kept free from all sources of contamination. Aggregates of different gradings shall be stored
separately, and no new aggregate shall be mixed with existing stocks until tested, and approved by
the Engg In-charge (Divisional Engr.). 1.22.20 Water Water used for mixing concrete and mortar shall be clean, fresh water obtained from an approved
source and free from harmful chemicals, oils, organic matter and other impurities. Normally potable
water may be considered satisfactorily for mixing and curing concrete and masonry works. 1.4.24 Grades of concrete Concrete shall be either ordinary or controlled and in grades designated M10,M15, M20 and M25 as
specified in IS: 456 (latest edition). In addition, nominal mixes of 1:3: 6 and 1: 4: 8 of nominal size 40
mm maximum, or as indicated on drawings, or any other mix without any strength requirements as
per mix design shall be used where specified. 1.4.25 Curing of Concrete In order to achieve proper and complete strength of the concrete, the loss of water from evaporation
should be prevented. Eighty to eighty five per cent of the strength is attained in the first 28 days and
hence this 28-day strength is considered to be the criterion for the design and is called characteristic
strength. 1.4.28 EARTHING : Earth Grid should not be more than TWO meters square. This should be done by using 75x10 mm
GI flats. Earth risers should be 50x6 mm GI flats. All equipments & metal parts of the Sub-Station
should be connected with main earth grid by using 50x6 GI flats at two different places. The main
earth grid should be laid not less than 600 mm below the finished ground level. The lap welding
should not less than 100 mm. The welding of joints should be done after removal of Zinc by using
Blow lamps. Welding should be done in all four sides and should be double layer continuous. Before
taking up the second layer welding the deposited flux should be removed. During welding the two
flats should be tightened properly by using „ C „ clamps. Immediately after welding two layers of anti-
corrosive paints should be painted over the welded portion along with two coats of Black bituminous
paints. Before back filling of earth trenches the welded portion should be covered by wrapping with
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
bituminous tape properly and also jointing portion should be covered with PCC (1:2:4) mix. The
backfilling of earth pits and trenches should be done with powered loam soil mixed with Bentonate
powder (10:1) mix.All equipments, steel structures etc should be connected with Main earth mat at
two rows separately. All LA , should individually connected with individual Pipe electrodes and again
should be connected with main earth grid at two separate
places. The Neutral of Distribution Transformer should be connected with two separate pipe
electrodes and again connected with main earth electrodes at two separate places. The separation
distance between each pipe electrodes should not be less than 2 mts. The back filling of pipe
electrodes should be done in layer of Charcoal, Salt & loam soil mixed with Bentonate power. There
should be a closely spaced earth grid ( 1.5 mts square having .5 mts spacing) below the mechanism
boxes of each Isolators & AB switches. In Substation the diameter of pipe electrode should not be
less than 50 mm. The Flange( 50x6) mm GI flat should be welded in all sides with Pipe electrode. In
each face of Flange there should be two nos 17.5 mm hole to accommodate 16 mm GI Bolt nut with
1 no spring washer.The fencing of sub-station should not directly connected with main earth
grid.There should be a separate earth grid ( 75x10) mm GI flat 2 mts away from fence and should be
connected rigidly with the fence at an interval of 5 mts. There should be one 50x6 mm earth flat run
over the cable rack and should be connected with main earth grid at an interval of 5 mts The jointing
portion of earth flats over the ground should be painted with two coats of Anti-corrosive paints and
two coats of good quality of Aluminium paints (Berger/Asian paints).The water hydrant system should
be provided in the areas where earth resistivity more and soil is hard in nature as per the direction of
Engineer in charge. Each handles of Isolators/AB switches etc should be connected with earth grid
by using flexible Tinned Copper earth bonds. In each earth switches TWO nos flexible earth bonds
should be provided. Each earth pits having pipe electrodes should be provided 250 mm Brick wall
chambers with RCC cover Slab. 1.5 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.
(g) 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
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Electricity Rules, CEA Regulations, PWD and Local/State laws or byelaws as regards to safety, earthing and other essential provisions specified therein.
(h) All equipments and materials selected shall also be supplied and installed taking into
consideration the Factories Act, Fire Regulations and Local laws or byelaws. All light fittings and equipments selected shall be of well tied out design. All materials used in the assembly of fittings and their accessories shall be of high quality and manufactured in accordance with the best modern practice.
(i) All the materials supplied by the contractor according to the contract conditions will be
subject to inspection and approval by the Consultant or/and 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.
(j) The owner shall not accept any surplus material procured by the contractor. (k) 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 owner will reimburse the necessary inspection fees on production of documentary evidences.
(l) The contractor should possess valid electrical contract licence and labour licence issued by
the appropriate statutory authority of the State Government during the execution of the contract.
(m) The contractor shall be registered with Provident Fund Department for engagement of
Labours/ Employees.
R.S.Joist Pole (150x150mm)
TECHNICAL SPECIFICATION OF R.S Joist Pole:-
1.0 Scope of Work:
This specification covers design, manufacture, testing enclose Performance Certificates
from the above users, successful operation in field.
and supply of 150x150mm RS Joist pole. The bidder should issued in favour of the Sub
Vendor / manufacturer, as proof of
Applicable Standards:
This specification covers the manufacturing, testing before dispatch and delivery of following R.S Joists
SlNo
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 Climatic Conditions:
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
The climatic conditions at site under which the store shall operate satisfactory, are as follows
Maximum temperature of air in shade 45º c
Maximum temperature of air in shade 0 c
Maximum temperature of air in shade 50º c
Maximum rain fall per annum 2000mm
Maximum temperature of air in shade 45º c
Maximum ambient temperature 45º c
Maximum humidity 100%
Av. No. of thunder storm days per annum 70%
Av. No. of dust storm per annum 20
Av. Rain fall per annum 150mm
4.0 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.
4.1 MECHANICAL PROPERTIES:
Tensile Test : RequirementasperIS:2062/1999Grade-A
Yeild Stress(MPa) Min250
Tensile Strength(MPa) Min410
Lo=(5.65So)Elongation% Min23
Bend Test Shall not Crack
4.3. CHEMICAL PROPERTIES:
ChemicalComposition RequirementasperIS:2062/ Permissible variation over the
1999Grade-A Specified Limit,Percent,Max
Gr a d e A -
ChemicalName Fe-410W A -
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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.
GUARANTEED TECHNICAL PARTICULARS FOR RS JOISTS of sizes 150x150mm
1.1. Dimensions and Properties:
Specification By the
PARTICULARS
Specification Bidder
150X150mm RS joist Specification
150X150mm RS joist
Length of Joist in Mtr with +100mm/-0% 11mtr
Tolerance
Weight kg/m with±2.5% Tolerance 34 .6
Sectional Area (cm2) 39
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Depth(D) of Section (mm) with +3.0mm/ - 150
2.0mm Toleranceas per IS 1852-1985
Width (B)of Flange (mm) with ±2.5mm 150
Tolerance for116 x 100 mm ISMB &±4.0mm
Tolerance for 150 x 150 mmISHB IS 1852-
1985
ThicknessofFlange(Tf)(mm) 9 .0 0
with±1.5mm Tolerance
Thickness of Web(Tw)(mm) with±1.0mm 8 .4 0
Tolerance
Corner Radius of fillet or root (R1) (mm) 8 .0 0
Corner Radius of Tow (R2) (mm) 4 .0 0
Momentof Inertia
Ixx (cm4 ) 1540.00
Iyy (cm 4) 460.00
Radius of Gyration (cm)
Rxx 6 .2 9
Ryy 3 .4 4
Modulus of Section
Zxx(cm3) 205
Zyy(cm3) 6 0 .2
Tolerance in Dimension
Distinct Non-Erasable Embossing to bemade
on each R.S. Joist
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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
33 KV,11 KV “V” CROSS ARM, BACK CLAMP FOR “V” CROSS ARM & POLE
TOP BRACKET (F CLAMP)
TECHNICAL SPECIFICATIONS 8.0 CROSS ARMS
Cross Arms should be made by using 100x50x6 mm MS channel for both 33 KV
&11 KV systems. In tower type poles (GI) all the X-arms are part of the structure. 8.0.1 MATERIALS:-
a) MS Cross arms and Pole Top Brackets for both 33 KV &11kV construction at
intermediate and light angle pole shall be fabricated from grade 43A mild steel of
channel section and for heavy angle poles, end poles and section poles fabricated
from
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
grade 43A mild steel of angle section. The grades of structural steel shall conform to IS – 226: 1975.
b) The 33 KV & 11 KV ‘ V ’ Cross arm shall be made ou t of 100x 50x5.6. mm MS Channel of ( 9.56 kg/mtr weight) .
The Back Clamp for both 33 KV & 11 KV shall be made out of 75 x 10 MS Flat and shall be suitably designed to fit PSC Pole 9 Mtr x 300 Kg , 8 Mtr x 200 Kg.and 9 mtrx415kg
c)The Pole Top Bracket (F Clamp) shall be made out of75 x 10 MS Flat suitably designed to fit PSC Pole 9 Mtr x 300 Kg ,10X Mtr x 425 Kg. 9mtrx415 kg & 12mtr long 150x150 R S Joist pole for both 33 KV & 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. 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 orragged 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 workmanlike manner so as to facilitate cleaning, painting 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.
8.0.2 Fabrication has to be made as per drg. of ‘ V ‘ X-arm, Back clamp & ‘ F ‘ clamp.
8.0.3 33 KV & 11 KV V CROSS ARM
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
GURANTEED TECHNICAL PARTICULARS
(To be submitted along with offer)
Sl. Description Unit Bidder’s offer
No.
33 Kv 11 Kv
1 Type of crossarm
2 Grade of steel
3 Steel standard
4 Fabrication Standard
5 Dimensions Mm
6 Steel section utilized
7 Steel tensile strength N/cm²
8 Working load Kg
9 Weight of cross arm kg
10 Whether drawing has been submitted with the
bid
8.0.4 POLE TOP BRACKETS (F CLAMP)
GURANTEED TECHNICAL PARTICULARS
(To be submitted along with offer)
Sl. Description Unit Bidder’s offer
No.
33 Kv 11 Kv
1 Type of crossarm
2 Grade of steel
3 Steel standard
4 Fabrication Standard
5 Dimensions Mm
6 Steel section utilized
7 Steel tensile strength N/cm²
8 Working load Kg
9 Weight of cross arm kg
10 Whether drawing has been submitted with the
bid
8.0.5 BACK CLAMP FOR “V” CROSS ARM
GURANTEED TECHNICAL PARTICULARS (To be submitted along with offer)
Sl. Description Unit Bidder’s offer
No.
33 Kv 11 Kv
1 Type of Clamp
2 Grade of steel
3 Steel standard
4 Fabrication Standard
5 Dimensions Mm
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
6 Steel section utilized
7 Steel tensile strength N/cm²
8 Working load Kg
9 Weight of back clamp kg
10 Whether drawing has been submitted with the
bid 8.0.6 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.
9.0 INSTALLATION OF LINE MATERIALS 9.0.1 Insulator and Bindings - These materials are to be procured from the approved vendors
only after design approval of SOUTHCO 1. Suspension type H/W fittings (Single suspension normally to be used and in important X-
ings double suspension fittings to be used) in all tangent locations. In S/S fittings 3 nos. 45
KN normal disc insulators, D/S fittings 6 nos. 45 KN normal disc insulators to be used in
33 KV line. In case of 11 KV line 2 nos & 4 nos 45 KN B&S normal insulators are to
be used. 2. In angle locations single tension fittings to be used with 4 nos. 70 KN disc insulators. In all
road X-ings and other important X-ings Double Tension H/W fittings 8 nos. 70 KN disc
insulators to be used in case of 33 KV line & in 11 KV line it should be 45
KN insulators 2 nos. & 4 nos. are to be used. 3. Suitable pre formed armored rods should be used in all suspension fittings in case of
higher size Conductors.
4. Guarding / pilot insulators at the sharp angle points has to be provided. 5. Four pair bolted type (suitable for M-16 bolts) tension fittings for AAA conductors and a
compression type tension fitting for ACSR conductors has to be used. 6. The “distribution tie “ meant for pin insulator binding should be of no. 6 size and that of soft
annealed wire having a minimum length of 3 mtr. 7. Compression type jointing sleeves should be used for jointing of conductors only. 9.0.2 Checking of Suspension Fitting a) It shall be checked that there is no damage to any component of hardware fittings. b) It shall be verified that all nuts and bolts are tightened properly. c) It shall be made sure that all the necessary security pins (split pins) are fixed properly as
per approved drawings.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
9.0.3 Insulator hoisting a) Insulators shall be completely cleaned with soft and clean cloth. b) It shall be verified that there is no crack or any other damage to insulators. c) It is very important to ensure that ‘R’ clips in insulator caps are fixed properly. This is a
security measure to avoid disconnection of insulator discs. d) Both Arcing horns (both at top & bottom) of each insulators string has to be provided.
Where change of insulators required, prior to fixing, all insulators shall be cleaned in a
manner that will not spoil, injure or scratch surface of the insulator, but in no case shall
any oil be used for that purpose.
Pin insulators shall be used on all poles in straight line and disc insulators on angle and
dead end poles. Damaged insulators and fittings, if any, shall not be used. The insulator
and its pin should be mechanically strong enough to withstand the resultant force due to
combined effect of wind pressure and weight of the conductor in the span.
The pins for insulators shall be fixed in the holes provided in the cross-arms and the
pole top brackets. The insulators shall be mounted in their places over the pins and
tightened. In the case of strain or angle supports, where strain fittings are provided for this
purpose, one strap of the strain fittings is placed over the cross-arm before placing the bolt
in the hole of cross-arms. The nut of the straps shall be so tightened that the strap can
move freely in horizontal direction.
All materials, which are to be supplied by the contractor, should be procured from the approved Manufactures. Procurement from any other suppliers will not be permitted. All the related drawings of materials have to be approved by Project Manager. All the materials has to be tested in presence of authorized representative of Project Manager as well as officers of third party engaged by Collector, Malkangiri if any also.
14.0.6 PIN INSULATORS 14.0.6.1 33 Kv Pin Insulators.-IS-731/77 (Porcelain Insulator for O/H power lines with
nominal voltage greater than 1000 volts. 14.0.6.2 33 Kv GI Pin: - Confirming to IS-2486 Part-I/1971. 14.0.6.3 11 Kv Pin Insulators: - IS-731/77 (Porcelain Insulator for O/H power lines with
nominal voltage greater than 1000 volts. 14.0.6.4 11 Kv GI Pin: - Confirming to IS-2486 Part-I/1971.
14.0.7 DISC –INSULATORS: 14.0.7.1 Insulator Strings
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Sl. Particulars Single Double Single Double
No. Suspension suspension Tension Tension
string string string string
No. of standard Discs
1. (nos)
1X3 2X3 1X4 2X4
1) 33 KV
2) 11 kV 1X2 2X2 1X3 2X3
2. Size of Disc
255X145 255X145 280x170 280x170
(33 Kv/11 Kv)
All the above materials must conform to the schedules at C2 andC3
14.0.7.2 PORCELAIN GLAZE:
Surfaces to come in contact with cement shall be made rough by stand glazing. All other
exposed surfaces shall be glazed with ceramic materials having the same temperature
coefficient of expansion as that of the insulator shell. The thickness of the
glaze shall be uniform throughout and the colour of the glaze shall be brown. The glaze
shall have a visible luster and smooth on surface and be capable of satisfactory
performance under extreme tropical climatic weather conditions and prevent ageing of the
porcelain. The glaze shall remain under compression on the porcelain body throughout the
working temperature range.
14.0.7.3 METAL PARTS:
Cap and Ball pins:
Twin Ball pins shall be made with drop forged steel and caps with malleable cast iron.
They shall be in one single piece and duly hot dip g galvanized. They shall not contain
parts or pieces joined together, welded, shrink fitted or by any other process from more
than one piece of material. The pins shall be of high tensile steel, drop forged and heat
malleable cast iron and annealed. Galvanizing shall be by the hot dip process with a
heavy coating of zinc of very high purity with minimum of 6 dips. The bidder shall specify
the grade, composition and mechanical properties of steel used for caps and pins.
14.0.7.4 SECURITY CLIPS:
The security clips shall be made of phosphor bronze or of stainless steel.
14.0.7.5 FILLER MATERIAL:
Cement to be used as a filler material shall be quick setting, for curing Portland
cement. It shall not cause fracture by expansion or loosening by contraction.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Cement shall not react chemically with metal parts in contract with it and its
thickness shall be as small and as uniform as possible.
14.0.7.6 MATERIAL DESIGN AND WORKMANSHIP:
i) All raw materials to be used in the manufacture of these insulators shall be subject
to strict raw materials quality control and to stage testing quality control during
manufacturing stage to ensure the quality of the final end product. Manufacturing
shall conform to the best engineering practices adopted in the field of extra high
voltage transmission. Bidders shall therefore offer insulators as are guaranteed by
them for satisfactory performance on Transmission lines.
ii) The design, manufacturing process and material control at various stages be such
as to give maximum working load, highest mobility, best resistance to corrosion
good finish, elimination of sharp edges and corners to limit corona and radio
interference voltage
14.0.7.7 INSULATOR SHELL:
The design of the insulator shell shall be such that stresses due to expansion and
contraction in any part of the insulator shall not lead to deterioration. Shells with cracks
shall be eliminated by temperature cycle test followed by temperature cycle test followed
by mallet test. Shells shall be dried under controlled conditions of humidity and
temperature.
14.0.7.8 METAL PARTS: a) The twin ball pin and cap shall be designed to transmit the mechanical stresses to the
shell by compression and develop uniform mechanical strength in the insulator. The cap
shall be circular with the inner and outer surfaces concentric and of such design that it will
not yield or distort under loaded conditions. The head portion of the insulator or is under
tension the stresses are uniformly distributed over the pinhole portion of the shell. The
pinball shall move freely in the cap socket either during assembly of a string or during
erection of a string or when a string is placed in position. b) Metal caps shall be free from cracks, seams, shrinks, air holes, blowholes and rough
edges. All metal surfaces shall be perfectly smooth with no projecting parts or irregularities
which may cause corona. All load bearing surfaces shall be smooth and uniform so as to
distribute the loading stresses uniformly. Pins shall not show any macroscopically visible
cracks, insulations and voids.
14.0.7.9 GALVANIZING:
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
All ferrous parts shall be hot dip galvanized six times in accordance with IS: 2629. The
zinc to be used for galvanizing shall conform to grade Zn 99.5 as per IS: 209. The zinc
coating shall be uniform, smoothly adherent, reasonably light, continuous and free from
impurities such as flux ash, rust stains, bulky white deposits and blisters. Before ball
fittings are galvanized, all die flashing on the shank and on the bearing surface of the ball
shall be carefully removed without reducing the designed dimensional requirements. 14.0.7.10 CEMENTING:
The insulator design shall be such that the insulating medium shall not directly engage
with hard metal. The surfaces of porcelain and coated with resilient paint to offset the
effect of difference in thermal expansions of these materials. 14.0.7.10 (a) Specific Requirement for Insulators
The insulators shall confirm in the following specific conditions of respective IS
given in the table below
Insulator Designation Minimum Minimum
mechanical Creepage
failing load distance
11 KV Pin Type-B of IS731 10 KN 320 mm
33 KV
Type-B of IS731
Pin 10 KN 580 mm
33KV/11KV
Stay Type-C of IS 1445 88 KN 57 mm
LT Stay Type-C of IS 1445 44 KN 41 mm
14.0.7.11 SECURITY CLIPS (LOCKING DEVICES)
The security clips to be used as locking device for ball and socket coupling shall be ‘R’
shaped hump type to provide for positive lockin g of the coupling as per IS: 2486 (Part-
IV). The legs of the security clips shall allow for sore adding after installation to prevent
complete withdrawal from the socket. The locking device shall be resilient corrosion
resistant and of sufficient mechanical strength. There shall be no possibility of the
locking device to be displaced or be capable of rotation when placed in position and
under no circumstances shall it allow separation of insulator units and fitting ‘W’ type
security clips are also acceptable. The hole for the security clip shall be countersunk and
the clip shall be of such design that the eye of the clip may be engaged by a hot line clip
puller to provide for disengagement under energized conditions. The force required for
pulling the clip into its unlocked position shall not be less than 50 N (5 Kgs.) or more
than 500N (50 Kgs.)
DISC INSULATORS (B & S Type) GURANTEED TECHNICAL PARTICULARS
(To be submitted along with offer) Sl. Description SOUTHCO’s Bidder’s Offer
No. Approved
Standard
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
1 Manufacturer’s name
2 Address of manufacturer
3 Location of type testing
4 Applicable standard
5 Type of insulator (Porcelain or toughened
glass)
6 Dry impulse withstand voltage
7 Wet power frequency, 1 minute, withstand
voltage
8 Dry, Critical Impulse Flashover Voltage
9 Dry, power frequency, Critical Flashover
Voltage
10 Wet, power frequency, Critical Flashover
Voltage
11 Power frequency Puncture Voltage
12 Mechanical Routine Test Load
13 Mechanical Impact Strength
14 Shattered Strength (Glass)
15 Electromechanical Failing Load
16 Safe Working Load
17 Minimum Failing Load
18 Creepage Distance
19 Protected Creepage Distance
20 Type and Grade of Materials : Insulator
21 Type and Grade of Materials : Cap
22 Type and Grade of Materials : Pin
23 Type and Grade of Materials : Locking Pin
24 Type and Grade of Materials : Cement
25 Type of semi conducting Glaze
26 Colour of Insulator
27 Weight of Insulator
28 Number of Insulators per Crate
29 Gross Weight of Loaded Crate
30 Whether drawing showing dimensional
details have been furnished along with Bid
33 KV,11 KV PIN INSULATORS GURANTEED TECHNICAL PARTICULARS (To
be submitted along with offer)
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Sl. Description SOUTHCO’s Bidder’s Offer
No. Approved
Standard
1 Manufacturer’s name
2 Address of manufacturer
3 Location of type testing
4 Applicable standard
5 Type of insulator (Porcelain or toughened
glass)
6 Dry impulse withstand voltage
7 Wet power frequency, 1 minute, withstand
voltage
8 Dry, Critical Impulse Flashover Voltage
9 Dry, power frequency, Critical Flashover
Voltage
10 Wet, power frequency, Critical Flashover
Voltage
11 Power frequency Puncture Voltage
12 Safe Working Load
13 Minimum Failing Load
14 Creepage Distance
15 Protected Creepage Distance
16 Type and Grade of Materials : Insulator
17 Type and Grade of Materials : Thimble
18 Type and Grade of Materials : Cement
19 Type of semi conducting Glaze
20 Radius of conductor Groove
21 Colour of Insulator
22 Weight of Insulator
23 Number of Insulators per Crate
24 Gross Weight of Loaded Crate
25 Whether drawing showing dimensional
details have been furnished along with Bid
26 Whether Type Test Certificate have been
furnished
27 Other particulars (if any)
HT STAY INSULATOR & LT STAY INSULATORS
GURANTEED TECHNICAL PARTICULARS
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
(To be submitted along with offer) Sl. Description SOUTHCO’s Bidder’s Offer
No. Approved
Standard
1 Manufacturer’s name
2 Address of manufacturer
3 Location of type testing
4 Applicable standard & Type
5 Type of insulator (Porcelain or toughened
glass)
6 Dry impulse withstand voltage
7 Wet power frequency, 1 minute, withstand
voltage
8 Dry, Critical Impulse Flashover Voltage
9 Dry, power frequency, Critical Flashover
Voltage
10 Wet, power frequency, Critical Flashover
Voltage
11 Power frequency Puncture Voltage
12 Safe Working Load
13 Minimum Failing Load
14 Creepage Distance
15 Protected Creepage Distance
16 Type and Grade of Materials : Insulator
17 Colour of Insulator
18 Weight of Insulator
19 Number of Insulators per Crate
20 Type of semi conducting Glaze
21 Minimum dia of Stay wire hole
22 Whether drawing showing dimensional
details have been furnished along with Bid
23 Whether Type Test Certificate have been
furnished
24 Other particulars (if any)
GURANTEED TECHNICAL PARTICULARS
(To be submitted along with offer)
Sl. Description
Bidder’s Offer
No.
33 KV GI 11 KV GI
PIN PIN
1 Manufacturer’s name Manufacturer’s name &
Address
2 Standard applicable specification
3 Minimum failing load
4 Dimensions (mm)
A Total length
B Shank length
C Stalk length
5 Type of threads
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
6 Threads per Inch
7 Type of galvanization of pin & nuts
8 Mass of zinc (minimum)
9 Applicable specification
10 No. of Nuts with each pin & its size
11 No. of spring washer with each pin & its size
12 Packing details
A Type of packing
B Weight of each pin approx, (with nut & washers)
C No. of Pins in each packing (Kg)
13 Tolerance in weight / dimensions, if any
14 I.S.I. Certificate License number
15 Any other relevant information the bidder would
like
to indicate
16 Manufacturer’s Trade mark with each GS Pins
17 Whether drawing has been submitted by the bidder
14.0.8 LONG ROD INSULATOR
33KV Long Rod Insulator in conformity to IS: 2486 , IEC:433 & IS:731 can be used preferably in Saline affected area. The technical requirements are as under
a. minimum nominal creapage distance 850 mm
b. Lightning impulse withstand voltage 170KVp
c. Wet Power Frequency withstand voltage 75 KV
d. Tensile load 70KN
MILD STEEL CHANNEL & ANGLE
Clause TECHNICAL SPECIFICATIONS OF MILD STEEL CHANNEL & ANGLE
No. 1.00.0 SCOPE
This specification covers design, manufacture, testing and dispatch to owner’s stores of M.S. Channel & Angle for use in structures in distribution system.
2.00.0 APPLICABLE STANDARD
Materials shall conform to the latest applicable Indian standards. In case bidders offer steel section and supports conforming to any other international specifications which shall be equivalent or better than IS, the same is also acceptable.
Sl.No. Standard No. Title
1 IS: 2062 Grade ‘A’ Quality Specification for
M.S.Angles, M.S.Channel
2 IS: 2062 Chemical and Physical
composition of material
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
3 IS: 1852 Rolling and Cutting Tolerances
for Hot Rolled Steel products 3.00.0 GENERAL REQUIREMENTS
3.01.0 Raw material
The Steel Sections shall be re-rolled from the BILLETS/INGOTS of tested quality
as per latest version of IS: 2830 or to any equivalent International Standard and
shall be arranged by the bidder from their own sources.
The Chemical composition and Physical properties of the finished material shall be
as per the equivalent standards.
Chemical Composition and Physical Properties of M.S. Angles, M.S. Channels,
and M.S. Flat conforming to IS: Conforming to IS: 2062/84 3.02.0 Chemical Composition 3.02.1 Chemical composition For Fe 410 WA Grade
1 C - 0.23% MAX
2 Mn - 1.5% MAX
3 S - 0.050% MAX
4 P - 0.050% MAX
5 SI - 0.40% MAX6 CE
(Carbon Equivalent)- 0.42% MAX 3.04.0 Mechanical Properties
1. Tensile strength Kgf/mm² - 410
2. Yield stress Min. for thickness/diameter
< 20 mm - 26 Kgf/mm² OR 250 N/ mm²
20-40 mm - 24 Kgf/mm² OR 240 N/ mm²
> 40 mm - 23 Kgf/mm² OR 230 N/ mm²
3. Elongation % - 23%
4. Bend Test (Internal Dia) - Min-3ţ
(t–is the thickness of the ma terial). 3.05.0 Tolerance
Variation in ordered quantity for any destination and overall ordered quantity be
only to the extent of ±2%.
Rolling and weight tolerances shall be as per version of IS: 1852 or to any
equivalent International Standard.
4.00.0 TEST
Steel Section shall be tested in IS approved Laboratory or Standard Laboratory the
Bidder country having all facilities available for conducting all the test prescribed in
relevant IS or IEC or to any equivalent International Standard or any recognized
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
and reputable International Laboratory or Institutions.
The bidders are required to specifically indicate that;
They hold valid IS (or equivalent IEC) License. Steel Section offered are bearing requisite IS certification or equivalent marks.
The bidders are required to submit a copy of the valid IS (or equivalent IEC) License clearly indicating size and range of product against respective ISS or any equivalent International Standards along with their offer.
5.00.0 MARKING
It is desirable that the bidder should put his identification marks on the finished material. The mark shall be in “legible English letter” given with marking dies of minimum 18 mm size.
6.00.0 INSPECTION AND TEST CERTIFICATES
The material to be supplied will be subject to inspection and approval by the
purchaser’s representative before dispatch and/or on arrival at the destination.
Inspection before dispatch shall not however, relieve the bidder of his responsibility
to supply the Steel Sections strictly in accordance with the specification.
The purchaser’s representative shall be entitled at all reasonable time during
manufacture to inspect, examine and test at the bidder’s premises the materials
and workmanship of the steel section to be supplied.
As soon as the steel Section are ready for testing, the bidder shall intimate the
purchaser well in advance , so that action may be taken for getting the material
inspected. The material shall not be dispatched unless waiver of inspection is
obtained or inspected by the purchaser’s authorized representative.
Test certificates shall be in accordance with latest version of the relevant Indian
Standards or any equivalent International Standard.
The acceptance of any batch/lot shall in no way relieve the bidder of any of his
responsibilities for meeting all the requirements of the specification and shall not
prevent subsequent rejection of any item if the same is later found defective.
15.0 FLEXIBLE COPPER BOND
At suspension and tension towers, the earth wire suspension and tension clamps shall be
securely bonded to the tower steelwork by means of a multi-strand flexible copper bond
wire. The copper bond shall be sufficiently flexible to allow movement of the suspension
clamp under all operating conditions and terminated with compression lugs.
The flexible copper bond shall be of nominal 34 sq.mm equivalent copper area and not
less than 500 mm in length. It shall consist of 259 wires of 0.417 mm dia. tinned copper
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
conductor. It shall be laid up as seven stranded ropes, each of 37 bunched wires. The
tinning shall be as per IS 9567. Two tinned copper connecting lugs shall be press jointed
to either ends of the flexible copper cable. One lug shall be suitable for 12 mm, dia. bolt
and the other for 16 mm dia. bolt. The complete assembly shall also include one 16 mm
dia., 40 mm long mild steel bolt hot dip galvanized with nut and lock washers.
Lightning Arrestor
TECHNICAL SPECIFICATION OF 12 KV LIGHTNING ARRESTOR (VOLTAGE CLASS SURGE ARRESTORS)
The specification covers the design, manufacture, shop & laboratory testing before despatch, 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. 2.4 The assembly shall be hermetically sealed with suitable rubber gaskets with effective sealing system arrangement to prevent ingress of moisture.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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 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 NAME PLATE 5.1 The nameplate attached to the arrestors shall carry the following information: - * Manufacturing Trade Mark * Year of Manufacture
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
* Rated Voltage * Continuous Operation Voltage * Pressure relief rated current * Name of Client- * Purchase Order Number along with date. 6.0 INSPECTION
6.1 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.
6.2 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.
7.0 DRAWING AND INSTRUCTION MANUALS Within 15 days of receipt of the order, the successful tenderer shall furnish to the purchaser the following drawings and literature for approval: a. Outline dimensional drawings of Surge Arrestor and all accessories. b.Assembly drawings and weights of main component parts. c. Instructions manual d. Drawing showing details of pressure relief value e. Volt-time characteristics of surge arrestors. f. Detailed dimensional drawing of porcelain housing/ Silicon polymeric i.e. internal diameter, external diameter, thickness, height profile creepage distance, dry arching distance etc.
TECHNICAL & GUARANTEED - PARTICULARS. 12 KV 5 KA Distribution Class L.A.
Particulars To be
Specified by
Sr No. Requirement 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 voltage (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 continuous operative voltage (KV rms) 12
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
13 High Current impulse withstand(KA) 65
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
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
11KV AB SWITCH
TECHNICAL SPECIFICATIONS FOR 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: -
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 loose the parts or create undue internal stresses which may affect the electrical or mechanical strength. Cap and base of the insulators shall be interchangeable with each other. The cap and base shall be properly cemented with insulators to give perfect grip. Excess cementing must be avoided.
The tenderers shall in variably enclose with the offer, the type test certificate from NABL accredited testing laboratory and other relevant technical guaranteed particulars of insulators offered by them. Please note that AB Swiches without type test certificates will not be accepte
4.0 Each 11KV Post Insulators should have technical particulars as detailed below:
11KV
1 Nominal system voltage KV (rms) 11
2 Highest system voltage KV (rms.) 12
Dry Power Frequency one KV minute withstand
3 voltage (rms) in 35
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Wet Power frequency one minute withstand voltage
4 (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
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 polaritthe
Isolating
distance
One Minute power
frequency withstand
voltage KV (rms)
Across To earth Across
the & the To earth &
Isolating between Isolating between
distance poles distance 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 drawnelectrolytic 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
25
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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:
Sr. No Item Size of 11KV AB Switch
Length 5.50 meter dia 25
1 Operating Rod (GI dia) mm
Length 1800 mm
2 Phase coupling square rod (GI) Size 25x25 mm
3 Hot dip galvanized Operating handle (GI) 1 No.
The AB Switches shall be capable to resist any chance of opening out when in closed position. The operating Mechanism should be of robust constructions, easy to operate by single person and to be located conveniently for local operation in the switchyard. The GI pipe shall conform to ISS: 1239-68 and the vertical down rod should be provided with adequate joint in the mid section to avoid bending or buckling. Additional leverage should be provided to maintain mechanical force with minimum efforts. All iron parts should be hot dip galvanized. All brass parts should be silver Plated and all nuts and bolts should be hot dip galvanized
10.0 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.
26
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
1. Test to prove capability of rated peak short circuit current and the rated short time current. The rated short time current should correspond to minimum of 10K Amp and the peak short circuit current should correspond to minimum of 25K Amps.
2. Lightning impulse voltage test with positive & negative polarity. 3. Power Frequency voltage dry test and wet test 4. Temperature rise test 5. Mill volt drop tests
13.0 Dimension of 11KV AB Switches in (Max.) Tolerance 5%.
Sr No Particulars 11KV AB Switch
1 MS Channel 450x75x40
2
Creepage distance of 320mm (Min)
Post Insulator
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
c Bush Bronze Metal
d Thickness of Grooves 7
14.0 CONNECTORS:-
Connector 60x50x8 60x50x8
I (diamentions of each pad) (Moving & fix
(Moving & fix both)
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.
27
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
17.0 NAME PLATE: - The name plate in the following design shall be fixed on each AB Switch.
i) Name of supplier :
ii) Name of purchaser :
iii) Order No. and date :
iv) Rating :
v) serial number of unit : The size of name plate shall be 2" x 1" for 11 KV AB Switch. Schedule of Guaranteed Technical particulars for 11KV AB Switch
No Particular Requirement To be specified
by the Bidder
1 Type / make To be indicated
Maximum permission continuous service
2 voltage (KV)
12KV
3 Length of the Break/Phase (Min.) 400mm
4 Phase to Phase Spacing 750mm
Power Frequency withstand test voltage for
completely assembled switches
5
A Against ground
1 Dry KV 28KV
2 Wet KV 28KV
B Across open contact
1 Dry KV 32KV
2 Wet KV 32KV
C Between Phases
1 Dry KV 28KV
2 Wet KV 28KV
Impulse withstand test voltage of
completely assembled switch without arcing
horns with 1.2/50 micro second impulse
wave KV (Peak)
6 85KV
100% impulse flashover voltage of
completely assembled switch with arcing
horns with 1.2/50 micro second impulse
7 wave KV (Peak)
85KV
Particulars of the main contacts i.e.
8 fixedcontacts and moving contacts
Spring loaded fixed &knife type
Type moving contacts A
28
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Hard drawn electrolytic
B Material copper alloy
Surface Treatment & Thickness of Silver plated of thickness
C SilverCoating of 5 micron
D Contact Pressure 25KG
9 Continuous Current Rating, Amps 400amps
Short Time Current Rating KA (rms) min.
10 for1 sec 16KA
11 Rated Peak Short Circuit Current (KA Peak) 25KA
No. of operations which the switch can
12 withstand without deterioration of contacts 2000
13 Type of Mounting Horizontal up right mounting
14 Type & Material used in connector Brass/ Bronze strips
Bush bearing at rotating
15 Location and Type of Bushing insulator
16 Particulars of Post Insulators
A Make( ISI make) To be indicated
11 KV Post insulator
B Type 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
One Minute Power Frequency Dry
withstand
H voltage KV (rms) 65KV
Power Frequency Flashover voltage KV
I (rms) 70KV
J Impulse flashover voltage KV (Peak) 85 KV
K Impulse withstand voltage KV (Peak) 80 KV (peak)
L Puncture voltage (KV) 105 KV
Signature of Bidder
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
A. TECHNICAL SPECIFICATION FOR ALL ALUMINIUM ALLOY CONDUCTOR (AAAC) 1. SCOPE
This specification covers design, Engineering, Manufacture, Testing, Inspection before dispatch, forwarding, packing, transportation to sites, Insurance (both during transit & storage ), storage, erection, supervision testing & commissioning of all sizes of All Aluminium Alloy Conductors of the Aluminium – magnesium- silicon type for use in the distribution overhead power lines of SOUTHCO ,Orissa.
The material offered shall have been successfully type testes and the design shall have been satisfactory operation for a period not less than two years on the date of bid opening. Compliance shall be demonstrated by submitting with the bid, (i) authenticated copies of the type test reports and (ii) performance certificates from the users.
The scope of supply includes the provision of type test, Rates of type tests shall be given in the appropriate price schedule of the bidding document and will be considered for evaluation. The Purchaser reserves the right to waive type tests as indicated in the section on Quality Assurance, Inspection and Testing in the specification.
The Aluminium Alloy Conductor shall conform in all respects to highest standards of engineering, design, workmanship, this specification and the latest revisions of relevant standards at the time of offer and the Purchaser shall have the power to reject any work or materials, which, in his judgment, is not in full accordance therewith.
APPLICABLE STANDARDS 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. 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.
This list is not to be considered exhaustive and reference to a particular standard or recommendation in this specification does not relieve the contractor of the necessity of providing the goods complying with other relevant standards or recommendations. 3. GENERAL
The wires shall be of heat treated Aluminium, magnesium silicon alloy containing approximately silcon-0.5 to 0.9 %. magnesium-0.6 % to 0.9%,Fe-0.5% (maximum) , Copper- 0.1% (max ), mn- 0.03% , Cr-0.03%, Zn-0.1%, B-0.06%, and having the mechanical and electrical properties specified in the table and be smooth and free from all imperfections, such as, spills, splits and scratches.
Neutral grease shall be applied between the layers of wires. The drop point temperature of the grease shall not be less than 1200 ˚C.
3.1 Mechanical and Electrical Characteristics of Aluminium Alloy Wires used in the Construction of
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Stranded Aluminium Alloy Conductors
Nominal Minimu Max. Cross Mass Minimum Breaking Maximum
Diameter m Diameter Sectional Load Resistan
Diameter Area ce at 200 C
Before After
stranding stranding
mm mm mm mm2 Kg/k KN KN ohms/km
m
4.26 4.22 4.30 14.25 38.48 4.40 4.18 2.345
Maximum resistance values given in column 8 have been calculated from the maximum values of the resistively as specified and the cross sectional area based on the minimum diameter. The minimum breaking load is calculated on nominal diameter at ultimate tensile strength of 0.309 KN / mm² for wire before stranding and 95% of the ultimate tensile strength after stranding.
4. PHYSICAL CONSTANTS FOR ALUMINIUM ALLOY WIRES
4.1 Resistively :
For the purpose of this specification, the standard value of resistively of Aluminium alloy wire which shall be used for calculation is to be taken as 0.0325 ohm mm² /m at 200 ˚C. the maximum value of resistively of any single wire shall not , however, exceed 0.0328 ohm. mm²/m at 20˚ C.
4.2 Density :
At a temperature of 200 ˚C, the density of aluminium alloy wire is to be taken as 2700 kg/m3.
4.3 Temperature Coefficient of Linear Expansion :
The temperature coefficient of linear expansion of aluminium alloy wire is to be taken as (23 x10-6 ) per ˚C .
4.4 Constant – Mass Temperature Coefficient
At a Temperature of 200 ˚C, the constant – mass temperature coefficient of resistance of Aluminium alloy wires, measured between two potential points rigidly fixed to the wire, is taken as 0.00360/˚C
5. STANDARD SIZES
5.1 Nominal Sizes of Wires
The Aluminium alloy wires for standard constructions covered by this specification shall have the diameters as specified in the table and a tolerance of ±1% shall be permitted on the nominal diameter.
5.2 Standard Conductors
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
The sizes, resistance and masses (excluding the mass of grease ) of stranded Aluminium alloy conductors shall be as given in table.
Sl. No. Actual Strandin Approx. Approx. Calculated Approx
Area g and Overall Mass Maximum Calculated
Wire Dia Resistance Breaking
Dia at 200 C Load
1 2 3 4 5 6 7
mm² mm mm Kg/Km Ohm/Km KN
1 100 7/4.26 12.78 272.86 0.3390 29.26
5.3.1 Increase in Length due to Stranding When straightened out, each wire in any particular layer of a stranded conductor, except the central wire, is longer than the stranded conductor by an amount depending on the lay ratio of that layer.
5.3.2 Resistance and Mass of Conductor
The resistance of any length of stranded conductor is the resistance of the same length of any one wire multiplied by a constant as set out in the table below.
The mass of each wire in any particular layer of the stranded conductor, except the central wire, will be greater than that of an equal length of straight wire by an amount depending on the lay ratio of that layer. The total mass of any length of an Aluminium stranded conductor is, therefore, obtained by multiplying the mass of an equal length of straight wire by an appropriate constant as mentioned below. In calculating the stranding constants as mentioned in the table below, the mean lay ratio, that is the arithmetic mean of the relevant minimum and maximum values in table for lay ratio has been assumed for each layer.
5.3.3 Calculated Breaking Load of Conductor
For a conductor containing not more than 37 wires, 95% of the sum of strength of the individual wires calculated from the values of the minimum breaking load given in this specification.
For a conductor containing more than 37 wires, 90% of the sum of the strengths of the individual wire calculated from the values of the minimum breaking load given in this specification.
5.3.4 Calculated Area and Maximum Resistance of Conductor
The actual area of a stranded conductor has been taken as the sum of the cross-sectional areas of the individual wires of nominal diameter. Maximum resistance values of stranded conductor have been calculated on the basis of maximum resistivity and the cross-sectional area based on the minimum diameter of wires.
5.4 Stranding Constants
Number of Wires in Stranding Constants
Conductor
Mass Electrical Resistance
7 7.091 0.1447
6. JOINTS IN WIRES
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
6.1 Conductor containing seven wires
There shall be no joint in any wire of a stranded conductor containing seven wires, except those made in the base rod or wire before final drawing.
6.2 Conductors containing more than seven wires
In stranded conductors containing more than seven wires, joints in individual wires are permitted in any layer except the outermost layer ( in addition to those made in the base rod or wire before final drawing ) but no two such joints shall be less than 15 m apart in the complete stranded conductor. Such joints shall be made by cold pressure butt welding. They are not required to fulfill the mechanical requirements for unjointed wires.
7. STRANDING
The wire used in the construction of a stranded conductor shall, before and after stranding, satisfy all the relevant requirements of this standard. The lay ratio of the different layers shall be within the limits given in the table for lay ratio. In all constructions, the successive layers shall have opposite directions of lay, the outermost layer being righ-handed. The wires in each layer shall be evenly and closely stranded.
In Aluminium alloy stranded conductors having multiple layers of wires, the lay ratio of any layer shall not be greater than the lay ratio of the layer immediately beneath it.
7.1 Lay Ratios for Aluminium Alloy Stranded Conductors
Number of Wires in Conductor Lay Ratios
7 Min-10 Max-14
NOTE: For the purpose of calculation the mean lay ratio shall be taken as the arithmetic mean of the relevant minimum
and maximum values given in this table.
8. LENGTHS AND VARIATIONS IN LENGTHS :
Unless otherwise agreed between the Employer and the Contractor, stranded aluminium alloy conductors shall be supplied in the manufacturer‟s usual production lengths to be indicated in the bid Schedule. The Employer reserves the right to specify particular lengths of conductor such that certain drum lengths will be shorter than others. There will in both cases be a permitted variation of –0 + 5% in the length of any one conductor length.
9. TESTS
9.1 Type Tests
The following tests shall be carried out as per relevant ISS once on samples of completed line conductor during each production run of up to 500 kms of the conductor from each manufacturing facility.
9.1.1 Ultimate Tensile Strength Test
This test is intended to confirm not only the breaking strength of the finished conductor but also that the conductor has been uniformly stranded.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
A conductor sample of minimum 5 m length fitted with compression dead end clamps at either end shall be mounted in a suitable tensile test machine. Circles perpendicular to the axis of the conductor shall be marked at two places on its surface. Tension on the conductor sample shall be increased at a steady rate upto 50% of the minimum UTS specified and held for one minute. The circles drawn shall not be distorted due to relative movement of the individual strands. Thereafter the load shall be increased at a steady rate to the specified minimum UTS and held at that load 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.
9.1.2 D.C Resistance Test On a conductor sample of minimum 5 m length two contact clamps shall be fitted with a pre-determined bolt torque. The resistance between the clamps shall be measured using a Kelvin double bridge by initially placing the clamps at zero separation 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 200 C, which shall conform to the requirements of this specification.
9.2 Routine Tests
Measurement of Physical Dimensions : The samples should meet the desired dimensional requirements before conducting following Routine Tests as per
relevant ISS.
9.2.1 Selection of Test Samples
Samples for the tests specified in this specification shall be taken by the manufacturer before stranding, from not less than 10% of the individual lengths of aluminium alloy wire included in any one final heat-treatment batch and which will be included in any one consignment of the stranded conductors to be supplied.
Alternatively, if desired by SOUTHCO at the time of placing an order, that the tests be made in the presence of his representative, samples of wire shall be taken from length of stranded conductor.
Samples shall then be obtained by cutting 1.2 meters from the outer end of the finished conductor from not more than 10% of the finished reels or drums.
Tests for electrical and mechanical properties of Aluminium alloy wire shall ordinarily be made before stranding since wires unlaid from conductors may have different physical properties from those of the wire prior to stranding because of the deformation brought about by stranding and by straightening for test.
Spools offered for inspection shall be divided into equal lots, the number of lots being equal to the number of samples to be selected, a fraction of a lot being counted as s complete lot. One sample spool shall be selected at random from each lot.
The following test shall be carried out once on samples of completed line conductor during each production run of up to 500 kms of the conductor from each manufacturing facility.
9.2.2 Breaking Load Test The breaking load of one specimen, cut from each of the samples taken shall be determined by means of a suitable tensile testing machine. The load shall be applied gradually and the rate of separation of the jaws of the testing machine shall be not less than 25 mm / min and not greater than 100mm /min.
9.2.3 Elongation Test
The elongation of one specimen cut from each of the samples taken shall be determined as follows: The specimen shall be straightened by hand and an original gauge length of 200 mm
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
shall be marked on the wire. A tensile load shall be applied as described above and the elongation shall be measured after the fractured ends have been fitted together. If the fracture occurs outside the gauge marks, or within 25 mm of either mark, and the required elongation is not obtained, the test shall be disregarded and another test should be made.
When tested before and after stranding, the elongation shall not be less than 4% on a gauge length of 200 mm.
9.2.4 D.C Resistance Test
The electrical resistance test of one specimen cut from each of the samples taken shall be measured at ambient
temperature. The measured resistance shall be corrected to the value at 20 ˚C by means of the formula : R20 = RT [1/{1+α (T-20)}] where ,
R20 = resistance corrected at 20˚ C RT = resistance measured T˚ C
α= constant – mass temperature coefficient of resistance, 0.0036, and T = ambient temperature during measurement.
The resistance corrected at 20 ˚ C shall not be more than the maximum values specified.
9.2.5 Chemical Analysis of Aluminium Alloy
Samples taken from the alloy coils / strands shall be chemically / spectrographically analyzed. The results shall conform to the requirements stated in this specification. The contractor shall make available material analyses, control documents and certificates from each batch as and when required by the Purchaser.
Test should be conducted at the independent test house by the purchaser in the case of absence Of facility at manufacturer. However the cost of such testing shall be borne by the manufacturer.
9.2.6 Dimensional and Lay Length Check
The individual strands of the conductors shall be dimensionally checked and the lay lengths checked to ensure that they conform to the requirements of this specification.
Ten percent drums from each lot shall be rewound in the presence of the Purchaser or his representative to allow visual checking of the conductor for joints, scratches or other surface imperfections and to ensure that the conductor generally conforms to the requirements this specification. The length of conductor wound on the drum shall be re-measured by means of an approved counter / meter during the rewinding process.
9.2.7 Visual and dimensional Checks on the Conductor Drums.
The drums shall be visually and dimensionally checked to ensure that they conform to the requirements of this specification and of IS 1778: Specification for reels and drums of bare conductors. For wooden drums, a suitable barrel batten strength test procedure is required. The Bidder shall state in his bid the tests to be carried out on the drums and shall include those tests in the Quality Assurance Programme.
9.2.8 Acceptance Tests : All tests required to confirm enclosed Guaranteed Technical Particulars (GTP) requirements of this specification needs to be conducted as Acceptance Tests.
10. REJECTION AND RETESTS
10.1 Type Tests
Should the conductor fail any of the type tests specified above, the Purchaser will not accept any conductor manufactured from the material, nor conductor made by the manufacturing methods used for the conductor which failed the test.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
The manufacturer shall propose suitable modifications to his materials and techniques in order that he can produce conductor which will satisfactorily pass the type test requirements. 10.2 Routine Tests . Should any one of the test pieces first selected fail the requirements of the tests, two further samples from the same batch shall be selected for testings, one of which shall be from the length from which the original test sample was taken unless that length has been withdrawn by the manufacturer.
Should the test pieces from both these additional samples satisfy the requirements of the tests, the batch represented by these samples shall be deemed to comply with the standard. Should the test pieces from either of the two additional samples fail, the batch represented shall be deemed not to comply with the standard.
If checks on individual strand diameters, conductor lay lengths and conductor surface condition indicate non-compliance with the requirements of the specification, the particular drum will be rejected. Inspection will then be carried out on two further drums within the same batch. If the conductor on either of the drums is non-complaint, the complete batch will be rejected.
10.3 Delivery Extension due to Rejection of Conductor
The rejection of conductor due to its failure to pass either type or routine tests shall not permit the Contractor to apply for any extension to the time period within which he has contracted to complete the project.
Description Requirement Details furnished by the bidder
55 Sq.mm
1. Stranding and diameter of Aluminum Alloy Strand 7/3.15 mm
2. Over all diameter of conductor in mm 9.45
3. Standard nominal Aluminium Alloy area in Sq.mm 55
4. Calculated Aluminium alloy area in Sq.mm 54.55
5. Minimum ultimate tensile strength of Aluminium Wire 31.57
strand in Kg/mm2 Kgs./Sq.mm
6. Guaranteed ultimate tensile strength of conductor in
Kg/mm2 1634 Kgs
7. Minimum breaking load in Kg. For
a) AluminiumAlloy Strand 2.29 KN
b)Aluminium Alloy Conductor 16.03 KN
8. Maximum working tension of 70% of UTS
conductor
9. Weight in Kg. Per KM of 149.20 Kgs
Aluminium Alloy conductor approx.
10. Resistance in Ohm per KM at 20 C 0.621 max.
11. a) Continuous maximum current rating of conductor in still 173 Amps
air at 450C ambient temperature (A) 300C
b) Temperature rise for the above current (deg.C)
39
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
12. Modulus of Elasticity of 0.6320X106
Aluminium
Alloy conductor Kg/Sq.mm
13. Co-efficient of linear expansion 23X10-6
per 23X10-6
degree centigrade for
a) Aluminium Alloy Strand/0C
b) Alloy conductor/0C
14. Standard length of each piece in 1.70 and above
KM
15. Dimension of the reel in Cms. 135X50X71
16. Gross weight of the reel including Max. 1500
weight of the conductor Kg.
17. Standard according to which the IS : 398 (Part-4)
conductor will be manufactured and – 1994
tested
18. Other particulars
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.
Sl.No. Standard No. Title
1 IS: 2062 Grade„A‟Quality Specification for M.S.Angles,
M.S.Channel
2 IS: 2062 Chemical and Physical
composition of material
3 IS: 1852 Rolling and Cutting Tolerances
for Hot Rolled Steel products
3) 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.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
(F). TECHNICAL SPECIFICATION G.I. WIRE
The wires shall be drawn from the wire rods conforming to IS:7887-1975 or the latest version thereof. 1. Applicable standard:
The GI wire shall comply with the specific requirements of IS: 280-1978 and IS: 7887-1975 or the latest version thereof. 2.Galvanizing:
The wires shall be galvanized with Heavy coating as per IS: 4826-1979 or the latest version thereof. (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
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.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
EARHTING COIL GUARANTEED TECHNICAL PARTICULARS
(To be submitted along with Offer)
Sl.No. GENERAL TECHNICAL PARTICULARS BidderOffer
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
GUARANTEED TECHNICAL PARTICULARS OF HT STAY SET
Sl.
Specified parameters
Bidder‟s
Item Description Section Fabrication Material
No. offer
Tolerances Tolerances
1 Anchor Plate 8mm 300x300mm+ 1% GI Plate 8 mm
thick+2.5% -5% thick
2 Anchor Rod 20mm dia Length1800mm GI Round
+3% - 2% +0.5% 20mm dai
Round Eye 40mm GI Round 20mm
inside dia+3%. dia
Threading
40mm +11%-5%
3 Turn Buckle Bow 16 mm dia Overal Length 16mm dia.
+5%-3% 995mm +1% 16mm GI round
dia G I Channel
Height 100x50x4.7mm
Length450mm
+1%
100x50x4.7mm
GI Channel length
200mm + 1%
4 Eye Bolt Rod 20mm dia + Length450mm GI Round
3% - +1% Threading 20mm dia.
2% 300mm +1% Round
Eye 40
mm inside dia +3%
5 Galvanisation 43
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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. 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
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
The minimum breaking load of the wires before and after stranding shall be as follows: No. of wires & constant Wire Dia Min. breaking load Min. breaking load
(mm) of the Single wire of the standard wire
before stranding (KN)
(KN)
7 (6/1) 3.15 5.45 36.26
Minimum weight of zinc 490 gm/mm2 490 gm/mm2 490 gm/mm2 coating before stranding
Minimum weight of zinc 475 gm/mm2 475 gm/mm2 475 gm/mm2
coating before stranding
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: 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)
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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 TECHNICAL SPECIFICATION OF 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.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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 Galvanizing and testing for IS:2620/1985 IS:2629/1986
uniformity and mass of Zinc coating of the pipe SI:6745/1972
8. G.I Clamp for earthing pipe 40mmX6mm
9. G.I Bolts Size 5/8”X1 &1/2”
(K). TECHNICAL SPECIFICATION OF ALUMINIUM BINDING WIRE: 1.0 SCOPE: Scope covers manufacture, testing and supply of 3.53 mm dia Aluminium Binding Wire as per IS 398. 2.0 MATERIALS: The material comprising the wire shall have the following chemical composition: Aluminium 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 Weight of Breaking
Minimum Nominal Maximum of nominal dia. Wires wire Load
(mm²) kg/km (kN)
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 aluminium 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
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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.
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
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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 (iv) Post type insulators Post insulator shall conform in general to IS 2544, IEC 168 and IEC 815 This form is to be duly filled up by the bidder & submit along with the Tender) Reference Standards The codes and/or standards referred to in the specifications shall govern, in all cases wherever such references are made. In case of a conflict between such codes and/or standards and the specifications, latter shall govern. Such codes and/or standards, referred to shall mean the latest revisions, amendments/ changes adopted and published by the relevant agencies unless otherwise indicated. Other internationally accepted standards which ensure equal or better performance than those specified shall also be accepted, subject to prior approval by the Owner. In case no reference is given for any item in these specifications, latest REC specification & Construction Standards shall be referred to. LT XLPE Single Core Cable
The LT XLPE Cable shall conform in all respects to highest standards of engineering, design, workmanship, this specification and the latest revisions of relevant standards and the Purchaser shall have the power to reject any work or material. 2. STANDARDS:
Except where modified by this specification, the LV Cable shall be designed, manufactured and tested in accordance with the latest editions of the following standards.
IEC/ISO Indian Standard Material
IEC: 1089 IS:398/1994 Round wire concentric lay
Overhead electrical
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Stranded Conductors.
IS:398(Part-4)/1994 All Aluminum Alloy
Conductors, Quality
Management Systems.
ISO:9000 IS:8130/1984 Conductors for insulated
Electric cables.
IS:10810/1984 Method of Tests for cables.
IEC:502 IS:7098/1988 XLPE Insulated PVC.
Sheathed power cables. . The Bidder may propose alternative standards, provided it is demonstrated that they give a degree of quality and performance equivalent to or better than the referenced standards. The purchaser shall adjudge whether to accept or reject any standards.
In case of conflict the order of the precedence shall be (1) IEC or ISO standards, (2) Indian Standards, (3) Other alternative standards. This list is not to be considered exhaustive and reference to a particular standard or recommendation in this specification does not relieve the Manufacturer or the necessity of providing the goods complying with other relevant standards or recommendation.
3. SYSTEM CONDITIONS The materials shall be suitable for installation in supply systems of the following characteristics.
Frequency 50Hz Nominal System Voltage 400/230V
Maximum System Voltage LV System 440/250 V Minimum LV Voltage 370 V Power frequency one minute withstand 2KV(set & dry) Neutral Earthing arrangement LV System Solidly earthed
1.0 GENERAL/ TECHNICAL
The LT Cable shall be of heavy duty, stranded circular Aluminum Conductor, Cross linked Polyethylene (XLPE) insulated provided with extruded PVC outer sheathed & galvanized steel stripped armoured/unarmoured.
2.0 CONDUCTORS:
The conductor shall be of round stranded aluminum of compacted circular cross section as stipulated in Table 2 under clause 5 of IS 8130. The aluminum shall comply with IS 8130.
3.0 ARMOURING :
Cable size 1C x 185 mm2 and 1C x 300 mm2 sizes shall be with armoured. Armouring shall be galvanized steel stripped. The method, type, dimensions, joints, conductance etc. of armor shall confirm to IS 7098 part II. 4.0 OUTER SHEATH :
The Outer Sheaths shall be applied over the armouring. Minimum thickness of PVC outer sheath shall confirm to the requirement of IS 7098/ 1988. 5.0 TESTS: 5.1 Type Tests The bidder should submit copies of the type test reports of similar size or higher size of cable from any NABL accredited laboratory.
5.2 Routine Tests The following measurement or tests shall be carried out on all drums and coils of Bunched cable:
• Conductor resistance • Voltage test.
The conductor to be tested for conductor resistance shall be stored for at least 12hours in a room at particular
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
constant temperature. If it can not be established that the conductors have reached the room temperature, the test should be postponed for a period of further 12 hours. Alternatively, the test can be carried out on short sample after remaining one hour in a temperature controlled water bath. The test shall be carried out and the conversion factors used to convert the resistance value to a base of 2000C and one Km. The DC resistance of each conductor shall not exceed the appropriate maximum values specified in IEC:228/IS:6474. The voltage test shall be conducted by applying to each core 3.5KV AC (2.5 U0plus 2 KV) or 8.4 KV DC for 5 minutes with the specimen lying in a water bath at ambient temperature. The conductor shall pass the test if no electrical breakdown occurs.
5.3 Acceptance Tests The following sample check, measurements and test shall be carried out Measurement of insulation wall thickness;
• Measurement of diameter of each strand, overall outside dia & Cross Sectional Area of the conducting Part in compacted condition. • Measurement of diameter & cross sectional Area of each strand after entwining. • Thermal expansion test; • Check of physical characteristics • Tensile strength of individual wires of conductor. • Wrapping test • Conductor resistance test • Hot set test for insulation • Tensile strength and elongation at break test for insulation and sheath. • Insulation resistance (volume resistivity) test.
This test should be carried out on one length form each production batch of the same sample. The thickness of the insulation wall shall be measured on a piece removed from each end of the sample length. If either means or minimum values are not met, two further samples shall be removed at 0.5m form the end corresponding to the failed specimen. If these samples do not satisfy the mean and minimum thickness requirements, the test shall be deemed to have been failed. The longitudinal projections used for phase identifications shall be ignored. The thermal expansion test need only be carried out on one core. In relation to the tensile test, the tensile strength of the aluminum wires before stranding and that of the finished conductor shall comply with IEC: 1089.
LT XLPE Single Core Cable Guaranteed Technical Particulars to be Specified by the Bidder
Sr. Description 1Cx300 mm2 1Cx300 Specification
No. (Unarmoure mm2 by the Bidder d) (Armoured)
1 System voltage.
2 Make of cable.
3 Type of cable
4 IS or other specification to which the cable is
manufactured
5 Conductor material and its grade
6 i) Number of wires in each conductor in nos.
ii) Nominal dia of wire dia each conductor in No.
X mm
7 No. cores and nominal cross sectional area of
each conductor in No. X sq. mm
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
8 Shape of conductors.
9 Core identification
10 Material used for insulation
11 Total thickness of insulation used over each
conductor in mm.
12 Specific insulation resistance of dielectric ohm-
Cm.
13 Maxiumum thermal resistivity of dielectric in
electric measure (i.e. difference in C between
opposite faces of cm. cube a of the dielectric to
transfer 1 Watt of heat).
14 Type of extrusion / curing process
15 Minimum thickness of Inner Sheath
16 Method of application of Outer Sheath
17 Minimum thickness of Outer Sheath in mm.
18 Material used for Outer Sheath
19 Type and size of armour
20 Total cross sectional area of Armouring in sq.
mm.
21 Calculated diameter over laying up cores
(Calculated as per fictitious method to IS 10462
Part-I) in mm.
22 Calculated diameter of cable over armouring (as
per fictitious method to IS 10462 Part-I in mm.
23 Approximate overall diameter of cable in mm.
24 Approximate total weight of aluminium
conductor in 1000 mtrs. Length of finished cable
in kgs
25 Max. thermal resistivity of outer sheath in
electrical measure (i.e. difference in C between
opposite face of cm. Cube of the dielectric to
cause transfer of 1 watt of heat)
26 Total length of cable for each drum in metres.
27 Total weight of each drum length of cable in Kg.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
28 Total weight of each drum length of cable with
drum
29 Size of each drum
30 No. of years the design of the cable offered is in
service
31 Continuous safe current carrying capacity for
following conditions for a single cable
a) Ground temperature
b) Thermal resistivity of soil 1200 C cm/w
c) Depth of laying 1070 mm.
32 Continuous current rating in air at 400 C
33 Maximum permissible temperature rise of the
conductor for continuous capacity
34 Current density under conditions stipulated in 34
above
a) Duct
b) Air
c) Ground
57
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
35 Insulation resistance - Meg. Ohms. Per 1000
Metres of finished cable at 200 C.
36 Conductor resistance- ohms per 1000 Metres of
finished cable at 200 C.
37 Conductor reactance - ohms per 1000 Metres of
0 finished cable at 20 C 38 Specific inductive capacity Micro - 39 Impulse level 40 Positive sequence impedance of cable per 1000
metres in ohms.
41 Negative sequence impedance of cable per
1000 metres in ohms
42 Zero sequence impedance of cable per 1000
metres in ohms 43 Maximum allowable assymetrical fault current to
earth for 1 sec
44 Maximum allowable symmetrical short circuit current for a duration of one second.
BIDDER‟S SIGNATURE WITH SEAL
LT Distribution Box 1. SCOPE
1.1 This specification covers design, manufacture, testing at manufacturer works before supply of L.T. Distribution Cabinet suitable for outdoor installation in Pole mounted /Plinth Mounted distribution sub-sections of following capacity. i)100KVA, (ii) 250 KVA with two Out going, (iii) 250 KVA with three Outgoing (MCCB each) all suitable for 11/0.433 KV Transformer.
1.2 The Technical Specification contained herein are for the guidance of the bidders, Any deviation from the Purchasers specification will be considered on their relative merits from the consideration of performance, efficiency, reliability and overall economy consists with the requirements stipulated herein.
2. COMPLETENESS OF CONTRACT:
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
All fittings or accessories no specifically mentioned herein but necessary or usual for similar equipment and their efficient working shall be provided by the contractor without extra charges.
3. DESCRIPTION OF MATERIALS The L.T. Distribution cabinets are meant for installation in the D.P. Structure plinth Mounted/Pole Mounted Distribution 11/.433 KV substation of the ratings indicated above. These Distribution Cabinets are to be outdoor type and to be fabricated out of 2 mm CR sheet steel duly acid treated and finished with one coat anticorrosive primer and two coats of gray epoxy paint of reputed make. The body of the boxes shall have sufficient reinforcement with suitable size of channels keeping a provision for fixing these boxes either on DP structure or plinths. The Box shall have double door with locking arrangement and a door handle conforming to IS 8623/1977 .The roof of the box shall be slightly slanting both sides as per drawing with an overhang of 50mm to the front and back side. For maintenance point of view doors may be provided front side as per the requirement. The nuts, bolts, washers used in the box shall be galvanized to avoid rusting. The door hinges shall not be visible from outside. The box shall have a solid earthing point and arrangement for sufficient ventilation. The boxes should confirm to IP 54 degree of protection. The bidders shall have to enclose type test certificate for degree of protection (P-54) after their product duly tested at CPRI failing which their bid is liable for rejection. The box shall have provision of bus bars of (Electrolytic Cooper for 250 KVA Transformer boxes) mounted on epoxy resin cast bus insulators fixed on suitable fixing arrangement. The bus bars shall be conveniently placed so as to provide adequate clearance from the body of the box conforming to I.E. Rules applicable for L.T. supply. There should be heat shrinkable bus bar insulation tubing on the bus bars. The arrangement and dimensions shall be as per the drawing enclosed. The box shall consist of one incoming MCCB and 2 sets / 3 sets of Kit-Kat fuse unit rating detailed later for outgoing feeders. Suitable cable glands of heavy duty, double compression type shall be provided at the bottom of the box. One for incoming cable and two/three for outgoing cables, Detachable plates shall be provided for fixing of cable glands.
Sl. Dimension 250 KVA Dist Box 250 KVA Dist Box
No. with three O/G with two O/G
1 Height of Box 1500 mm 1000 mm
2 Length of Box 1200 mm 1000 mm
3 Width of Box 500 mm 500 mm
4 Ventilator length 350 mm 250 mm
5 Ventilator width 250 mm 170 mm
6 MCCB 400 A 400 A
7 MCCB terminal suitable 300 mm2 cable (1 run) 300 mm2 cable (1 run)
for
8 Kit Kat 300 A (9 nos) 300 A (6 nos)
9 Kit Kat terminal suitable 1c2x 95 mm cable (3 1c2x 95 mm cable (2
for runs) runs)
10 Bus Bar 50x6 mm 50x6 mm
11 Bus Bar materials Electrolytic Copper Electrolytic Copper
A neutral Busbar similar to phase Busbar is to be provided.
4. KIT KAT FUSE UNIT: Shall be of reputed make as per IS-2086 (Make- Anchor/Havells/ Ripcon) The kit kats should have 500 V rating. All contact parts are plated and made of copper and brass with A class porcelain with extended terminal fitted with slots hex bolts with nuts. The outgoing terminal of the cables is to be connected to the extended terminal of the kit Kat by bimetallic lugs, duly crimped with Die less crimping tools. Bimetallic lugs of suitable size are to be provided along with box.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
5. MCCB OF REPUTED MAKE: (Make must be specified in the bid) The MCCB should conform to the following Technical Specification: i) Standard IS 13947 (Part-2) /1993 & IEC Pub -947 -2 (1989)
ii) Rated voltage 415 vol. Ac
iii) No. of poles 3
iv) Utilisation category A
v) Rated current 400A & 500 respectively (with over current Setting 80% to 100%)
vi) Rated service short circuit breaking capacity: The percentage of rated service shout circuit breaking
capacity (I.Cs) to rated ultimate short circuit breaking capacity (icu) shall be mentioned as per the Table-1,
page 13 of IS 13947 (Part-2) /1989. ICs = ICu = 35 KA
vii) Type of protection:- Overload protection is a must with static /electro magnetic /thermo magnetic trip
release. & Short circuit. viii) There should be a metallic /heat resistant insulating barrier between the MCCB side & that of kit Kat
fuses so that the heat generated in Kit Kat fuses carrying current and during fuse blow should not pass to
the MCCB.
6 . GENERAL
a) The L.T. distribution Boxes should be of the dimensions as per the detail given above. The bidders can quote with their own design suitably accommodating the components in conforming to the approved clearances and technical requirement as indicated in this bid. The dimensions are only illustrative. Tolerances of dimensions are 10% over & above the dimensions specified. The bidder may specify their own dimensions within + 10% limit and quote accordingly.
b) The distribution boxes shall be wired with copper/aluminum flat.
c) Terminal connectors for the earth connections to be provided in the box.
d) The distribution cabinet should be preferably of IP-54 protective category, with provision for lighting inside the cabinet. SOUTHCO & Sl. No. Punching Marks should be given on any one of the side walls of each box as an identification of SOUTHCO property, besides furnishing a non-detachable name plate which should exhibit the details of L.T. Distribution Cabinet.
e) The bidders are required to furnish the Guaranteed Technical Particulars in the format given.
7. TESTS:
The M.C.C.B. to be mounted with Distribution Boxes shall have been fully type tested as per the relevant standard in any NABL approved Testing Laboratory. Copies of type test reports must be enclosed with the tender failing, which the bid is liable for rejection. Purchaser reserves the right to demand repetition of the tests without any extra cost.
8. INSPECTION: - The inspection may be carried out by the Purchaser at any stage of manufacture. The successful bidder shall grant free access to the Purchaser‟s representative at a reasonable time when the work is in progress. Inspection and acceptance of any equipment under the specification by the Purchaser shall not relieve the supplier of his obligation of furnishing equipment in accordance with the specification and shall not prevent subsequent rejection if the equipment is found to be defective. The supplier shall keep the Purchaser informed in advance about the manufacturing programme so that arrangement can be made for inspection. The purchaser reserves the right to insist for witnessing the acceptance/routine testing of the bought out items.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
9. ACCEPTANCE AND ROUTINE TESTS:-
All acceptance and routine tests as stipulated in the relevant standards shall be carried out by the supplier in presence of owner‟s representative. Immediately after finalization of the programme of type/acceptance/routine testing, the supplier shall give fifteen days advance intimation to the Purchaser to enable him to depute his representative for witnessing the tests.
10. DOCUMENTATION: - The Bidder shall furnish following drawings along with the offer.
(a) General outline and assembly drawing of the L.T. Distribution Box. (b) Cross Sectional view. (c) Arrangement of terminals & details of connection studs provided. (d) Name plate. (e) Schematic drawing. (f) Type test reports MCCB & Distribution box. (g) Test reports, literature of the bought out items and raw materials. (h) Testing facilities available at the works. (i) List of customers with detailed address/purchase reference, quantity and year of supply with user certificate for such items.
LT Distribution Box Guaranteed Technical Particulars
Sl. No Description Bidders\ Offer for
100 KVA Box
Bidders\ Offer for
250 KVA Box(With
2 O/G)
Bidders\ Offer for
250 KVA Box
(With 3O/G)
1 Rated voltage & type
2 Thickness of enclosure
3 Size of Bus bar
Phase
Neutral
4 Bus bar material
5 Over all dimension of board LXWxH
6 Bus bar supporting insulator
7 Degree of protection
8 Standard followed
9 Terminal capacity
10 Gland Size Inlet/outlet
11 Separation barrio MCCB & Kit-Kat MCCB
12 Name of Manufacturer
13 Type/code No
14 Rated Current
15 No of Poles
16 Standard followed
17 Utilization Category
18 Rated short circuit Breaking capacity
19 Rated ultimate short circuit
Breaking
capacity
20 Type of Protection provided
21 Extra Preference if any FUSE
22 Make & voltage
23 Rating
24 Terminal Capacity 25 Wiring detail from bus bar to kit kat fuse
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
BIDDER‟S SIGNATURE WITH SEAL
TECHNICAL SPECIFICATIONS FOR HG FUSES
1. DESCRIPTION OF THE MATERIALS:- The 11KV. 200Amps, 3 Pole H.G Fuse Sets shall confirm to the following parameters:-
i) Number of Poles:- 3 ii) No. of insulator per pole:- 2nos. 12KV Post Insulator/ Phase iii) Nominal system voltage 11KV iv) Highest system voltage:- 12KV v) Rated frequency:- 50 Hz vi) System Earthing:- Effectively earthed vii) Rated normal current 200 Amps viii) Altitude of installation Not exceeding 1000 M.
The post insulator used in the H.G. Fuse set shall have the following ratings:-
i) Power frequency withstand voltage (dry) 35KV (RMS)
ii) Power frequency withstand voltage ( wet) 35 KV (RMS)
iii) Impulse withstand voltage (dry) 75 KV (Peak)
iv) Power frequency puncture withstand voltage 1.3 times the actual dry flashover voltage of the unit.
2. STANDARDS:- The H.G. Fuse Set shall conform to the following standards:-
i) IS-9385-1979 or its latest amendments if any (For high voltage expulsion fuses & similar fuses) ii) IS-2544-1973 or its latest amendments if any ( for porcelain post insulators.) iv) S-2633-1979 or its latest amendments if any (For Galvanization of ferrous parts )
3. INSULATOR MAKE:-
The 12KV post insulator complete with pedestal cap duly cemented to be used in 11 H.G.Fuse sets
confirming to IS-2544/1973.
The bidder shall furnish the type test certificate of the post insulators from their manufacturer for reference
& scrutiny. The bidder shall mention make, type of insulation materials, metal fittings, Creepage distance,
protected Creepage distance, tensile strength compression strength, torsion strength and cantilever
strength.
4. TECHNICAL DETAILS:-
The Riser Cum Connectors may be made of straight copper Flat with minimum 98% Copper Composition.
4.1 The H.G. Fuses shall have adjustable arcing horns made of No-“0”SWG solid copper rod having 8.32
mm dia. The horns shall be fitted with screwing devices with fly-nuts for fixing and tightening the fuse
62
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
wire. It shall have robust terminal connector of size 80mm x50 mm x 8 mm made of straight copper Flat (
with 98% minimum copper composition) / of copper casting (with minimum 95% Copper Composition) duly
silver plated with two numbers of 10mm(3/8”) dia Stainless Steel(S.S.) bolts and double nuts with flat S.S. washers. The connector should be capable of connecting crimpable conductor up to 100 Sq.mm. size (
ACSR/Alloy) with bimetallic solder less sockets .The H.G. Fuse Set shall be suitable for horizontal mounting
on sub-station structures. The minimum clearance between the adjacent phases of the fuse set shall be 760
mm and the centre to centre ( distance between two post insulators of the same phase) shall be 410 mm. All metal (ferrous) parts shall be galvanized and polished. Only 12KV post insulator (original
cemented) and not pin insulators shall be used for the H.G. Fuse Set.
5.0 TESTS & TEST CERTIFICATE:-
5.1 Type Test:- Certificates for the following type tests conducted within five years preceding to the date of opening of tender on a prototype set of H.G. Fuse Set in a Govt. Approved Testing Laboratory preferably at CPRI Bangalore shall be submitted along with the tender.
i) Impulse voltage dry test ii) Power frequency voltage dry test iii) Power frequency voltage wet test iv) Temperate of resistance. v) Test to prove the capability of carrying the rated peak short circuit current and the rated short time current. vi) Mainly active load breaking capacity test. vii) Transformer off-load breaking test. viii) Line charging breaking capacity test. ix) Operation tests. x) Mechanical endurance test. xi) Mechanical strength test for the post insulator as per IS:2544/1973, 5350 (Pt-II)/1970 & relevant IEC. xii) Test for galvanization of metal (ferrous) parts as per IS- 2633/1973.
5.2 Routine Tests:- The following routine tests shall have to be conducted on each sets and results are to be furnished for consideration for acceptance of deputing inspecting Officer for inspection & conducting testing of the materials.
i) Power frequency voltage dry test. ii) Tests to prove satisfactory operation. iii) Dimension check. iv) Galvanisation test.
6.0 GUARANTEED TECHNICAL PARTICULARS:-
The bidders are required to furnish the guaranteed technical particulars duly filled in along with the tender.
7.0 COMPLETENESS OF EQUIPMENT:- Any fittings accessories or apparatus which may not have been specifically mentioned in this specification but which are usually necessary in equipment of similar plant shall be deemed to be included in the specification and shall be supplied by thebidder without extra charge. All plant and equipment shall be complete in all details whether such details are mentioned in the specification or not.
63
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
8.0 TEST CERTIFICATES SCHEDULE:- On this schedule a list of the test certificates included with the bid shall be provided. The list should include type test certificates and sample routine test reports. Each certificate listed shall be referred to the relevant specification clause and item of equipment to which the test applies.
Clause No Type Test Certificate or Routine Test Report
GURANTEED TECHNICAL PARTICULARS GURANTEED TECHNICAL PARTICULARS FOR 11KV 200 AMPS 3 POLE H.G. FUSES.
Sl. No. Particulars Desired Values Particular as
offered by the
tender.
1 2 3 4
1 Maker's name and country of origin To be specified by the bidder
2 Suitable for mounting Horizontal only.
3 Number of supporting post insulator per 2 nos. 12KV Post Insulator per phase as
phase per ISS- 2544/1973
4 Post Insulator
(a ) Maker's name and country of origin To be specified by the bidder.
(b) Type of cementing To be quoted for original cemented only.
(c ) One minute power frequency withstand 35KV RMS
voltage dry
(d) One minute power frequency withstand 35KV RMS
voltage wet.
(e ) Visible discharge voltage 9KV RMS
(f) Dry Flashover Voltage To be specified by the bidder
(g) Power frequency puncture withstand 1.3 times of actual dry flash over voltage.
voltage
(h) Impulse withstand voltage (switch in 75KV (peak)
position)
(I ) Creepage distance 320mm minimum. (actual creepage
distance for which type test have been
conducted is to be specified by the bidder
5 Impulse withstand voltage for positive
and negative polarity (1.2/50 micro
second wave)
(a ) Across the isolating distance 85KV (peak)
(b) To earth & between poles 75 KV (peak)
6 One minute power frequency withstand
voltage
(a) Across the isolating distance 32 KV (RMS)
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
(b) To earth & between poles 28 KV (RMS)
7 Rated normal current and rated frequency. 200 amps. 50 Hz
8 Operating Voltage 11 KV
9 Vertical clearance from top of insulator 254mm (minimum)
cap to mounting Channel
10 Height of the riser for carrying the horns. 150mm from the cap (top) of insulator.
11 Details of Arcing Horns Copper rod having 8.32mm dia Silver-
plated provided with screwing
arrangement for fixing fuse wire made of
copper casting. (Total length 635mm). All
the bolts, nuts and washers should be made
out of brass.
12 Riser Unit (150mm total height). a) The Riser Cum Connectors may be made
of straight copper Flat with minimum 98%
Copper Composition / of copper casting
with minimum 95% Copper Composition
having Riser Size (50mm height X 50mm
width X 8mm thickness ) & Connector
Size (80mm X 50mm...
13 Supporting Channels 75mmx40mmx5mm M.S. Channel
(galvanized)
14 Galvanisation All ferrous parts should be galvanized as
per IS- 2633/1972
or it\s latest amendments if any & all non-
ferrous part should be duly electroplated
with silver.
1
5 Weight of each pole (complete) To be specified by the bidder.
PSC Pole ( 9 Mtr x 300 Kg, 10mtr x 425Kg, 11mtr x 330 Kg & 8 Mtr x 200 Kg) 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 8 Mtr. X 200 Kg 1000
2 9 Mtr. X 300 Kg 1000
3 9 Mtr. X 415 Kg 200
4 10 Mtr. X 425 Kg 200
5 5 11 Mtr X 330 Kg 200
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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.
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 Sufficient number of holes shall be provided in the poles for attachment of cross arms and other equipments.
XI. Stacking & Transportation
68
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Stacking should be done in such a manner that the broad side of the pole is vertical. Each tier in the stack should be supported on timber sleeper located as 0.15 times the overall length, measured from the end. The timber supported in the stack should be aligned in vertical line.
XII. Earthing (a) Earthing shall be provided by having length of 6 SWG GI wire embedded in Concrete during
manufacture and the ends of the wires left projecting from the pole to a length of 100mm at 250 mm from top and 1000 mm below ground level.
(b) Earth wire shall not be allowed to come in contract with the pre-stressing wires B. PSC Pole (9 Mtr x 300 Kg, 10mtr x 425Kg, 11mtr
x 330 Kg & 8 Mtr x 200 Kg) GUARANTEED TECHNICAL PARTICULARS
(To be submitted along with offer)
Sl
Bidder‟s Offer
Description Unit 9 Mtr X300 Kg
No. 8 Mtr x 200 Kg
1 Type of pole
2 Factor of Safety
3 Overall Length of meters
Pole 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
Km/Cm²
Strength (UTS)
B Weight
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
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 inlayers (maxm. 0.5 mts
at a time with sprinkling of water and by using wooden hammer. No stone more than 75 mm should
be used during back filling. 5.0.5.3 Suspension type H/W fittings in all tangent locations and Four pair bolted type tension H/W fittings should be
used in all new 33&11 Kv lines.45 KN & 70 KN normal B&S insulators will be used in suspension & tension
locations respectively. 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 1:2:4 shall be done at the following
locations: The depth has to be increased to
2mtr or as required at site condition if poles more than 11 Mts. are to be used. 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. iv) Where Rail poles, Joist poles, double pole and four pole structures are to be erected. 6.0. Earthing of Support 6.0.1 Each pole shall be earthed with coil type earthing as per REC Construction Standard J-1. 6.0.2 All DP & Four pole structures & the poles on both sides of railway crossing shall be earthed by providing two
nos. pipe earthing as per Drawing provided by SOUTHCO Utility, 1. GENERAL 1.1 Scope of works A. Supply The materials have been classified as under. Prior to the commencement of the supply / works all relevant drawings, designs must be got approved from
SOUTHCO Utility, Jeypore. C. The scope of the proposal for the balance materials to be supplied by the bidder to complete the job shall the
basis of a single Bidder‟s responsibility, completely covering supply and erection of all the equipments specified
under the accompanying Technical Specifications including other services. It will include the following: (i) Detailed investigation of substation and preparation of BOQ to be done by the bidder.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
(ii) Complete manufacture, including shops testing & supply of materials from the approved vendor (materails
which are to be supplied by the bidder) (iii) Providing Engineering drawings related to foundation details, structural details of both line & Sub-station works,
equipments data, operational manual, preparation of Cable Schedule (in shape of a booklet) etc for 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 equipments; (vii) Reliability tests and performance and guarantee tests on completion of commissioning‟ (viii) Loading, unloading and transportation as required, (ix) Erection of installations of specified voltages, (x) Testing, Commissioning of installations of of the Sub-Station inclusive of all related Civil works. (xi) Storing before erection (xii) Getting the Sub-Stations/lines inspected and certified by Electrical Inspection after completion of work
Transportation of all above required materials from Purchaser‟s nearest store to site and all other req materials (to
be supplied by bidder) from supplier‟s premises to works site, construction of new electrical/ structures, dismantling
of existing electrical structures and return of these dismantled items at the purcha stores, safe custody of the items
and return of unused purchaser supplied materials to the purchaser‟s stores. 1.1.1 GENERAL CONDITIONS OF
CONTRACT
Responsibility of the Contractor: The Contractor shall be responsible for the complete design and engineering, overall co-ordination with in and
external agencies, project management, training of Employer‟s manpower, loading, unloading, storage a inventory
management including OSM materials at site during construction, dismantling, re-erecti installations as per
Engineer. in charge (Divisional Engineer.)‟s advice, handling, moving to final destin obtaining statutory clearances
for successful erection, testing and commissioning of the substation.
SOURCE OF MATERIALS/PLACES OF MANUFACTURE, TESTING AND INSPECTION
Sl.No. Item Source of material Place of manufacture Place of
testing
1. Lamination
2. Copper aluminiun
3. Core plate
4. Steel castings
5. Tank
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
6. Radiators
7. Insulators
8. Cylinders
9. Insulation paper
10. Bushing HV/LV
11. Oil
12. Insulated winding wire
13. a) Tap changer
b)Pressure relief vent
SCHEDULE OF DEVIATION TECHNICAL
Sl. Requirements / Specification Deviations Remarks
No. Equipment Clause No.
TECHNICAL SPECIFICATION
(For supply of LT XLPE AB Cables) Part-1:
1. SCOPE: This specification covers the design, manufacturing, testing, supply, delivery and performance requirements of LV
overhead ISI marked Aerial Bunched Cable (ABC) of different sizes indicated in our Schedule of Requirements for
use in the LV network of SOUTHCO Utility.
The materials offered shall have been successfully type tested and the design shall have been in satisfactory
operation for a period of not less than two years on the date of bid opening. Compliance shall be demonstrated by
submitting with the bid (i) authenticated copies of the type test reports and (ii) performance certificates from the
users.
However where the bidder offers similar but not identical material but higher size to that which has been type
tested, the difference shall be stated in Test Certificate Schedule. The purchaser shall adjudge whether to accept or
reject the offered material and type test data presented.
The scope of supply includes the provision of type tests. Rates for type tests shall be given in the appropriate price
schedule of the bidding document and shall be considered for evaluation. The purchaser reserves the right to waive
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
type tests as indicated in the section on Quality Assurance, Inspection and Testing in this specification.
The Aerial Bunched Cable shall conform in all respects to highest standards of engineering, design, workmanship,
this specification and the latest revisions of relevant standards at the time of offer and the Purchaser shall have the
power to reject any work or material, which, in his judgment is not in full accordance therewith.
2. STANDARDS:
Except where modified by this specification, the Aerial Bunched Cable shall be designed, manufactured and tested
in accordance with the latest editions of the following standards.
IES/ISO Indian Standard Material
IEC: 1089 IS: 398/1994 Round wire concentric lay
Overhead electrical
Stranded Conductors.
IS: 398(Part-4)/1994 All Aluminum Alloy
Conductors, Quality
ISO: 9000 Management Systems.
IS: 8130/1984 Conductors for insulated
Electric cables.
IS: 10810/1984 Method of Tests for cables.
IEC: 502 IS:7098/1998 XLPE Insulated PVC.
Sheathed power cables.
IS:14255/1995 Aerial Bunched Cables for
working voltage up to and
including 1100 volts. The Bidder may propose alternative standards, provided it is demonstrated that they give a degree of quality and
performance equivalent to or better than the referenced standards. The purchaser shall adjudge whether to accept
or reject any standards.
The Bidder shall furnish a copy of the alternative standard proposed along with his bid. If the alternative standard is
in a language other than English, an English translation shall be submitted with the standard.
In case of conflict the order of the precedence shall be (1) IEC or ISO standards, (2) Indian Standards, (3) Other
alternative standards. This list is not to be considered exhaustive and reference to a particular standard or
recommendation in this specification does not relieve the Contractor or the necessity of providing the goods
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
complying with other relevant standards or recommendation.
3.0SERVICE CONDITIONS:
The service conditions shall be as follows:
Maximum altitude above sea level 500m
Maximum ambient air temperature 500C
Maximum daily average ambient air temperature 350C
Maximum ambient air temperature 50C
Maximum temperature attainable by an object exposed to sun 600C
Maximum yearly weighted average ambient temperature 320C
Maximum relative humidity 100%
Average number of thunderstorm days per annum 70
Average number of rainy days per annum 120
Average annual rainfall 150cm
Wind pressure as per IS:5613(Part-I/Sec.I) 1985
Wind Zones Light Medium Heavy
IS:5613 Part-I/Sec-I
Terrain Category 100 Kg/m2 150 Kg/m2 200 Kg/m2
Environmentally, the region where the work will take place includes coastal areas, subject to high relative humidity,
which can give rise to condensation. Onshore winds will frequently be salt laden. On occasions, the combination of
salt and condensation may create pollution conditions for outdoor insulators.
Therefore, outdoor material shall be designed and protected for use in exposed, heavily polluted salty corrosive and
humid coastal atmosphere.
4. SYSTEM CONDITIONS:
The materials shall be suitable for installation in supply systems of the following characteristics.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Frequency 50Hz
Nominal System Voltage 400/230V
Maximum System Voltage LV System 440/250 V
Minimum LV Voltage 370 V
Power frequency one minute withstand 2KV
(set & dry)
Neutral Earthing arrangement LV System Solidly earthed
Part-2: TECHNICAL
GENERAL/ TECHNICAL The design of Aerial Bunched Cable offered shall comprise a compacted, standard, hard drawn H2 / H4 grade
aluminum phase conductor as applicable under IS-8130
/ 84 with cross linked polyethylene (XLPE) insulation 0.65 to 1.1. KV class, having of carbon black content 2.5% ±
0.5%.
The sizes and number of cores required are:
3x50mm2 + 1x16mm2 + 1x35mm2 (catenaries typ 3x35mm2 + 1x16mm2 + 1x25mm2 ( catenaries type)
3x35mm2 + 1x25mm2 1x35mm2 + 1x25mm2
The type of Bunched Cables shall be three phase and street lighting insulated bundled. All Aluminum Conductors
combined with a neutral and catenaries (bare) which shall be of heat treated aluminum magnesium silicon alloy
wires containing approximately 0.5% each of magnesium and silicon respectively. The catenaries must have an
ultimate tensile stress of not less than that specified in the table of technical requirements.
The Bidder shall specify the standard to which this bundle shall be manufactured. The conductor bundle offered shall be designed to meet the requirements set out in this specification taking note of
safety factors pertaining to conductor or catenary tensioning and NESC specification: General Technical
Requirements for LV overhead lines.
However, a bid of Aerial Bunched Cables shall not be considered, unless it is accompanied by a list of all special
tools and equipments necessary to complete the installation.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
6.0 CONDUCTORS:
(a) The phase & street light conductors shall be of multi-stranded aluminum of compacted circular
cross section. The aluminum shall comply with IS 8130:1984. The messenger conductor shall be
of multi-stranded Aluminum Alloy conforming to IS 398 ( Part 4 ) – 1994. In addition to meeting all requirement of relevant ISS the LT XLPE AB Cables supplied shall satisfy following general requirements. FOR PHASE AND STREET LIGHT CONDUCTORS
Minimum Dia Of each
strand in mm
Minimum. Over all dia.
Of conducting part of the compacted conductor.
(mm)
SpecifiedCrossNo. Of
SectionalStrand Area ds (mm2)
Maxm. D.C Resistance at 20
degree centigrade.( Ohm / Km)
Nominal Insulation thickness
(mm)
Sl.
No.
1 16 7 1.75 5.25 1.2
2 25 7 2.14 6.42 1.2
3 35 7 2.54 7.6
AS PER ISS / GTP
1.2
4 50 7 3.05 9.15 1.5
5 70 19 2.18 10.9 1.5
6 95 19 2.54 12.7 1.5
FOR MESSANGER CONDUCTORS
Phase Conductor Size of the
LT AB Cable in
mm2
Specified Cross
Sectional Area of the Messanger Conductor
(mm2)
Appx. Over all dia. Of
conducting part of the compacted conductor.
(mm)
Maxm. D.C Resistance of
the messenger at
20 degree centigrade.( Ohm / Km)
Sl. No.
Nominal dia Of each
strand
Appx. Mass ( Kg / Km.)
for the
messanger
No. of Strand s
1 16 25 7 2.14 5.2 65
2 50 35 7 2.54 7.6 AS PER 95
3 70 50 7 3.05 9.15 ISS/GT 136
4 95 70 7 3.6 10.8 P
191.8
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
6.0 (b) The bidder must take required precaution to ensure that the average diameter of each strand of conductor shall be ascertained through physical measurement of dimensions of finished cables at ambient temperature during pre-dispatch inspection or / and verification at SOUTHCO Store by consignee and the value so obtained shall have a tolerance limit with reference to the nominal diameter of each strand of conductor as stated in the tables above.
TOLERANCES:
The measurement of strand diameter of the finished AB Cable shall not be less 0.03mm for
strands up to and including 3.00mm diameter. For strands above that size, measurement of strand
diameter shall not be less than 1% of the nominal strand diameter.
For the purpose of checking compliance with the above requirement, the diameter shall be
determined by two measurements at right angles taken at the same cross section. The physical
measurement of strands shall be conducted after opening the strands of a finished AB Cable
offered for inspection.
8.0 SPLICES IN WIRES:
Splices in Wires shall generally comply with requirements of IEC 1089.
The aluminum alloy rods may be spliced by cold pressure but welding before drawing provided
the manufacturer can guarantee that the splice can develop 90% of the tensile strength of the un
sliced rod. Wires which break during stranding may be sliced by cold pressure butt-welding
provided that:
No two splices in the completed conductor occur within 15m of each other and no two splices in
any individual wire are less than 150m apart.
The splice shall be done with high skilled workmanship. The finished splice shall be smooth and at
no point shall the cross sectional area be less than that of the un sliced wire.
Splicing of the alloy wires on the stranding machine in order to utilize lengths of wires on reels
shall not be permitted.
STRANDING AND CORE LAY:
The conductor cores shall be stranded and the direction of lay must be as defined in IEC: 1089.
10.0 INSULATION: The Aerial Bunched Cables shall be insulated for a voltage class of 0.65/1.1 KV and shall be
capable of operating permanently at 1.2KV.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
The insulation wall thickness shall be determined in accordance with Table-4 (Clause- 7.2 and
Clause 7.3) of IS: 14255/1995.
The insulating material shall be black and suitable to resist ultra violet radiation, salt laden sprays,
chemical pollution, ageing effects, abrasion and mechanical shocks and
mechanical and electrical stress at temperature up to 90˚C in normal operation and 2500C under short circuit conditions per IEC: 502/1994. The carbon black content in the XLPE insulation shall be 2.5% ± 0.5% PHASE IDENTIFICATION:
The individual insulated conductors within a bundle shall be identified by means of longitudinal
projections.
The three phase conductors shall be marked by one, two or three longitudinal projections,
indicating the red, yellow and blue phases.
The projections shall have the following dimensions.
The distance between the tips of two adjacent projections, where there is
more than one, shall be between 1.0 and 1.5.
The width of the projection at the base shall be 1.0mm; and
The height of the projections shall be 0.5mm.
INSULATION MARKINGS:
Each individual conductor comprising a bundle shall have the range of non-erasable distinct
markings listed below legibly printed on the insulation surface at one meter intervals. The
embossing should be very clear & easily visible to naked eye.
ISI Mark, IS 14255-95, Manufacturer‟s B.I.S License No. legibly embossed on the insulation.
Name of the Purchaser.
P.O No. & Date
Manufacturer‟s trademark identification for example “UCXLPE50”
Year of manufacture: last two digits are sufficient:
Designation of conductor type
Size: for example “3x50”
Shape of conductor.
Rated voltage class: 0.65/1.1KV
Back up conductor identification: conductors with one, two and three projections shall be marked R, Y and B respectively. The conductor with
no projection shall be marked N and
The height of the printed lettering shall be not less than 20% of the overall diameter of the conductor
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
The markings shall be made in the sequence indicated above. Thus if the manufacturer were XY, the aerial bunched cable had been manufactured in 1994, size 3x50mm2+ 1x35mm2 + 1x16mm2 with conductors of circular cross section and with a bundle of the self supporting type, manufactured to a recognized international standard then the core with two projections would be marked as follows: XY-04-NFA4X50+1X16-r-m-0.65/1.1KV-Y Where, N is the international standard, F indicates overhead cable, A is aluminum alloy conductor and 2X refers to XLPE insulation, „r‟ means round core, „m‟ self-supporting and „y‟ the phase identification.
13.0 TWIST: The direction of lay of the conductors comprising the bundle shall be left-handed and the lay ration
shall comply with IEC: 1089.
With a bare catenaries configuration the insulated phase cables together with the street lighting
cores shall be twisted round the neutral catenaries to form the ABC. This cable bundle is then
strung directly onto the distribution poles supported by the catenaries with standard approved
hardware.
14.0 CABLE DRUM LENGTH:
The cable shall be supplied in 500m . Drum Lengths as the case may be for different sizes of LT XLPE AB Cable.
TESTS: General Where not specified, all tests and test results shall conform to the requirements of IEC 502/1994
or IS 7098 (Part-I) 1998, IS 10810/1984, IS: 398(Part-IV) and IS:
14255/1955. Unless expressly stated otherwise, the ambient temperature for routine tests as well as voltage
tests shall be 20 + 150C and for all other tests be 20 + 150C.
The frequency of the alternating test voltage shall be 49 Hz to 51Hz. The voltage wave form
should be sinusoidal.
Type Tests
The test sample shall be 10m to 15m in length. All cores of the bundles shall be tested.
Insulation resistance at ambient temperature.
Insulation resistance at operating temperature.
AC voltage test.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
The insulation resistance test at ambient temperature shall be carried out in a water bath at
ambient temperature.
The insulation resistance test at a operating temperature shall be conducted in a water bath at
900C.
The longitudinal projections used for phase identification shall be ignored. The results of this test
shall be used to calculate the volume receptivity and the results conform to the requirements of
IEC:502/1994 or IS 10810 (Part-43).
The AC voltage test shall be carried out by applying 1.95KV (3U0) for four hours to the sample,
which shall be submerged in a water bath at ambient temperature, having been steeped for a
period not less than one hour. The test shall only be deemed to have been passed if no
breakdown occurs.
Furthermore, the following non-electrical type tests shall also be carried out:
Insulation wall thickness: the longitudinal projections used for phase 1
identifications shall be ignored as per IS 10810 (Part-6);
Ageing test, consisting of an evaluation of the retention of the mechanical properties
of the insulation after ageing.
Wapping test: as per IS 10810 (Part-3);
Tests for bleeding and blooming of pigment as per IS 10810 (Part-9)
Thermal expansion of insulation.
Measurement of carbon black content as per IS 10810 (Part-32).
Water absorption by the XLPE insulation, shrinking of the XLPE insulation.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Tensile test: adhesion between conductor and insulation.
The adhesion test requires a tensile testing machine. A sample of at least 300mm length shall be
selected and straightened out. The insulation shall be removed for a length of 150mm. The
insulated end shall be held in the upper grip head and the bare conductor on the lower grip head.
Tension shall be applied at a speed of 500mm/ min until the conductor first begins to slide within
the insulation. The test shall have been passed if the conductor and insulation combination can
stand 75N/mm2 without slippage occurring.
The neutral conductor/catenaries shall be type tested in accordance with the requirements of IS
398 (Part-IV) 1994.
Routine Tests
The following measurement or tests shall be carried out on all drums and coils of Bunched cable:
Conductor resistance
Voltage test.
The conductor to be tested for conductor resistance shall be stored for at least 12 hours in a room
at particular constant temperature. If it cannot be established that the conductors have reached
the room temperature, the test should be postponed for a period of further 12 hours. Alternatively,
the test can be carried out on short sample after remaining one hour in a temperature controlled
water bath. The test shall be carried out and the conversion factors used to convert the resistance
value to a base of 2000C and one Km. The DC resistance of each conductor shall not exceed the
appropriate maximum values specified in IEC:228/IS:6474.
The voltage test shall be conducted by applying to each core 3.5KV AC (2.5 U0 plus 2 KV) or 8.4
KV DC for 5 minutes with the specimen lying in a water bath at ambient temperature. The
conductor shall pass the test if no electrical breakdown occurs.
Acceptance Tests
The following sample check, measurements and test shall be carried out in
addition to the Acceptance Tests as per IS 14255 – 1955, IS : 398 ( Part – IV ) 1994, IS
8130 / 1984
Measurement of insulation wall thickness;
Measurement of diameter of each strand, overall outside dia & Cross Sectional
Area of the conducting Part out of the finished product during pre-dispatch
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
inspection.
Thermal expansion test;
Check of physical characteristics
Tensile strength of individual wires of conductor.
High Voltage Test on drums immersed in water(apply voltage 3.5 KV AC for 5 min)
These tests should be carried out on one length form each production batch of the same sample.
The thickness of the insulation wall shall be measured on a piece removed from each end of the
sample length. If either means or minimum values are not met, two further samples shall be
removed at 0.5m form the end corresponding to the failed specimen. If these samples do not
satisfy the mean and minimum thickness requirements, the test shall be deemed to have been
failed.
The longitudinal projections used for phase identifications shall be ignored.
The thermal expansion test need only be carried out on one core.
In relation to the tensile test, the tensile strength of the aluminum wires before stranding and that
of the finished conductor shall comply with IEC:1089.
Test on the Catenary (messenger) Conductor
Breaking load, elongation and resistance tests shall be completed on the aluminum alloy
catenaries conductor in accordance with the requirements of IS:398 (Part- IV)/1994 or IEC:1089.
Bending Test on a complete cable
This test shall be performed on a sample of completed cable. The sample shall be bent around a
test mandrel at room temperature for at least on turn. It shall then be unwound and the process
shall be repeated after turning the cable sample around its axis by 1800. This process shall be
repeated twice more. There shall be no signs of breaking or cracking of the cable insulation during
this test.
The diameter of the mandrel shall be:
10 (D+d)
here D = Actual diameter of the cable
(mm) d = Actual diameter
of the conductor
(mm)
Rejection and Retests
Should any one of the test pieces first selected fail to pass the tests, two further samples from the
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
same batch shall be selected for testing, one of which shall be from the length from which the
original test sample was taken unless the length has been withdrawn by the supplier.
Should the test pieces from both of these additional samples satisfy the requirements of the tests,
the batch represented by these samples shall be deemed to comply with the standard. Should the
test pieces from either of the two additional samples fail, the batch represented shall be deemed
to have failed.
16.0 COMPLIANCE WITH SPECIFICATION:
The Aerial Bunched Cable shall comply in all respects with the requirements of this specification.
However, any minor departure from the provisions of the specification shall be disclosed at the
time of bidding in the Non-compliance Schedule of this document.
17.0 COMPLIANCE WITH REGULATIONS: All the cables shall comply in all respects with the Indian Regulations and Acts in force. The
cables and connections shall be designed and arranged to minimize the risk of fire and any
damage, which might be caused in the event of fire.
18.0 Non-conforming Product The Purchaser reserves the right for decisions regarding acceptance, modification or rejection of
non-conforming items.
19.0 Inspection and Testing
The Purchaser or his authorized representative has free entry at all times, while work on the contract is being performed, to all parts of the manufacturer‟s works which concerns the processing of the cables ordered. The manufacturer shall afford the the
purchaser or his authorized representatives without charge, all reasonable facilities to ensure
that the cable being furnished is in accordance with these specifications.
The cables shall successfully pass all the type tests, routine tests & acceptance Tests referred
to in the section on tests and those listed in the most recent edition of the standards given in the
specification.
The Purchaser reserves the right to reject any of the cables if the test results do not comply with
the values specified or with the date given in the Technical data schedule.
Type tests shall be carried out at an independent testing laboratory or at the
manufacturer‟s works if such facilities are available and to be witnessed by the purchaser. The
contractor, at no extra cost at the manufacturer‟s work shall carry out routine and Acceptance
tests in presence of the Purchaser‟s representatives.
Type Test Certificates for the tests conducted earlier shall be submitted with the bid for
evaluation. The requirements of additional type tests will be at the discretion of the Purchaser
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
The Purchaser may witness routine and type tests. In order to facilitate this, the contractor shall
give the purchaser of 15days notice that the material is ready for inspection & testing. The
supplier shall extend all assistance to the representative of the Purchaser during his inspection &
testing of samples at his works. The materials shall be dispatched only after approval of such
Test Reports and issue of Despatch clearance by the Purchaser. However the Purchaser
reserves the right to retest the materials after delivery at any NABL Accredited Testing
Laboratory in case of any disputes regarding size & quality of supplied materials at a later date
during guarantee period. The cost of such retesting shall be borne by the supplier.
All costs in connection with the testing, including any necessary retesting shall be borne by
the Contractor, who shall provide the Purchaser with all the test shall have the right to select
the samples for test and shall also have the right to ensure that the testing apparatus is
correct. Measuring apparatus for routine tests shall be calibrated at the expense of the
contractor at an approved laboratory and shall be approved by the purchaser before
testing.
The Contractor shall be responsible for the proper testing of the materials supplied by sub-
Contractor to the same extent as if the materials were completed or supplied by the contractor.
Any cost incurred by the Purchaser in connection with inspection or retesting as a result of
failure of the equipment under test or damaged during transport or off loading shall be to the
account of the Contractor.
The Contractor shall submit to the Purchaser three signed copies of the test Certificates, giving
the results of the tests as required. No materials shall be dispatched until the Purchaser has
received the test certificate and the contractor has been informed that they are acceptable.
The test certificate must show the actual values obtained from the tests, in the units used in this
specification, and most merely confirm that the requirements have been met.
In the case of components for which specific type tests or routine tests are not given in this
specification, the Contractor shall include a list of the tests normally required for these
components. All materials used in the Contract shall withstand and shall be certified to have
satisfactorily passed such tests.
No inspection or lack of inspection or passing by the Purchaser‟s representative of
equipment or materials whether supplied by the Contractor or sub- Contractor, shall relieve the
contractor from his liability to complete the contract works in accordance with contract or
exonerate him from any of his guarantees.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
20.0 GUARANTEE:
The contractor shall guarantee the following:
1. Quality and strength of materials used.
2. Satisfactory operation during the guarantee period of 24 months from the date of
commissioning or 30 months from the date of receipt of the cables at SOUTHCO Utility, whichever is earlier.
Performance figures as supplied by the bidder in the technical data sheet.
21.0 PACKING AND SHIPPING:
The cable shall be wound on strong drums or reels capable of withstanding all normal
transportation and handing.
22.0 PERMANENT EMBOSSING:
All equipments and materials supplied/erected shall bear distinct mark of “ SOUTHCO Utility and Purchase Order No & Date “by way of embossing /punching/casting mentioned in GTP. This should be clearly visible to naked eye. GUARANTEED TECHNICAL PARTICULARS FOR LT XLPE AB CABLES
Sl
3X35 + 1X16 3X 50 + 1X16 + 3X 35 + 1X25 1x35+1x25 mm2
Description 1X35 mm2 mm2
No +1X25mm2
Requirement Requirement Requirement Requirement
1 Ref. ISS / IEC followed IS 14255/95, IS IS 14255/95, IS IS 14255/95, IS IS 14255/95, IS
398 Part IV 398 Part IV 398 Part IV 398 Part IV
H2 / H4 E.C grade H2 / H4 E.C grade
H2 / H4 E.C H2 / H4 E.C grade
grade aluminium
aluminium as per aluminium as per
aluminium as per IS 8130/8
Phase Conductor as per IS
2 IS 8130/84 / IS 8130/84 / / XLPE insulation
material / Insulation type 8130/84 / XLPE
XLPE insulation XLPE insulation ( IS 14255/95)
insulation
( IS 14255/95) ( IS 14255/95)
( IS 14255/95)
Material of Neutral Aluminum alloy as Aluminum alloy as
Aluminum alloy Aluminum alloy as per IS
3 as per IS 398 Pt - 398 Pt - IV
Catenary per IS 398 Pt - IV per IS 398 Pt - IV
IV
4 Voltage Class 0.65/1.1 KV 0.65/1.1 KV 0.65/1.1 KV 0.65/1.1 KV
No. of Strands of Phase 7 7 7 7
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Conductor
No. of strands/ Average
5 /Minimum Strand Dia. In
7/2.52 7/3.05 7/2.52 7/2.52
mm. (Finished Phase
conductor.)
Approximate Overall
6 Dia. Of compacted phase
7.0 9.15 7.0 7.0
conductor after removal
of insulation.(in mm.)
No. Of Strands / Average 7 Strand Dia. In mm. 7 / 2.15 7/2.54 7/2.15 7/2.15
( Neutral Catenary.)
Minimum Overall Dia.
8 Of compacted Bare
6.0 7.62 6.0 6.0
Neutral Caternary .(in
mm.)
No. Of Strands / Average
strand dia. / Nomunal
9 cross sectional area of
7 /1.75 / 16mm2 7 /1.75 / 16mm2
N.A
N.A
conducting part In No /
mm2.
( St. Light Conductor)
Minimum average 10 thickness of insulation of 1.2 1.5 1.2 1.2 phase Cond. (mm)
Minimum thickness of 11 insulation of Phase Cond. 0.98 1.25 0.98 0.98 At any point (mm )
Minimum thickness of
12 insulation at any point
0.98
0.98
N.A
N.A
in street light conductor
(mm)
Maximum DC resistance 13 of Phase conductor at 20 0.868 0.64 0.868 0.868
o C ohmn/ KM
Maximum DC resistance 14 of street light conductor 1.91 1.91 N.A N.A
Ω / Km
15
Maximum DC resistance
1.38
0.986
1.38
1.38
of neutral cond. Ω / Km
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Ultimate tensile strength 16 of neutral conductor 7 14 7 7 (KN)
Maximum temperature 90°C for phase and 90°C for phase and
90°C for phase 90°C for phase and
17
and 75 °C for
75 °C for neutral
(Continuous) 75 °C for neutral 75 °C for neutral
neutral
Distinct Non-
Distinct Non- Distinct Non- erasable ISI
Distinct Non- erasable
Mark, IS 14255-
erasable ISI Mark, erasable ISI Mark,
ISI Mark, IS 14255-95,
95,
IS 14255-95, IS 14255-95,
Manufacturer‟s
Manufacturer‟s B.I.S
Manufacturer‟s Manufacturer‟s
License No., Name of
B.I.S License
B.I.S License No., B.I.S License No.,
the Purchaser, Name
Embossing on insulation
No., Name of the
Name of the Name of the
of the manufacturer,
Purchaser, Name
18
at each one meter Purchaser, Name Purchaser, Name
Size of cable, voltage
of the
interval
of the
of the
Grade along with
manufacturer,
manufacturer, Size manufacturer, Size
sequential
Size of cable,
of cable, voltage of cable, voltage
marking of length.
voltage Grade
Grade along with Grade along with
along with
sequential marking sequential marking
sequential
of length. of length..
marking of
length.
19
Cable drum length 500 m 500 m
500m 500 m
20
Volume Resistivity of 1X10
13
Ώ - cm min. 1X10
13
Ώ - cm min.
1X1013Ώ - cm 1X1013Ώ - cm
insulation at 27°C min.
min.
21
Volume Resistivity of 1X10
11
Ώ - cm min. 1X10
11
Ώ - cm min.
1X1011Ώ - cm 1X1011Ώ - cm
insulation at 70°C
min.
min.
N.B : 1) For values not available in relevant ISS, values indicated in our GTP/ Tender Specification shall be valid.
2) In case of discrepancies between values of ISS & GTP, better will prevail.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
3) Average diameters of strands of each cable shall be ascertained by physical measurement after opening the strands of each phase of a finished
Technical Specification for Distribution Transformers PART 1: GENERAL (iv) SCOPE This specification covers the design, engineering, manufacture, testing, supply, delivery, offloading
and performance requirements of 11/0.433kV distribution transformers for outdoor use. The
transformers shall be double wound, three phase, oil immersed with ONAN cooling. The ratings
required is 100KVA & 250kVA. The transformer shall conform in all respects to highest standards of engineering, design,
workmanship, this specification and the latest revisions of relevant standards at the time of offer
and the Purchaser shall have the power to reject any work or material, which, in his judgement, is
not in full accordance therewith.
(xii) STANDARDS Except where modified by this specification, the transformers shall be designed, manufactured and tested in accordance with the latest editions of the following standards. The Bidder may propose alternative standards, provided it is demonstrated that they give a degree of quality and performance equivalent to or better than the referenced standards. Whether to accept or reject any alternative standard shall be adjudged by the Purchaser. The Bidder shall furnish a copy of the alternative standard proposed along with the bid. If the alternative standard is in a language other than English, an English translation shall be submitted with the standard. In the case of conflict the order of precedence shall be 1) IEC or ISO Standards, 2) Indian Standards, 3) other alternative standards.
IEC / ISO Indian Subject
Standard
IEC 71 Insulation Coordination.
IEC 76 IS 2026 Power Transformers.
IS 1180-Part 2 Outdoor Three Phase Transformers up to 100kVA 11kV - Sealed
Type
IEC 137 IS 2099 Bushings for Alternating Voltages above 1000 V.
IEC 156 Method of determining Electric Strength of Insulating Oils.
IEC 296 IS 335 Specification for Unused Mineral Insulating Oils for Transformers
and Switchgear.
IS 6792 Method of determination of electric strength of insulating oils.
IEC 354 IS 6600 Loading Guide for oil immersed Transformers
IEC 437 Radio Influence Voltage Measurement.
IEC 551 Determination of Transformer and Reactor Sound Levels.
IEC 616 Terminal and Tapping markings for power transformers.
IEC 722 Guide to the Lightning and Switching impulse testing of
Power Transformers and Reactors.
ISO 1460/BS 729 IS 2629 Galvanizing.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
This list is not to be considered exhaustive and reference to a particular standard or
recommendation in this specification does not relieve the Supplier of the necessity of providing
the goods complying with other relevant standards or recommendations.
SERVICE CONDITIONS The service conditions shall be as follows:
• maximum altitude above sea level 1,000m
• maximum ambient air temperature 50°C
• maximum daily average ambient air temperature 35°C
• minimum ambient air temperature 5°C
• maximum temperature attainable by an object exposed to the sun 60°C
• maximum yearly weighted average ambient temperature 32°C
• maximum relative humidity 100%
• average number of thunderstorm days per annum (isokeraunic level) 70
• average number of rainy days per annum 120
• average annual rainfall 150 cm
• maximum wind pressure 94.3 kg/m² c) SYSTEM CONDITIONS The equipment shall be suitable for installation in supply systems of the following characteristics:
• Frequency 50Hz
• Nominal system voltages 33 kV
11 kV
400/230 V
• Maximum system voltages: 33kV System 36 kV
11kV System 12 kV
LV System 476 V
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Technical Specification for Distribution Transformers ( 250KVA )
Minimum LV voltage
Nominal short circuit levels:
Insulation levels: 1.2/50 µs impulse withstand
(positive and negative
polarity):
d. Power frequency one minute
withstand (wet and dry)
e. Neutral earthing arrangements:
340 V
33kV System 25 kA
11kV System 12.5 kA
33kV System 170 kV
11kV System 75 kV
33kV System 70 kV
11kV System 28 kV
LV System 3 kV
33kV System solidly earthed
11kV System solidly earthed
LV System solidly earthed
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
PART 2: TECHNICAL
• TYPE OF TRANSFORMER The transformers shall be double wound, three phase, oil immersed, 11/0.433kV, 50 Hz with natural
oil and air cooling (ONAN). The design of the tank, fittings, bushings, etc. shall be such that it will not be necessary to keep the
transformer energised to prevent deterioration as the transformers may be held in reserve, outdoors,
for many years.
1.18.2.3 RATINGS The following ratings covered by this specification: (a) 100kVA;
(b) 250kVA;
All of the above are required with HV and LV bushing terminations. The transformer shall be capable of supplying a continuous load equal to its KVA rating, under the
following conditions:
(g) the rated secondary voltage held constant by increasing the primary voltage to allow for
regulation at all tap positions;
(h) constant flux regulation;
(i) continuous steady load;
(j) design maximum ambient air temperature of 50°C;
(k) 55oC average winding temperature rise and 50°C top oil temperature rise for conventional breathing transformes
(l) 55oC average winding temperature rise and 45°C top oil temperature rise for sealed type transformes
The transformer may be overloaded during emergency up to 150% of its continuous rating in
accordance with IEC Publication 354 or IS 6600. Bushings, tap changer and other current-carrying
parts shall also be designed for this condition.
• VOLTAGE RATIO AND TAPPING RANGE The transformers shall have the following ratio and tapping range:
1.3 the nominal voltage ratio shall be 11,000/433V;
1.4 tolerance on the voltage ratio shall be ±0.5%;
1.5 for 100kVA transformers a tap-changer is not required.
1.6 for transformers rated 250 kVA and above, taps shall be provided in the high
voltage winding for voltage variation from Tap 1 (+2.5%) to Tap 4 (-5.0%) in equal steps of
2.5%. Tap No.2 shall be the principal tap. The bidder shall state in the technical schedule, the percentage regulation at full load, power factor
1.0 and at full load, power factor 0.85 lagging. The primary voltage variation is based on a winding
temperature of 75°C.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
1.7 IMPEDANCE VOLTAGE The guaranteed value of impedance voltage measured at 75°C and on the principal tap (subject to a
tolerance of +10% and no negative tolerance, as specified in IEC 76 / IS 2026) shall be 4.0% for all
units.
2.1 SHORT CIRCUIT RATINGS The transformer shall be capable of withstanding the thermal and dynamic effects of short
circuits, as specified in IEC 76-5: Ability to withstand short circuits.
Technical Specification for Distribution Transformers
Each transformer shall be capable of withstanding for 2 seconds a bolted metallic short circuit
on the terminals of either winding with rated voltage on the other winding and the tap-changer
in any position. If short circuit tests have been carried out on the particular design of transformer offered, the test
results shall be supplied with the bid.
3.1 VECTOR GROUP The transformers shall be connected delta-star, in accordance with vector group reference Dyn11 of
IEC 76 / IS 2026. The LV neutral shall be brought out to a terminal bushing, which shall be identical to the phase
bushings in all respects.
1.4 LOSSES No-load loss and load loss values are to be submitted and losses will be capitalized at the rates and
added to bid price for the purpose of comparing tenders. Losses shall be measured during routine tests. In the event of either the no-load loss or load loss
exceeding their guaranteed values, as stated in the technical data schedules, the relevant rate
above shall be applied to the excess and the resulting amount shall be deducted from the Contract
Price. Transformers are likely to be rejected if losses exceed the declared values by more than 10%.
2 FLUX DENSITY The flux density at any point of the magnetic circuit when the transformer is connected on the center
tap and operating at normal voltage and frequency shall be stated and shall not exceed 1.6 Tesla.
The transformer must be capable of operating at 10% over voltage at frequency of 48 Hz without
saturation occurring or the flux density exceeding 1.9 tesla.
13. INSULATION LEVELS The following insulation levels as defined in IEC 76-3 / IS 2026 Insulation levels and dielectric
tests shall apply:
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Table 2: Transformer insulation level
HV Winding LV Winding
Basic Impulse voltage Level (kV) (1.2/50 75 Not
mic.sec. wave ) Applicable
Power Frequency voltage withstand level, Wet 28 3
and Dry (kV)
Bushings and terminals shall be adequate for the winding insulation tests, and shall flash over
externally before puncture or internal failure can occur.
14. NOISE LEVEL The average noise level of the transformers shall not exceed the following values:
• 100kVA transformers 51 dB
• 250 kVA and 500 kVA transformer 57 dB The measurements shall be carried out in accordance with IEC 551 at a distance of 300mm from
the envelope of the transformer.
15. RADIO INFLUENCE VOLTAGE The maximum radio influence voltage shall be 250µV, measured as specified in IEC 437.
16. TAP CHANGING CHARACTERISTICS Tap changing and the tap changing mechanism shall have the following characteristics: • tap changing shall be carried out with the transformer off circuit;
• tap positions shall be numbered as follows:
Tap 1 + 2.5 %
Tap 2 0 % (Principal Tap)
Tap 3 - 2.5 %
Tap 4 - 5.0 % • provision shall be made for locking of the tap switch handle by using a padlock with 6 mm
diameter hasp to be furnished by Purchaser; and
• tap change handles shall be fitted with gasketed covers, so that sealing of the transformer under
normal conditions is independent of the switch shaft gland.
• CORE AND WINDINGS The core shall be constructed from high grade, non-ageing, cold rolled grain oriented silicon steel
laminations or superior material. The core and winding shall be capable of withstanding shocks during transport, installation and
service. Provision shall be made to prevent movement of the core and windings relative to the tank
during these conditions and also during short circuits. The design shall avoid the presence of pockets which would prevent the complete emptying of the
tank through the drain valve. 16.1. Windings
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
The winding insulation shall be free from insulating compounds which are liable to soften, ooze out,
shrink or collapse. It shall be non catalytic and chemically inert in transformer oil during normal
service. The stacks of windings are to receive adequate shrinkage treatment. The windings and connections are to be braced to withstand shocks during transport, switching,
short circuit or other transient conditions. The windings shall be uniformly insulated and the LV neutral points shall be insulated for full voltage. The winding conductor shall be of electrolytic copper. As an alternative, however, aluminium winding
conductor may be offered for sizes up to 100 kVA. The current density shall not exceed 2.5 Amps
per sq. mm for copper, or 1.5 Amps for aluminium at normal full load current.
17. BUSHINGS AND TERMINATIONS 17.1. Bushings Bushings shall be of the outdoor type and easily replaceable. Cemented in types will not be
acceptable. They shall be sufficiently robust to withstand normal transport and erection hazards and
shall conform to IEC 137 / IS 3347 and 2099. All bushings shall have a minimum creepage distance of 25 mm/kV and shall have a continuous
rating of 200% of the transformer rating. The protected creepage distance shall not be less than
50% of the total.
The following minimum 11kV clearances shall be provided :
Enclosed External
Phase to phase 127mm 255mm
Phase to earth 76mm 140mm
The 11 kV bushings of transformers shall be provided with a bi-metallic terminal connector or
suitable device to receive 25 - 100 sq.mm. AAAC or ACSR conductor directly without any bi-metallic
action. The secondary bushings of 100kVA shall be fitted with non ferrous threaded terminals. With the
exception of brass the terminals shall be protected from atmospheric deterioration by suitable
tinning or by some other approved coating. For transformers of rating 250kVA and higher the LV
bushings shall be fitted with terminal plates. The number of 17 mm diameter holes to be drilled in these plates depends on the size of
transformer and shall be :
kVA Rating No. of Holes
250 2
500 3 The terminals are to be supplied with one 16mm bolt, one conic spring washer, one matching flat
washer, one nut and one lock nut for each hole in the terminal plate.
17.2. Bushing Labels The HV bushings shall be labelled U, V and W and the LV bushings u, v, w and n. Marking letters
shall be at least 12mm high. The means of marking shall be either: ♦ engraved metal plate; or
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
♦ etched anodized aluminum. Phase identification by adhesive stickers shall not be acceptable. If labeling is to be carried out on the tank, it is preferred that one plate be used rather than individual
markings for each phase, in order to prevent incorrect phase markings. Labels shall conform to the requirements of the section on Labels in this specification. 17.3 Earthing Terminals All transformers shall be provided with two earthing terminals comprising an M12 ISO metric bolt
and nut which shall be non ferrous. It shall include a spring washer and a lock washer.
18. TANK FABRICATION Transformers shall have bolted tank covers and may be either of the sealed type, or non-sealed
type. Non-sealed transformers may be designed with or without conservators. Transformer tanks of all types shall be designed so that the completed transformer can be lifted
and transported without permanent deformation or oil leakage. Stiffeners provided for rigidity
should be so designed that there is no accumulation of water. The tank shall be fabricated of mild steel with minimum thickness of 3mm. Top and bottom covers
of the tank shall have a minimum thickness of 5 mm. Thickness below this value will be considered
only in exceptional cases, such as where superior material or special protective finishes are
offered. The bidder shall provide full information about any such special material or finish,
including any field experience. The transformer tank and the top cover shall be designed in such a manner as to leave no external
pockets in which water can lodge, or any internal pocket where air/gas can accumulate. All sealing washers/gaskets shall be made of oil and heat resistant nitrile rubber or neoprene
bonded cork seals suitable for temperature as stipulated in this specification. Surfaces at gasketed
joints shall be such that an even face is presented to the gasket, thereby eliminating the necessity
for the gasket to take up surface irregularities. All pipes, radiators, stiffeners or corrugations which are welded to the tank wall shall be welded
externally and shall be double welded wherever possible. All welds shall be stress relieved. 18.1. Pressure Relief Device Transformers of 250 kVA and above shall be fitted with a pressure relief device in the form of
explosion vent or pressure relief valve. The tenderer shall state the pressure at which it is
designed to operate
18.2 Oil Level Gauge A suitable oil level gauge shall be fitted on all types of transformer and so located that it can be
easily read from ground level. The gauge shall be graduated for temperatures of 0°C, +45°C and
+90°C. Where a conservator tank is fitted the gauge shall be on the conservator.
19. CONSERVATORS AND BREATHERS. The conservator tank shall be so designed and located as to eliminate any trapping of air in the
transformer or pipe work. It shall be inclined at an angle of about 5 degrees to the horizontal towards
the drain plug and the pipe connecting the main tank to the conservator should project about 20mm
above the bottom of the conservator so as to create a sump for the collection of impurities. Minimum
oil level corresponding to 0°C shall be well above the sump level. All transformers shall be fitted with a silica gel breather of weatherproof design at a convenient
height with oil seal at the bottom to isolate the silica gel from the atmosphere. The breather shall be
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
connected to the conservator tank.
20. FITTINGS The following standard fittings shall be provided :
• Rating, diagram and terminal marking plate.
• two earthing terminals
• lifting lugs
• pressure relief device / explosion vent as required
• silica gel breather (for all non-sealed transformers)
• filling and drain / sampling plugs
/ filling plug shall consist of a 20mm pipe inside the transformer tank, starting from the
bottom and projecting to the top cover with a hermetically sealed / welded plug).
• a magnetic or prismatic oil level gauge for all transformers. The fittings and accessories listed are indicative only and any other fittings and accessories which
are generally required for satisfactory operation of the transformer are to be provided without any
extra cost.
21. SURGE ARRESTER ATTACHMENTS Transformers shall be fitted with means of attaching a surge arrester support bracket, consisting of
brackets or extensions to the cover plate. These shall be located opposite each HV bushing and
shall be drilled with holes of 13mm diameter for fixing the arrester brackets. The final arrester
position must provide a nominal 100 mm clearance between bushing and arrester.
22. TRANSFORMER OIL The transformers shall be supplied filled with class 1 mineral oil conforming to IEC 296 or IS 335
whichever is more stringent. The complete first filling shall be of new oil free from inhibitors and
additives. The dielectric strength of the oil shall not be less than 60kV when tested in accordance
with IS 6792, 1972. If an anti-oxidant inhibitor is recommended, its use shall be subject to the purchaser’s approval.
23. RATING AND CONNECTION PLATE Each transformer shall be provided with a rating plate of weatherproof material showing the
following items indelibly marked:
• type of transformer;
• standard to which it is manufactured (preferably IEC 76);
• manufacturer's name;
• transformer serial number;
• year of manufacture;
• rated frequency in Hz (50);
• rated voltages in kV (11/0.433);
• Number of phases (3);
• rated power in kVA;
• type of cooling (ONAN);
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
• rated currents in A;
• vector group symbol (Dyn11);
• 1.2/50µs wave impulse voltage withstand level in kV;
• power frequency withstand voltage in kV;
• impedance voltage at rated current and frequency in percentage;
• load loss in kW at rated current;
• no-load loss in kW at rated voltage and frequency;
• continuous ambient temperature at which ratings apply in °C (45);
• top oil and winding temperature rise at rated load in °C;
• winding connection diagram;
• total weight in kg;
• volume of oil in litres;
• weight of core and windings in kg; and
• name of the purchaser (Grid Corporation of Orissa Ltd.).
The rating plate shall conform to the requirements of the section on Labels in this specification.
24. MOUNTING ARRANGEMENT The underbase of all transformers shall be provided with two 75 x 40mm channels, 460mm long with
holes of 14mm diameter at a centre to centre distance of 415mm to make them suitable for fixing on
a platform or plinth
25. SURFACE TREATMENT The transformer tank and accessories shall be adequately protected against corrosion. The inside
of the tank shall be painted with an approved oil resisting varnish. External surfaces shall be painted
as specified in the section on Surface Treatment in this specification, or to a superior standard. Any
alternative surface treatment shall be subject to approval of the Purchaser. An alternative quotation shall be made for the external surfaces of the transformer tank and its steel
attachments to be hot dip galvanized as specified in the section on Surface Treatment of this
specification. In the case of transformers rated 100kVA and higher, the galvanizing shall be followed by one coat of weatherproof enamel paint to a minimum thickness of 30µm. The colour shall be
grey, colour No. 631 of IS 5. Sufficient pretreatment of the zinc surface should be carried out as necessary in order to guarantee long life adhesion.
26. SUPPRESSION OF HARMONICS. The transformer shall be designed with attention to the suppression of harmonic voltages, especially
the third and fifth.
27. TESTS iv) Routine Tests Routine tests shall be carried out on all transformers and the tests shall be conducted in accordance
with IEC 76 / IS 2026 where this is applicable. In addition tank tests in accordance with IS:1180 Part
2 shall be carried out. The following routine measurements and tests shall be carried out:
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
c) measurement of winding resistance at principal tap and two extreme taps; d) voltage ratio measurement and check of polarity and vector group at all tap positions. Bushing
positions shall have permanent markings at this stage of production; e) measurement of impedance voltages /short circuit impedance at rated current and frequency at
principal tap; f) measurement of load loss at full load and 75°C; g) measurement of no-load loss and no-load currents at full, 90% and 110% voltages; h) induced overvoltage withstand test: 22kV for 60 sec on the HV windings; i) separate source voltage withstand tests on HV and LV windings: j) air pressure test for sealed transformers. ( IS:1180 Part 2) k) Magnetic balance test. l) Polarization Index test. Index shall be not less than 1.5. m) oil leakage test: The criterion of leakage shall be discoloration by oil of whitewash applied
externally to suspected parts at an oil temperature of 90°C or other method approved by the
purchaser; n) galvanizing tests, where applicable. Bushings and oil shall be subject to the following routine
tests. m) Bushing routine tests: in accordance with IEC
137/IS 3347;
n) oil dielectric and moisture content test: conforming to IEC 156 or IS 335.
Routine test certificates shall include in addition to the test results, the purchaser's order
number, the transformer serial number, outline drawing number and transformer kVA rating. 4 Type Tests The measurements and tests shall be carried out in accordance with the standard specified in each
case in table 6 below:
Table 6: Transformer type tests
Type Test Standard
Temperature Rise Test IEC 76/IS 2026
Impulse Voltage Withstand Test, Including Full Waves and IEC 76/IS 2026
Chopped Waves as listed below
Noise Level Measurement IEC 551
Short Circuit Test. IEC 76 / IS 2026
Air Pressure Test ( Sealed type transformers only) IS:1180 Part 2.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
In accordance with IEC 76-3 the following sequence of impulses shall be
applied: one full wave at 50% BIL;
one full wave at 100% BIL;
one chopped wave at 50%
BIL; two chopped waves at 100% BIL;
and two full waves at 100% BIL.
PART 3 GENERAL PARTICULARS AND GUARANTEES
a) COMPLIANCE WITH SPECIFICATION The transformers shall comply in all respects with the requirements of this specification. However,
any minor departure from the provisions of the specification shall be disclosed at the time of
tendering in the Non Compliance Schedule in Part 3 of this document. The mass and dimensions of any item of equipment shall not exceed the figures stated in the Schedules.
12 COMPLIANCE WITH REGULATIONS All the equipment shall comply in all respects with the Indian Regulations and acts in force. The equipment and connections shall be designed and arranged to minimise the risk of fire and any
damage which might be caused in the event of fire.
c) Inspection and Testing The Purchaser shall have free entry at all times, while work on the contract is being performed, to all
parts of the manufacturer's works which concern the processing of the equipment ordered. The
manufacturer shall afford the Purchaser without charge, all reasonable facilities to assure that the
equipment being furnished is in accordance with this specification. The equipment shall successfully pass all the type tests and routine tests referred to in Clause 42,
Part 2 and those listed in the most recent edition of the standards given in Clause 2, Part 1 of this
specification. The Purchaser reserves the right to reject an item of equipment if the test results do not comply with
the values specified or with the data given in the technical data schedule. Type tests shall be carried out at an independent testing laboratory or be witnessed by a
representative of such laboratory or some other representative acceptable to the Purchaser. Routine
tests shall be carried out by the Supplier at no extra charge at the manufacturer's works. Type tests may be dispensed with at the Purchaser's discretion if the Supplier furnishes evidence to
the Purchaser's satisfaction that the relevant tests have already been performed on identical
equipment. In this case test certificates shall be submitted with the bid for evaluation. The Purchaser may witness routine and type tests. In order to facilitate this, the Supplier shall give
the Purchaser a minimum of four weeks notice that the material is ready for testing. If the Purchaser
does not indicate his intention to participate in the testing, the manufacturer may proceed with the
tests and shall furnish the results thereof to the Purchaser. Full details of the proposed methods of testing, including connection diagrams, shall be submitted to
the Purchaser by the Supplier for approval, at least one month before testing. All costs in connection with the testing, including any necessary re-testing, shall be borne by the
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Supplier who shall provide the Purchaser with all the test facilities which the latter may require, free of charge. The Purchaser shall have the right to select the samples for test and shall also have the right to assure that the testing apparatus is correct. Measuring apparatus for routine tests shall be calibrated at the expense of the Supplier at an approved laboratory and shall be approved by the Purchaser. The Supplier shall be responsible for the proper testing of the plant or materials supplied by sub-
suppliers to the same extent as if the work, plant or materials were completed or supplied by the
Supplier. Any cost incurred by the Purchaser in connection with inspection and re-testing as a result of failure
of the equipment under test or damage during transport or offloading shall be to the account of the
Supplier. The Supplier shall submit to the Purchaser five signed copies of the test certificates, giving the
results of the tests as required. No materials shall be dispatched until the test certificates have been
received by the Purchaser and the Supplier has been informed that they are acceptable. The test certificates must show the actual values obtained from the tests, in the units used in this
specification, and not merely confirm that the requirements have been met. In the case of components for which specific type tests or routine tests are not given in Part 2, or in
the quoted standards in Clause 2, of this specification, the Supplier shall include a list of the tests
normally required for these components. All materials used in the Contract shall withstand and shall
be certified to have satisfactorily passed such tests. No inspection or lack of inspection or passing by the Purchaser’s Representative of equipment or
materials whether supplied by the Supplier or sub-supplier, shall relieve the Supplier from his liability
to complete the contract works in accordance with the contract or exonerate him from any of his
guarantees.
D. Guarantee The Supplier shall guarantee the following :
Quality and strength of materials used; Satisfactory operation during the guarantee period of five year from the date of
commissioning, or 72 months from the date of acceptance of the equipment by the
Purchaser following delivery, whichever is the earlier;
Performance figures as supplied by the tenderer in the schedule of guaranteed particulars;
The offered surface treatment shall protect the treated metal from corrosion for a
period of not less than five years from the date of delivery.
i) SUBMITTALS The following shall be required with each copy of the bid :
• completed technical data schedule; • descriptive literature giving full technical details of equipment offered; • outline dimension drawing for each major component, general arrangement drawing
showing component layout and general schematic diagrams;
• type test certificates, where available, and sample routine test reports; • detailed reference list of customers already using equipment offered during the last 5
years with particular emphasis on units of similar design and rating;
• details of manufacturer's quality assurance standards and programme and ISO 9000
series or equivalent national certification;
• deviations from this specification. Only deviations approved in writing before award of
contract shall be accepted;
• list of recommended spare parts and consumable items for five years of operation with
prices and spare parts catalogue with price list for future requirements.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
30.1. Technical Data Schedule for 100kVA Three Phase Transformer
ITEM DESCRIPTION UNIT SPECIFIED BIDDER’S
NO. OFFER 1 GENERAL
Name and address of manufacturer
International or national standards with IEC -76 which the transformer and accessories IS-2026 comply IS-1180
Nominal frequency Hz 50
nominal power rating kVA 100
Maximum continuous power rating kVA 100
Nominal primary voltage kV 11
Nominal secondary voltage V 433
Type of cooling ONAN
Vector Group Dyn11
Winding polarity
2 IMPEDANCE VOLTAGE
Impedance at rated current and frequency % 4
Resistance component of impedance %
Reactance component of impedance %
3 SHORT CIRCUIT PERFORMANCE
Short circuit current withstand capability kA
Duration sec 2 sec
X/R ratio
4 INSULATION LEVELS
a) Separate source power frequency
withstand voltage
HV winding kV rms 28
LV winding kV rms 3
b) Induced overvoltage withstand level
HV winding kV rms
LV winding kV rms
c) Full wave 1.2/50 µs lightning impulse kV peak 75
withstand level HV winding
5 OVERLOAD / TEMPERATURE RISE
Duration of overload: 25% min
Duration of overload: 50% min
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Design maximum ambient temperature oC 500
Design average ambient temperature oC 350
Maximum winding temperature rise oC 550
Top oil temperature rise oC 450 sealed.
Maximum hot spot temperature at ambient oC
temperature of 45oC
Maximum temperature gradient oC/mm
6 CURRENT AND FLUX DENSITY
Maximum current density at full load current.
HV winding A/mm2 2.5(Cu)/1.5(Al)
LV winding A/mm2 2.5(Cu)/1.5(Al) Maximum Flux density at rated voltage and Tesla 1.6
frequency.
Maximum flux density at 12kV and 48 Hz Tesla
7 GUARANTEED LOSSES
Core losses at rated voltage and frequency. W
Winding losses at rated current at 75°C W
No load current (at 11kV) as percentage of
full load current. %
Regulation at 75 °C :full load at PF =1 % full load, PF=0.85 %
8 CORE AND WINDINGS
Silicone steel of core: CRGO manufacturer/supplier
type/grade Conductor for HV winding: manufacturer/supplier
type/grade
conductor material Conductor for LV winding: manufacturer/supplier
type/grade
conductor material
Cross section area of HV winding mm2
Cross section area of LV winding mm2 9 CLEARANCES
Minimum HV Phase to Phase clearance:
in oil mm 127
outside oil. mm 255
Minimum HV clearance Phase to earth
in oil mm 76
outside oil mm 140
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Insulation material HV winding: manufacturer/supplier
type/grade:
ITEM DESCRIPTION UNIT SPECIFIED BIDDER’S NO. OFFER
Insulation material LV winding: manufacturer/supplier
type/grade: 10 BUSHINGS AND TERMINALS
HV bushings:
manufacturer/supplier
type/grade
LV bushings:
manufacturer/supplier
type/grade
Type of HV terminal Metal used for terminal studs
Tightening bolt diameter mm
Type of atmospheric protection
Minimum phase to phase clearance mm 255
Minimum phase to earth clearance mm 140
Type of LV terminal
Metal used for terminal
Tightening bolt diameter mm
Type of atmospheric protection
Minimum phase to phase clearance mm
Minimum phase to earth clearance mm
Type of earth terminal material Non ferrous Bolt and Nut
Are spring and lock washers included? Yes/No Yes
11 TRANSFORMER OIL IEC:296/IS:335
Oil: manufacturer/supplier class-1 type/grade mineral oil
Quantity of oil litres
Breakdown Voltage at the time of filling. kV 60
Moisture content at the time of filling ppm
12 TRANSFORMER TANK
Sealed Type Yes/No Yes
Type of steel Mild steel
Grade of steel High Grade
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Technical Specification for Distribution Transformers ( 100KVA Transformer )
ITEM DESCRIPTION UNIT SPECIFIED BIDDER’S
NO. OFFER
Minimum thickness of :
tank steel mm 3
top cover mm 5
bottom cover mm 5
cooling surfaces mm
Top oil temperature corresponding to oC
100 kN/sq.m pressure
Steady load to give top oil temp (50 oC kVA
ambient)
Steady load to give top oil temp (50 oC
ambient and solar radiation of 1,200 W/m2) kVA
Pressure for actuating relief device fitted
Corrosion protection Paint/
type/grade Galvanising
supplier
Thickness of coating microns 200/64
13 DIMENSIONS AND WEIGHTS
Overall width mm
Overall height mm
Overall depth mm
Weight of core kg
Weight of tank kg
Weight of windings kg
Weight of oil at 200C kg
Total weight of transformer, ready for kg
service
Shipping weight of transformer kg
14 EFFICIENCY
Efficiencies at 75oC at unity power factor %
a) at full load
b) at 3/4 full load %
c) at 1/2 full load %
d) at 120% full load %
e) Load at which maximum kVA
efficiency occurs
f)Maximum efficiency %
1. INSULATION RESISTANCE
Values at 30oC
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
ITEM DESCRIPTION UNIT SPECIFIED BIDDER’S NO. OFFER
HV to Earth Mega-
ohms LV to Earth Mega-
ohms HV to LV Mega-
ohms
ii) Technical Data Schedule for 250kVA Three Phase Transformer
ITEM DESCRIPTION UNIT SPECIFIED BIDDER’S
NO. OFFER
1 GENERAL
Name and address of manufacturer
International or national standards with IEC -76
which the transformer and accessories IS-2026
comply IS-1180
Nominal frequency Hz 50
nominal power rating kVA 250
Maximum continuous power rating kVA 250
Nominal primary voltage kV 11
Nominal secondary voltage V 433
Type of cooling ONAN
Vector Group Dyn11
Winding polarity
2 IMPEDANCE VOLTAGE
Impedance at rated current and frequency % 4
Resistance component of impedance %
Reactance component of impedance %
3 SHORT CIRCUIT PERFORMANCE
Short circuit current withstand capability kA
Duration sec 2 sec
X/R ratio
4 INSULATION LEVELS
a) Separate source power frequency
withstand voltage
HV winding kV rms 28
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
LV winding kV rms 3
b) Induced overvoltage withstand level
HV winding kV rms
LV winding kV rms
c) Full wave 1.2/50 µs lightning impulse
kV peak 75
withstand level HV winding
5 OVERLOAD / TEMPERATURE RISE
Duration of overload: 25% min
Duration of overload: 50% min
Design maximum ambient temperature oC 500
Design average ambient temperature oC 350
Maximum winding temperature rise oC 550
Top oil temperature rise oC 450 sealed.
500 unsealed
Maximum hot spot temperature at ambient oC
temperature of 45oC
Maximum temperature gradient oC/mm
6 CURRENT AND FLUX DENSITY
Maximum current density at full load current.
HV winding A/mm2 2.5(Cu)/1.5(Al)
LV winding A/mm2 2.5(Cu)/1.5(Al)
Maximum Flux density at rated voltage and Tesla 1.6
frequency.
Maximum flux density at 12kV and 48 Hz Tesla
7 GUARANTEED LOSSES
Core losses at rated voltage and frequency. W
Winding losses at rated current at 75°C W
No load current (at 11kV) as percentage of
full load current. %
Regulation at 75 °C : full load at PF =1 %
full load, at PF=0.85 %
8 CORE AND WINDINGS
Silicone steel of core: CRGO
manufacturer/supplier
type/grade
Conductor for HV winding:
manufacturer/supplier
type/grade
conductor material Copper
Conductor for LV winding:
manufacturer/supplier
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
type/grade
conductor material Copper
Cross section area of HV winding Cross section area of LV winding
mm2 mm2
9 CLEARANCES
Minimum HV Phase to Phase clearance:
in oil mm 127
outside oil. mm 255
Minimum HV clearance Phase to earth
in oil mm 76
outside oil mm 140
Insulation material HV winding:
manufacturer/supplier
type/grade:
Insulation material LV winding:
manufacturer/supplier
type/grade:
10 BUSHINGS AND TERMINALS
HV bushings:
manufacturer/supplier
type/grade
LV bushings:
manufacturer/supplier
type/grade
Type of HV terminal
Metal used for terminal studs
Tightening bolt diameter mm
Type of atmospheric protection
Minimum phase to phase clearance mm 255
Minimum phase to earth clearance mm 140
Type of LV terminal
Metal used for terminal
Tightening bolt diameter mm
Type of atmospheric protection
Minimum phase to phase clearance mm
Minimum phase to earth clearance mm
Type of earth terminal material Non ferrous
Bolt and Nut
Are spring and lock washers included? Yes/No Yes
11 TRANSFORMER OIL IEC:296/IS:335
Oil: manufacturer/supplier class-1
type/grade mineral oil
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
Quantity of oil litres
Breakdown Voltage at the time of filling. kV 60 Moisture content at the time of filling ppm
12 TRANSFORMER TANK
Sealed Type Yes/No Sealed or
unsealed
Type of steel Mild steel
Grade of steel High Grade
Minimum thickness of :
tank steel mm 3
top cover mm 5
bottom cover mm 5
cooling surfaces mm
Top oil temperature corresponding to
oC
100 kN/sq.m pressure if sealed type.
Steady load to give top oil temp (50 oC kVA
ambient)
Steady load to give top oil temp (50 oC kVA
ambient and solar radiation of 1,200 W/m2)
Pressure for actuating relief device fitted
Corrosion protection Paint/
type/grade Galvanizing
supplier Thickness of coating microns 200/64
13 DIMENSIONS AND WEIGHTS
Overall width mm
Overall height mm
Overall depth mm
Weight of core kg
Weight of tank kg
Weight of windings kg
Weight of oil at 200C kg
Total weight of transformer, ready for service kg
Shipping weight of transformer kg
14 EFFICIENCY
Efficiencies at 75oC at unity power factor
%
a) at full load
b) at 3/4 full load %
c) at 1/2 full load %
d) at 120% full load %
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
e) Load at which maximum
kVA
efficiency occurs
f)Maximum efficiency %
15 INSULATION RESISTANCE
Values at 30oC
HV to Earth Mega-
ohms
LV to Earth Mega-
ohms
HV to LV Mega-
ohms
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
SECTION - V
PRICE BID Tender Notification: 03/2015-16/DGM/JYPR
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
I. BOQ for Construction of 11KV line, LT Line with AB cable with service connection & 250KVA Plinth Mounted Sub-Station for power supply to V.D (Auto) College, Jeypore.
Sl.No Description of Materials Unit Qnty
Supply Rate of Unit (Rs.)
Errection Rate Per Unit (Rs.)
Total Cost Per Unit (Rs.)
Grand Total (Rs.)
1 2 3 4 =(2+3) 5= (1X4)
11 KV 3ph 3w Line-0.02KM (Part A)
1 9mtr long PSC pole No. 0
2 8mtr long PSC pole for stud pole No. 0
3 Base plate No. 0
4 Earthing for support ( coil type) No. 0
5 11KV 'V' Cross Arm No. 0
6 Back Clamp for V Cross Arm No. 0
7 Top Bracket No. 0
8 11KV Pin Insulator No. 3
9 11KV G.I. Pin No. 3
10 11Kv Disc insulator (T&C) No. 3
11 11Kv hard wire fitting (T&C) No. 3
12 75x40x6mm M.S channel Kg. 19.04
13 HT Stay Set (Complete) Set 1
14 Stay Insulator No. 1
15 Stay Clamp Pair 1
16 7/10 SWG Stay Wire Kg. 10
17 M.S. Nut, Bolt & Washer Kg. 3
18 55mm2AAA conductor Km. 0.06
19 Concrete material for stay anchor plate (0.45x0.45x1.5) mtr. No. 1
20 Concreting of cut point / Tapping pole No. 0
21 No 6 G.I wire for Guarding Kg 0
22 padding and concreting materials for support No. 0
23 Sundries. LS
250KVA Plinth mounted S/S with DP Structure (Part B)
1 9Mtr long 300kg psc pole No 2
2 Pressure channel 100x50x6mm,(2.8Mx2Pc)(9.2kg/mtr) Kg 51.52
3
Transformer mounting channel 100x50x6mm 2.8mtr long 2nos (9.2kg/mtr) Kg 51.52
4
AB switch and H.G fuse mounting channel 75x40x6mm,2.8mtr long 4nos (6.8kg/mtr) Kg 76.16
5
Cantilever channel for supporting H.G fuse 75x40x6mm MS angle 1mtr long 2nos (6.8kg/mtr) Kg 13.6
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
6
Cantilever channel for supporting H.G fuse 50x50x6mm MS angle 1mtr long 2nos (4.5kg/mtr) Kg 9
7
Angle for cantilever arrangement for AB switch and H.G fuse 50x50x6mm 2mtr long each,2nos (4.5kg/mtr) Kg 18
8
Transformer belting 50x50x6mm angle 2.8mtr long 2nos 4.5kg/mtr) with side angle total (7mtr) Kg 31.5
9
Angle for mounting L T distribution box 35x35x5mm 1.0mtr long 2nos (3.5kg/mtr) Kg 22.5
10 11kv Disc insulator ( T&C) No 3
11 11kv H/W fitting (T&C)) No 3
12 11kv AB switch 3 pole , 200Amps (H) Set 1
13 11kv HG fuse 3 pole, 200Amps Set 1
14 11kv lightning arrestor 5KA No 3
15 LT distribution box with kit kat fuse for 250KVA Trf. No 1
16 HT stay set (complete) Set 4
17 Stay insulator No 4
18 Stay clamp No 4
19 7/10 G.I stay wire Kg 40
20 G.I pipe earthing 40mm dia medium gauge 2.5mtr long No 5
21 Earthing support (coil type) No 2
22 25x6mm M.S Flat Kg 45
23 MS nuts,bolts and washers Kg 35
24 Cost of star rated transformer 250KVA ,11/0.4KV All. No 1
25 LT 3core PVC cable 300sq.mm . Mtr 15
26 Concrete materialfor stay anchor plate (0.45x0.45x1.5)mtr LS 4
27 Concreting of S/S D.P LS 1
28
Material for earthing including masonary work for earth pit, salt, charcoal and cement plate cover LS 5
29 Base plate for support No 2
30 Boundary wall of the Sub station with Grill Gate Locking arrangingement. LS 1
31 Sand and metal spreading LS 1
32 Sundries LS 1
LT 3ph 5W line with AB cable (Part C)
1 8mtr. Long PSc pole No 10
2 9mtr long PSC pole No. 0
3 L.T stay set complete Set 7
4 L.T stay insulator No 7
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
5 L.T stay clamp Pair 7
6 7/12 G.I. stay wire Kg 49
7 M.S Bolt Nut& washer Kg 15
8 3x35+1x25 mm2 A.B cable Km 0
9 3x50+1x35 +1x25mm2 A.B cable Km 0
10 1x35+1x25mm2 A.B Cable Km 0
11 3x50+1x 35+ 1x25mm2 A.B cable Km 1.01
12 Concreting material for stay anchor plate No 7
13 Concreting of cut point No 2
14 Suspension clamp I Hook No 30
15 Dead end clamp I hook No. 12
16 Sundries L/S
17 Construction of plinth for transformer L/S
Service Connection (Part- D)
1
Service connection charges for 40.0Kw load of New extension building with cost of LTCT meter 100/5Amps. Of V.D College Jeypore L/S
2
Service connection charges for 12.0Kw load of New Computor department with cost of whole current meter 20-100Amps of V. D College jeypore. L/S
3
Service connection charges for 12.0Kw load of New building L-5. L-6, L-7 & L-8 with cost of whole current meter 20-100Amps of V.D College Jeypore L/S
4
Service connection charges for 8.0Kw load of ITDA building with cost of whole current meter 20-100Amps. of V.D College Jeypore L/S
TOTAL (A+B+C+D)
II. Shifting of 33KV Koraput feeder line from the proposed site of Medical College &
Hospital, Koraput.
Sl.No Description of Materials Unit Qnty
Supply Rate of Unit (Rs.)
Errection Rate Per Unit (Rs.)
Total Cost Per Unit (Rs.)
Grand Total (Rs.)
1 2 3 4
=(2+3) 5=
(1X4)
1 12 mtr long joist pole 150x150 mm2, 34.6 Kg/ mtr No 2
2 33KV V cross Arm No 0
3 Back clamp No 0
4 Top clamp No 0
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
5 33KV Pin insulator No 6
6 33KV GI Pin No 6
7 Disc insulator (B&S) No 36
8 Hard ware fitting (B&S) No 12
9 100x50x6mm2 MS Channel Kg 103.04
10 Earthing support coil type No 2
11 100mm2 AAAC Conductor Km 0.773
12 Stay set complete Set 8
13 Stay insulator No 8
14 Stay clamp No 8
15 Stay wire kg 80
16 MS nut & bolt & washer kg 80
17 Concreting material for stay anchor plate No 8
18 Base plate for support No 2
19 Padding and concreting of support No 2
20 Sunries I/S
TOTAL
III. Construction of 11KV line, LT Line with AB cable & 100KVA D.P Mounted Sub-Station with metering arrangement for power supply to Govt. Poly Technic, Mundaguda, Malkangiri.
Sl.No Description of Materials Unit Qnty
Supply Rate of Unit (Rs.)
Errection Rate Per Unit (Rs.)
Total Cost Per Unit (Rs.)
Grand Total (Rs.)
construction of new 11 KV 3-PH 3-Wire line (Part-A) 1 2 3
4 =(2+3)
5= (1X4)
1 11 KV V Cross Arm( 10.2 Kg each) No 3
2 Back Clamp for 11 KV "V "Cross Arm No 3
3 Top (F) Clamp for PSC Pole No 4
4 11 KV Disc Insulator T & C Type (Double Disc)
No 48
5 11 KV hard ware fitting T & C Type No 24
6 11 KV Pin Insulator 320 CD No 20
7 11 KV GI Pin No 20
8 HT Stay Set Complete No 8
9 11 KV Stay insulator No 8
10 HT Stay clamp for PSC Pole / RS Joist (GI) Pair 8
11 7/10 SWG Stay wire kg 64
12 Earthing device / Support Coil type (GI) No 7
13 Base Plate for Support No 7
14 Concrete material for stay anchor plate (0.45x0.45x1.5) mtr
No 8
15 Padding and concreting materials for cut-point (0.45x0.45x1.5) mtr
No 7
16 MS nuts, bolts and washers kg 6.25
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
17 Saundries(Paint, Danger board, Clamp, Connectors, Anticlimbing device, Binding tape etc
Ls 1
18 100x50x6 mm channel for straight Cross arm 1.2 mtr each 16 nos. & 0.2 mtr long 4 Nos
kg 184
19 10 mtr long 300 KG PSC pole No 7
20 55 mm2 AAAC conductor km 1.545
21 Road Crossing Guarding NO-6 GI Wire KG 160
22 75X75X6 mm Channel for 4 Nos Guarding 1.5 Mtr each 8 Nos
kg 81.6
23 G.I pipe earthing 40mm dia medium gauge 3mtr long for Guarding
No 4
24 No-6 GI wire for earthing kg 120
25 Materials for masonary work for earth pit Charcoal ,salt etc for earthing
No 4
Construction of 1 No 11 kv metering unit DP (Part-B)
1 9 mtr long 300kg PSC pole No 2
2 2.4mtr long 75x50x6mm Channel Kg 96
3 2.4 mtr long 50x50x6mm Angle for mounting TP box
Kg 19
4 11 kv disc insulator No 6
5 11 kv hardware fitting No 6
6 2.5mm2 4 core control cable Mtrs 20
7 Cable glands for 2.5mm2 4 core control cable No 4
8 25 mm2 PVC cable Mtrs 5
9 No 6 GI wire Kg 3
10 Pipe earthing with pits complete No 2
11 Clamps for fixing meter box No 4
12 G.I. nuts and Bolts Kg 4
13 Washer Kg 1
14 10mm2cupper lugs No 28
15 AAAC 55 mm2 Conductor Mtrs 20
16 90mm2 Alluminium sockets No 9
17 Saundries Ls 1
18 11 KV 185 MM2 3 Core XLPE Cable Jointing Kit (Outdoor)
No 4
19 11 KV 185 MM2 3 Core XLPE Cable Mtr 30
for Double pole mounted 11/0.4KV 100 KVA S/S (Part-C)
1 9 mtr long 300 Kg PSC pole No 2
2 Pressure Channel 100x50x6 mm 2.8 mtr long 2Nos (9.2kg/mtr)
kg 51.52
3 Transformer mounting Channel 100x50x6 mm 2.8 mtr long 2Nos (9.2kg/mtr)
kg 51.52
4 AB Switch & HG fuse mounting Channel (75x40x6mm) 2.8 mtr long 4 Nos (6.8kg/mtr)
kg 76.16
5 Transformer belting 50x50x6 mm angle 2.8 mtr long 2 nos(4.5kg /mtr) with side angle(total 7 mtr)
kg 31.50
6 Angle for mounting LT distribution box (50x50x6) mm 1.0 mtr long 2nos (4.5kg/mtr)
kg 9.00
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
7 11KV Disc Insulator T& C type. No 3
8 11 kv hard ware fitting T&C type No 3
9 11 kv 400 A AB switch 3pole Set 1
10 11 kv 400A HG fuse 3pole Set 1
11 11 kv lightining arrestor (10 KA) No 3
12 LT distribution box including kit kat fuse for 100 KVA S/S
No 1
13 LT 3.5 mm2x185mm2 PVC cable Mtr 15
14 HT stay set complete No 2
15 Stay insulator No 2
16 Stay clamp Pair 2
17 7/10 SWG stay wire kg 20
18 G.I pipe earthing 40mm dia medium gauge 3mtr long
No 5
19 Earthing of support (coil type) No 2
20 G.I. Flat (25x6) mm @ 1.2 Kg/Mtr kg 54
21 Concrete material for stay anchor plate (0.45x0.45x1.5) mtr
No 2
22 padding and concreing materials for support (0.45x0.45x1.5) mtr
No 2
23 Materials for masonary work for earth pit Charcoal ,salt etc for earthing
No 5
24 Base plate for support No 2
25 MS nuts &bolts kg 30
26
Saundries (Aluminium binding tap ,insulating Tap ,fencing metal spreading ,Anticlimbing device ,paint ,danger Board etc)
Ls 1
27
Fencing size 8'x12' with 10 nos RCC piller and 3ply GI barbed wire & Grill gate & locking arrangement
Ls 1
28 Sand and metal spreading Ls 1
29 100 kva 11/0.4 kv Transformer No 1
for construction of New 3Ph 5W LT Line (Part-D)
1 Stay set complete SET 6
2 7/12 SWG gi wire Kg 42
3 Concreting of stay No 6
4 Stay clamp(1.4kg/pair) Pair 6
5 Stay insulator No 6
6
(75x75x6) MM2 MS Channel for Cantilever Type Cross Arm 1.2 Mtr Long,6.8KG/Mtr & (50x50x6) MM2 MS Channel for Support for Cross Arm 1.5 Mtr Long for 7 Nos pole ,4.5 KG/Mtr
KG 89.46
7 Back Clamp for Cantilever Type Cross Arm Nos 14
8 LT Shackel Insulator Nos 30
9 Saundries(paint,binding tape ,etc) LS 1
10 MS nuts and bolts KG 15
11 AB cable (3x55+1x35+1x16) mm2 Km 0.206
12 9 Mtr long 300 kg PSC pole No 6
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
13 Padding and concreting materials for cut-point (0.45x0.45x1.5) mtr
No 6
14 Cost of 5/5 Amp 11 KV MU Meter With Box & 2.5 MM2 7 Core Control Cable (J)
L/S
TOTAL (A+B+C+D) IV. Shifting of HT/LT line and Sub-station due to widening of NH Road from Lamtaput junction to Lamtaput
end in Machkund Road.
Sl.No Description of Materials Unit Qnty
Supply Rate of Unit (Rs.)
Errection Rate Per Unit (Rs.)
Total Cost Per Unit (Rs.)
Grand Total (Rs.)
1 2 3 4
=(2+3) 5=
(1X4)
1 9mtr long PSC pole No. 20
2 8mtr long PSC pole No. 6
3 Base plate No. 26
4 Earthing for support ( coil type) No. 20
5 11KV 'V' Cross Arm No. 4
6 Back Clamp for V Cross Arm No. 4
7 Top Bracket No. 4
8 11KV Pin Insulator No. 15
9 11KV G.I. Pin No. 15
10 11Kv Disc insulator (T&C) No. 15
11 11Kv hard wire fitting (T&C) No. 15
12 M.S. Nut, Bolt & Washer Kg. 50
13 50mm2AAA conductor Km. 1.22
14 concreting of cut point No. 2
15 Padding & concreting materials for support No. 22
16 100x50x6mm M.S Channal Kg 103.04
17 75x40x6mm M.S Channal Kg 102
18 50x50x6mm M.S Angle Kg 58.5
19 35x35x6mm Flat Kg 22.5
20 11kv AB switch 3 pole Set 1
21 11kv HG fuse 3 pole Set 1
22 12kv lightning arrestor,5KA No 3
23 LT distribution box with kit kat fuse for 100KVA Trf. No 1
24 G.I pipe earthing 40mm dia medium gauge 2.5mtr long No 3
25 No 6 G.I wire for earthing Kg 20
26 LT 3core PVC cable 150sq.mm . Mtr 25
27 Concreting of S/S DP L/S 1
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
28
Material for Earthing including machinary work for earth pit , sult, charkol & cement plate cover L/S 3
29
Fencing size 8x12 with 10nos. RCC pillar and 3ply,G.I barbed wire and grill gate and locking arrangement LS 1
30 Sand and metal spreading LS 1
31 L.T stay set complete Set 4
32 L.T stay insulator No 4
33 L.T stay clamp Pair 4
34 7/12 G.I. stay wire Kg 28
35 3x50+ 1x35 + 1x16 mm2 A.B cable Km 0.56
36 Concreting material for stay anchor point No 4
37 Suspension clamp I Hook No 16
38 Dead end clamp I hook No. 6
39
Sundries (paint,danger board,aluminium binding tape and wire,insulating tape,jumpering materials,Anticlimbing device and other accessories etc ) LS
40 Cost. Plinth for Transformer (100+63)KVA LS
41 Shifting charges of Trf. Of 1No. 100KVA & 1No.63KVA LS
42
Dismentalling charges of HT cum L.T line including cross arm stay set, conductor etc 16spans LS
TOTAL
V. Shifting of 33KV line from the Construction Site of Model school , Jharigaon
Sl.No Description of Materials Unit Qnty
Supply Rate of Unit (Rs.)
Errection Rate Per Unit (Rs.)
Total Cost Per Unit (Rs.)
Grand Total (Rs.)
1 2 3 4
=(2+3) 5=
(1X4)
1 10 Mtr , 330 Kg PSC Pole No 10
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
2
Pressure channel
100X50X6mm, 2.4mtr 4
Nos for 2 nos of DP Cut
Point and 1.5 Long 22
nos for single pole Cut point & road crossing and
top channel-10 nos @ 0.5
Kg per each
Kg
396.92
3
50X50X6 mm MS Angle for DP Cut points = 5 mtr
long =4 nos @ 4.45 Kg
per mtr
Kg 89.00
4 Disc insulator (B&S) No. 72
5 Hard wire fitting (B&S) No. 24
6 HT Stay Set (Complete) Set 17
7 Stay Insulator No. 17
8 Stay Clamp Pair 17
9 7/8 SWG Stay Wire Kg. 170
10 M.S. Nut, Bolt & Washer Kg. 100
11 100 mm2AAA conductor Km. 1.63
12
Concrete material for stay &
all poles anchor plate
(0.45x0.45x1.5) mtr No. 27
13 33 KV GI Pin No 34
14 33KV Pin Insulator Kg 34
15
Earthing for support ( coil
type) No. 10
16 No-6 GI Wire for guarding No 50
17 33 KV , F-Clamp No 4
18 Back Clamp No 6
19 33 KV 'V-Cross arm No 3
20 Sundries LS
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.
DY GENERAL MANAGER, ELECTRICAL CIRCLE,JEYPORE
(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.