99
1 | Page ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS UNDER ALL ELECTRICAL CIRCLES OF APDCL ON “TURNKEY” MODE SCHEME: “ANNUAL PLAN 2014-15NIT NO.CGM (PP&D)/ APDCL/AP2014-15/FMPT/01.

ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

  • Upload
    others

  • View
    7

  • Download
    0

Embed Size (px)

Citation preview

Page 1: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

1 | P a g e

ASSAM POWER DISTRIBUTION COMPANY LTD.

BID DOCUMENT FOR

FEEDER METERING & TRANSFORMER PROTECTION

IN DIFFERENT SUBSTATIONS UNDER ALL

ELECTRICAL CIRCLES OF APDCL

ON

“TURNKEY” MODE

SCHEME: “ANNUAL PLAN 2014-15” NIT NO.CGM (PP&D)/ APDCL/AP2014-15/FMPT/01.

Page 2: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

2 | P a g e

INDEX

Section – 1 Notice Inviting Tender

Section – 2 Tender Inviting Proposal

Section – 3 BOQ of Packages & Tender Proforma-Part-II (Price Bid)

Section – 4 General Requirements

Section – 5 Forms of Bid

Section – 6 Technical Specifications

Section – 7 Guaranteed Technical Particular

Page 3: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

3 | P a g e

SECTION -1 NOTICE INVITING TENDER

Page 4: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

4 | P a g e

ASSAM POWER DISTRIBUTION CO. LTD

PROJECT PLANNING & DESIGN Office: Bijulee Bhawan, 6th floor, Paltan Bazar, Guwahati-781001; Phone 0361-2739514, Fax 0361-2739535

Web site: www.apdcl.gov.in E Mail: [email protected]

CIN No.: U40109AS2003SGC007242

NIT NO.CGM (PP&D)/ APDCL/AP2014-15/FMPT/01

The Chief General Manager (PP&D), Assam Power Distribution Co. Ltd. Bijulee Bhawan,

Paltanbazar, Guwahati-1, invites tenders from valid Electrical Contractor’s license holder up to 33kV

issued by the competent authority and with proven track record for feeder metering and transformer

protection in different substation under all Electrical Circles of APDCL on Turnkey mode of contract

under Annual Plan 2014-15

Details may be seen in the website www.apdcl.gov.in Chief General Manager (PP&D),

APDCL, 6th

floor, Bijulee Bhawan. Paltan bazaar, Guwahati-1

Memo No.CGM (PP&D)/ APDCL/AP 2014-15/FMPT/ Dated: Copy to: -

1. PS to the MD, APDCL, Bijulee Bhawan for kind appraisal of the MD.

2. The CGM(D),LAR/UAR/CAR, APDCL, Bijulee Bhawan, Guwahati-1- for favour of kind information.

3. The PRO, APDCL, Bijulee Bhawan, Paltan Bazar, Guwahati for publication of the above tender in one

issue of a “National paper” and “The Assam Tribune”.

4. The OSD to MD, APDCL, Bijulee Bhawan, Paltan bazaar, Guwahati for publication in the official website.

Chief General Manager (PP&D), APCDL

Page 5: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

5 | P a g e

ASSAM POWER DISTRIBUTION CO. LTD

PROJECT PLANNING & DESIGN Office: Bijulee Bhawan, 6th floor, Paltan Bazar, Guwahati-781001; Phone 0361-2739514, Fax 0361-2739535

Web site: www.apdcl.gov.in E Mail: [email protected]

CIN No.: U40109AS2003SGC007242

NIT NO.CGM (PP&D)/ APDCL/AP2014-15/FMPT/01

The Chief General Manager (PP&D), Assam Power Distribution Co. Ltd. Bijulee Bhawan,

Paltanbazar, Guwahati-1, invites tenders from valid Electrical Contractor’s license holder up to 33kV

issued by the competent authority and with proven track record for feeder metering and transformer

protection in different substations under all Electrical Circles of APDCL on Turnkey mode of contract

as given below

Item Description

Package No. of

S/S

Earnest

Money ₹ in

lakhs

Average Annual Turnover (last three years)

Tender participation

fee

Feeder metering and transformer

protection in 33/11kV

substation

No.1 ( S/S under LAR) 15 10.0 ₹ 650.00 Lakhs ₹.10000.00

No.2( S/S under CAR) 15 10.0 ₹ 650.00 Lakhs ₹.10000.00

No.3( S/S under UAR) 16 10.0 ₹ 690.00 Lakhs ₹.10000.00

Name of Scheme: Annual Plan 2014-15

The bidder can participate in one or all packages. The bids will be evaluated separately.

Tender participation fee: Bid documents can be obtained from the office of the undersigned on payment of

requisite tender participation fee as mentioned above only in the form of Bank Draft/Banker’s cheque pledged in

favour of “ASSAM POWER DISTRIBUTION CO. LTD.GUWAHATI-1” on any working day from 30.03.2016 upto

19.04.2016. Alternatively, the Bid document can be downloaded from the APDCL’s website: www.apdcl.gov.in

for tender submission purpose. The Bidders using downloaded document will attach an A/C Payee Demand

Draft/Banker’s cheque (non refundable) for an amount mentioned above duly pledged in favour of “ASSAM

POWER DISTRIBUTION COMPANY LIMITED” with their Bids, as tender participation fee. Bidders will ensure

that the documents are downloaded in full.

Details may be seen in the website www.apdcl.gov.in

Chief General Manager (PP&D),

APDCL, 6th

floor, Bijulee Bhawan. Paltan bazaar, Guwahati-1

Memo No.CGM (PP&D)/ APDCL/AP 2014-15/FMPT/ Dated:

Copy to: - 1. PS to the MD, APDCL, Bijulee Bhawan for kind appraisal of the MD.

2. The CGM(D),LAR/UAR/CAR, APDCL, Bijulee Bhawan, Guwahati-1- for favour of kind information.

3. The PRO, APDCL, Bijulee Bhawan, Paltan Bazar, Guwahati for publication of the above tender in one

issue of “The Assam Tribune” and Assamese Daily.

4. The OSD to MD, APDCL, Bijulee Bhawan, Paltan bazaar, Guwahati for publication in the official website.

Chief General Manager (PP&D), APCDL

Page 6: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

6 | P a g e

ASSAM POWER DISTRIBUTION CO. LTD.

PROJECT PLANNING & DESIGN

NOTICE INVITING TENDER

NIT NO.CGM (PP&D)/ APDCL/AP2014-15/FMPT/01

The Chief General Manager (PP&D), Assam Power Distribution Co. Ltd. Bijulee Bhawan, Paltanbazar, Guwahati-1, invites tenders from valid Electrical Contractor’s license holder up to 33kV issued by the competent authority as per details below: -

Item Description

Package No. of

S/S

Earnest Money ₹ in

lakhs

Average Annual Turnover (last three years)

Tender participation

fee

Feeder metering and transformer

protection in 33/11kV

substation

No.1 ( S/S under LAR) 15 10.0 ₹.650.00 Lakhs ₹.10000.00

No.2( S/S under CAR) 15 10.0 ₹.650.00 Lakhs ₹.10000.00

No.3( S/S under UAR) 16 10.0 ₹.690.00 Lakhs ₹.10000.00

NB. The bidder can participate in one or multiple package

1. Source of fund: Annual Plan 2014-15

2. Tender participation fee: Bid documents can be obtained from the office of the undersigned on

payment of requisite tender participation fee as mentioned above only in the form of Bank Draft/Banker’s cheque pledged in favour of “ASSAM POWER DISTRIBUTION CO. LTD.GUWAHATI-1” on any working day from 30.03.2016 upto 19.04.2016. Alternatively, the Bid document can be downloaded from the APDCL’s website: www.apdcl.gov.in for tender submission purpose. The Bidders using downloaded document will attach an A/C Payee Demand Draft/Banker’s cheque (non refundable) for an amount mentioned above duly pledged in favour of “ASSAM POWER DISTRIBUTION COMPANY LIMITED” with

their Bids, as tender participation fee. Bidders will ensure that the documents are downloaded in full. The bidder who opted for downloading has to intimate the authority about the downloading by e-mail at [email protected]. Any bid without payment of cost of tender for package as above will be rejected outright; the date of purchase of said A/C payee Demand Draft/Banker cheque should be within the of issue of tender paper.

3. Earnest money: As shown in the table above. However, in case of SC/ST/OBC bidders, the

amount will be 50% of the shown value subject to the condition of submission of cast certificate.

4. Eligibility Criteria:

a) Average Annual turnover of the bidder for the last three financial years for the work should be as

mentioned below and duly certified by registered Chartered Accountant with Registration No.

b) Past and present performance of the bidder in ASEB or in any of its successor companies will be

taken into account to decide the eligibility as per clause mentioned in the detail bid document.

c) Financial resources: The bidder shall have to specify proposed source of financing, such as liquid assets, unencumbered real assets, line of credit and other financial means, net current commitments, available to meet the total construction cash flow demand of the subject contract (evaluation & qualification criteria).

d) Other Eligibility Criteria may be seen at detail bid document.

5. Bid validity: 180 days from the date of submission of Bid. 6. Pre-bid Discussion: 13-00Hrs of 08.04.2016 7. Sale of Bid: From 30.04.2016 to 12-00Hrs. of 19.04.2016_ 8. Date of submission of Tenders: Up to 13-00 Hrs.19.04.2016 9. Date of opening of Bid:

a) Techno commercial bids will be opened at 13-00 hrs 19.04.2016

b) The price bid on a date to be notified later on.

Page 7: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

7 | P a g e

Note: 1. The work should be carried out as per latest APDCL/REC specification and construction. 2. Bids must be submitted in two parts as Techno Commercial bid and Price bid in two separate

envelope super scribing (a) Tender No. (b) Name of the bidder with full address. 3. Earnest money as stipulated should be submitted with the Techno Commercial bid in the form

of NSC/Term Deposit/FD/Bank guarantee from any nationalised or scheduled Bank of India to be issued from banks whose Branches/Regional office is situated within the state of Assam and pledged in favour of “ASSAM POWER DISTRIBUTION CO. LTD, Guwahati-1”. Any tender without earnest money will be rejected outright.

4. Part-I of the Bid shall consists of information of all Technical Bidding Schedules (GTP), Copy of the Licences, WCT registration, certificate of turnover, companies profile, experience certificate etc. Part-II shall consist of Price Bidding Schedules with all quantities and prices filled up as per annexure provided in the detail bid document.

5. The tender should be addressed and submitted to the office of the Chief General Manager (PP&D), APDCL , Bijulee Bhawan, 6th floor, Paltan bazar, Guwahati-1 and will be opened on the scheduled date & time in presence of the intending bidders.

6. Only those bids which are found acceptable in Part-I Bid i.e. Techno Commercial bid shall be considered for opening of Price Bid. The date and time of opening of Part-II Bid (Price) shall be communicated to those bidders whose bids are qualified for opening.

7. The Company reserves the right to accept or reject any tender in part or in full or spilt the work of any package without showing any reason thereof. APDCL reserves the right to reduce/increase the number of substation where the work is to be executed at the time of awarding the contract

8. The bidding documents are not transferable and cost of bidding document is not refundable under any circumstances.

Chief General Manager (PP&D), APDCL, 6th floor, Bijulee Bhawan, Paltanbazar, Guwahati-781001 Memo No. No.CGM (PP&D)/ APDCL/AP 2014-15/FMPT/ (a) Dated:. Copy to:-

1. The PS to the MD, APDCL Bijulee Bhawan Paltan Bazar for favour of information.

2. The CGM (D), LAR/UAR/CAR, APDCL Bijulee Bhawan Paltan Bazar for favour of

information.

3. The PRO, APDCL, he is requested to publish the above mentioned notice in one issue of “The Assam Tribune” and one “Assamese daily news paper

4. To the OSD to the MD, APDCL. He is requested to arrange for uploading the above notice along with Bid document at the official website of APDCL.

Chief General Manager (PP&D), APDCL

Page 8: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

8 | P a g e

SECTION 2

TENDER INVITING PROPOSAL

Page 9: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

9 | P a g e

ASSAM POWER DISTRIBUTION CO. LTD. PROJECT PLANNING & DESIGN

TENDER INVITING PROPOSALS WITH TERMS & CONDITIONS FOR

1. Name of work:

Feeder Metering & Transformer Protection in different Substations under all Electrical Circles of

APDCL on Turnkey mode

2. Intent of the Tender Enquiry

The intent of the Tender Enquiry is to invite proposals from the prospective and relevantly

experienced and financially sound contractor(s) (individual or joint venture)/firms to carry out the

works as mentioned above on turnkey mode of contract .

3. Scope of Work

The various activities under the scope of work shall among other related aspects cover the

following.

i. Procurement and supply of all materials required for the work.

ii. Arrange inspection / testing of any/all items ordered at manufacturer’s works for officer

deputed by APDCL for such inspection/testing.

iii. Site unloading, storage and handling of all materials supplied including watch and ward for

safe custody.

iv. Site fabrication work as per requirement.

v. Submission of implementation schedule from the date of award of contract for: -

Erection, testing and commissioning of all materials/equipment supplied/system

installed.

vi. Project management and site organization.

vii. Obtaining clearance from statutory Agencies, Government Departments, Village

Panchayats etc. wherever necessary

viii. Submission of technical specification/Test Certificate/Drawings etc. of all materials

supplied.

ix. A list of various items normally involved in proposed type of work is provided in this

document. This, however, is not to be considered as limiting but only typical. Bidders’

scope will include all other items and materials as may be required to effectively complete

the work.

Above all, the scope of work of the bidder/contractor will include all items and facilities as

may be necessary to complete the electrification work on turnkey basis and as binding

requirement.

4. Basic specification of the various equipment/ works to be supplied /carried out.

i. All equipment supplied shall conform to the requirement of relevant ISS (BIS) as approved

by ASEB/Company and that of REC specification and construction standards.

Page 10: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

10 | P a g e

ii. All materials supplied shall be erected, protected as per approved standard practice for

proposed type of electrical work so as to supply electricity to the consumers most

effectively and in an intrinsically safe manner.

iii. All equipment supplied and installed shall provide easy and effective:

Maintainability

Reliability

Availability

Long life

All equipment supplied and installed shall be provided stable and adequate weather

protection, system earthing etc. LA should be earthed separately.

iv. All items, which may require frequent opening up/ dismantling for maintenance, shall be

adequately sealed against any tampering/ theft etc.

v. Generally supply and erection of materials and system shall meet the requirement of

construction standard being followed in the electrification work.

5. Basic qualifying requirement:

To be qualified for the package the bidder must compulsorily meet the following minimum

criteria.

A. Technical.

The prospective bidder must fulfill the following qualifying requirements

a. The bidder must have valid electrical Contractor’s and Supervisor’s License (HT minimum

up to 33 KV) issued by any Licensing Authority of Govt. of Assam. In case, the bidder

does not have the licenses from the Licensing Authority of Govt. of Assam but has valid

licenses from other Licensing Authority under the Electricity Act 2003, the bidder will have

to obtain the same from the Licensing Authority of Govt. of Assam in case of award of

contract.

b. The bidder must have the experience of constructing minimum of 2(two) nos. of 33 /11 kV

S/S( new or R&M where such type of work is executed) during last 3(three) years as on

the date of bid opening and in satisfactory operation for at least 1(one) year.

c. The bidder shall furnish details of the work / works along with its value already in hand

either of APDCL, or in any other successor companies of ASEB along with date of

completion as per Letter of Award and likely date of completion duly certified by the

competent authority as per format enclosed as Annexure-IA. This shall be treated as

one of the major qualifying criteria for technical evaluation of the bid. Any award of

work if it is not completed by 100% will be treated as work in hand. Submission of false

data will be panelized as per rule, if found.

B. Financial

a. Average annual turnover of the bidder for the last three consecutive financial years should be

as per NIT and the annual turnover must be certified by a registered Chartered Accountant.

This should be supported by the copy of the income tax return submitted by the firm for the

last three previous years. In case of joint venture firms, the figures of average annual

turnovers for each Joint Venture partners shall be added together to determine the bidder’s

compliance with the minimum average turnover requirement for the package. However, the

lead partner must meet at least 40% and each of the other partners must meet at least 25%

of the minimum average annual turnovers criteria required for each package as per NIT.

b. If the total work in hand against the works of APDCL or its successor companies and other

agencies exceed more than 3(three) times the average annual turnover of the bidder, the bid

shall be treated as non-responsive.

Page 11: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

11 | P a g e

c. The bidder shall furnish latest VAT registration, WCT, CST Registration certificate, Service

tax registration, Employee Provident fund and valid Labour License (wherever applicable).

d. The bidder shall furnish copy of their Pan Card. The card must be in the name of the firm if

the bidder is a firm. If it is a joint venture copy of Pan Card of both the partner/firms must be

submitted.

e. Joint venture agreement should be a registered one or certified by Notary.

f. Power of attorney should be a registered/ notarized one.

g. Formal authority, Registered/Notarized for signing the tender or other documents on behalf of

the firm / individual must be submitted along with the bid. In case of registered company

Board’s resolution of the company for authorized signatory should be furnished.

h. Notwithstanding anything stated herein above, APDCL reserves the right to assess the

capacity and capability of the bidder to execute the work, should the circumstance warrant

such assessment in the overall interest of APDCL.

6. Agreement:

The successful bidders shall have to enter in to an agreement with APDCL within 7(seven)

days from the date of issue of detailed work order.

7. Security deposit :

The successful bidder shall have to submit security deposit in the shape of Bank Guarantee of

nationalized bank or scheduled bank of RBI having their regional office in Assam or at least a

branch office at Guwahati ( in case of those , whose regional office is not located in the state

of Assam) with a certificate from the Bank to the effect that the verification or any confirmation

in regard to the BG issued by the bank can be taken up with the Branch office at Guwahati

pledged in favour of “ASSAM POWER DISTRIBUTION COMPANY LIMITED. Guwahati-1” as

per proforma for an amount equivalent to 10% (ten percent) of the contract value of the order

as PBG. The BG should be furnished to the CGM(PP&D), APDCL along with the acceptance of

Letter of Intent (LOI). The validity of the BG should be for a period of 18 (eighteen) months

beyond the date of completion of work as per work order. Further another BG equivalent to

10% of the value of the installed equipments required to be guaranteed for 60(sixty) months

should be submitted on or before expiry of the earlier BG submitted with LOI to cover the entire

warranty period and should be valid for 1(one) month beyond warranty period of 60(sixty)

months. The earlier BG will be released on receipt of 2nd

BG. If supplier fails or neglect to

perform any of his obligations under the contract, the APDCL shall have the right to forfeit in full

or in part at its absolute discretion the security deposit furnished by the supplier. No interest

shall be payable on such deposits. Detail order will be issued on receipt of acceptance of LOI

and security deposit.

8. Joint Venture Requirement

i. In case of successful Bidder, one form of agreement (at annexure-) shall be signed by

the both partner so as to be legally binding on both.

ii. One of the partners shall be authorized as the lead partner and authorization shall be

evidenced by submitting a Power of Attorney signed by legally authorized signatories of

the both the partners. The lead partner must have valid electrical Contractor’s License of

required level issued by the Licensing Authority.

iii. The lead partner shall be authorized to incur liabilities, receive payments, and receive

instructions for and on behalf of any or all partners of the joint venture for entire

execution of the contract.

iv. All the partners of the joint venture shall be jointly and severally liable for the execution of

the contract in accordance with the contract terms and conditions. A relevant statement

to this effect shall be included in the authorization mentioned above as well as in the bid

form and the form of agreement (in case of successful bidder).

v. A copy of the joint venture agreement shall be submitted with the bid.

Page 12: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

12 | P a g e

vi. The figure of average annual turnovers for the joint venture partners shall be added

together to determine the bidder’s compliance with the minimum average turnover

requirement for the package. However, the lead partner must meet at least 40% and

other partner must meet the at least 25% of the minimum average annual turnover

criteria given in the Tender.

9. Other requirements:

The Bidder

i) Should be acquainted himself with relevant conditions of the local geography and socio

economic setup of the different location of the State and being capable accordingly to

mobilize, organize and expedite the activities.

ii) Should have adequate working personnel comprising of Electrical/ Mechanical

engineers, electrical supervisor, skilled and unskilled labour to be deputed to the

proposed assignment.

iii) Should be conversant with the code/ standards applicable to proposed type of work. ISS,

REC guidelines

10. Submission of bid

The bidder shall submit the bid/bids in sealed envelope/envelopes as follows:

a. Techno-commercial bid

Techno-commercial bid should be submitted in a sealed envelope, Superscripting “Techno-

commercial bid with EMD” with name of bidder, full address, NIT reference & package no.

Under this, will be included and defined bidders scope of work, responsibilities, guarantees,

specification of equipment, commercial terms and conditions, bidder’s company credentials,

experience of similar assignments, registration details, etc. as per requirement. Tender

proforma for techno-commercial Bid is enclosed as Annexure-I.

b. Earnest Money Deposit (EMD):

The Tender must be accompanied with earnest money as mentioned in the NIT and it is to be

deposited in the form of Bank Call Deposit/NSC/Term Deposit/ BG of nationalized bank or

scheduled bank of RBI having their regional office in Assam or at least a branch office at

Guwahati ( in case of those , whose regional office is not located in the state of Assam) with a

certificate from the Bank to the effect that the verification or any confirmation in regard to the

BG issued by the bank can be taken up with the Branch office at Guwahati pledged in favour

of “ASSAM POWER DISTRIBUTION COMPANY LIMITED. Guwahati-1”. The EMD should

be valid for 6 (six) months from the date of submission of tender along with Techno-

Commercial bid. The earnest money of the unsuccessful bidders will be released on

finalization of the tenders. The EMD to the successful bidders will be released on submission

of 10% Performance Security Deposit to the undersigned as per clause of the bid document.

The EMD of the successful bidder will be forfeited on non-acceptance of Letter of Intent (LOI)

within the stipulated period mentioned in LOI.

c. Submission of documents with technical bids.

i) Detail list of makes and materials offered with catalogues, technical specification ,type

tests certificate , performance certificate from utilities, authorization letter from

manufacturer, customer list etc.

ii) Certificates and testimonials in support of credentials of the bidder’s organization.

iii) Details past experience along with present works in hand with awarded amount and

progress report.

iv) Brief write-up on methodology to carry out the assignment, if awarded.

v) Details of manpower to be engaged for the assignments.

Page 13: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

13 | P a g e

vi) Any other information, the bidder may feel facilitative in evaluating the bid.

vii) Copies of bidder and supervisor’s license, etc.

viii) Certificate from Registered Charted Accountant in support of Annual turn over

ix) Solvency certificate from Bank

x) Certificate in support of performance of the bidder

xi) If the bidder is involved in any litigation with APDCL/ or any successor company of ASEB.

The bidder should furnish the information to that effect.

xii) The bidder should submit the list of materials that are to be brought from outside the state

xiii) GTP’S of major items as described in BOQ. such as poles, conductors , insulators, surge

arrestor, Vacuum Circuit breakers, Current transformer , potential transformers, isolators

,distribution transformer , DTR cubicles, D.O, stay set, earth pipe etc as per bid

requirements should invariably be submitted along Price bid should be with the tender

otherwise tender is liable to be rejected

d. Price Bid

To be submitted in a separate sealed envelope superscripting “Price Bid” with name of bidder,

NIT reference No. , package no. Under this will include rates of supply and erection of

different items to be used in the project as per BOQ. The tender proforma for price Bid is

enclosed as Annexure-III, V, VII, and IX.

e. Submission of bid

Both the envelope should be placed in a bigger envelope duly sealed superscripting name of

bidder, NIT reference and addressed to CGM (PP&D), APDCL, Bijulee Bhawan, Paltan

bazar, Guwahati.

Note:-:

a. If there is discrepancy between the unit price and the total price that is obtained by

multiplying the unit price and quantity, the unit price shall prevail and total price should be

corrected. If there is a discrepancy between the words and figures, the amount in word

should prevail. If the bidder does not accept the correction of the errors as above, his bid

will be rejected and the amount of bid guarantee/security will be forfeited.

b. If a particular bidder participates in more than one package, documents related to clause no. 10c need not be submitted with second or third package. However, Price-bid and EMD against each package in separate sealed envelopes should invariably be submitted.

c. If a particular bidder participates in more than one package the Average annual turnover will

be the total of the turn over as per bid requirement for the packages the bidder participates.

d. If the price of any item is kept blank the highest rate quoted among the techno-commercial

qualified bidder will be loaded for evaluation purpose. However if the bidder happens to be

L-1 then rate against the item which the bidder has kept blank will be awarded as zero i.e.

he will have to execute the work without any financial involvement.

e. No separate declaration offering discount on price will be allowed. Offered price in

the price schedule will be final.

11. (A) Estimation of material requirement: The total quantity of materials required is

indicated in the BOQ.

(B) Quantity Variation: There may be increase or decrease in quantity of individual

item subject to the condition that the corresponding change in total contract value does

not increase or decrease by more than 15% keeping the unit rate of individual material

and labour unchanged. The variation which may occur must have the approval of CGM

(PP&D).

12. Award of work:

i) The evaluation of bids will be carried out in two part, technical bid and price bid. The

price bid will be opened and evaluated only of those bidders who qualified in

technical bid only.

Page 14: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

14 | P a g e

ii) Company is not bound to accept the lowest quoted rate if the bidder is not

responsive as per requirement of APDCL’s T&C.

iii) Work should be started within fifteen (15) days from the date of issue of the work

order, failing which order will be cancelled without further correspondence.

iv) The successful bidder must have to complete survey works within 2(two) months

from date of issue of work order & submit quantity variation within that period.

v) The all materials installed shall be under custody of the contractor till the date of

commissioning and charging. The properties will be taken over by APDCL, only after

satisfactory commissioning and charging.

13. All quoted rate should be inclusive of ED, CST, Octroi, ED Cess, entry tax etc.

whichever is applicable including freight and insurance up to the work site but

excluding the WCT & service tax , is to be shown separately. Rate must be quoted as

per price bid at annexure –III. No E-1 transaction is allowed.

14. Period of completion: 300 (three hundred) days from the date of issue of work order.

NB: The project being a time bound GOA funded priority scheme the intending

bidder who feel competent enough to complete within the stipulated period should

only participate.

15. Implementation schedule:

Comprehensive implementation schedule of work for the mentioned works

Sl

No

.

Description

EXECUTION PERIOD

7

days

30

days

90

days

90

days

63

days

20

days

1 Signing of Agreement

2

Survey works &

submission of

drawings/GTP

3 Manufacture & supply

of materials

4 Erection of equipments

5 Testing &

commissioning

16. Termination of work order:

Company reserves the right to terminate the work order at any stage in accordance

with the Company’s General Condition of Supply and Erection in force.

17. Terms of Payment:

a. During the currency of the contract, maximum 3(three) nos. of progressive bill will be

entertained. The progressive bill will be on the actual work done including supply &

erection of the materials for which 90% of the billed amount will be paid retaining the

balance 10% by APDCL. Final bill will be paid along with the retained amount after

satisfactory completion & commissioning of the project subject to validity of performance

guarantee submitted as per bid clause.

b. All payment shall be made from the office of the CGM (PP&D), APDCL. The bills after

due verification by the concerned SDE, passed by the concerned Asstt. General Manager

Page 15: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

15 | P a g e

and countersigned by the concerned DGM will be placed to the CGM (PP&D) for

payment. Progress report against the work must be enclosed with each bill (format

for progress report to be submitted will be supplied along with the work order).

Bank Guarantees (BG) submitted along with the bid or to be submitted should be

from any branch of nationalized or scheduled Bank of RBI located in Assam.

c. The right of the contractor/supplier to have payment or reimbursement of any cost for

execution of works/supply of materials as the case may be, against this order will be

forfeited or deemed to have been relinquished if the claim for it is not preferred to the

appropriate authority within 6(Six) months from the date of completion or deemed

completion as per clause No 25.0 of Company’s General Conditions of Supply and

Erection.

18. Project Management and site Organizations:

In Consideration of the tight schedule of the project, the successful bidder(s)

/Contractor(s) shall exercise systematic closely controlled project management system with

the aid of commonly used soft tools. Following are the major activities/deliverables to be

organized /generated for submission to the Board.

(I) Liaison/Construction offices will be established in each Circle of APDCL,

(II) Work Progress Report:

Progress monitoring by the contractor as per implementation schedule and

approved milestones.

Fortnightly progress report will be submitted to the concern Deputy General

Manager, Senior Manager & Sub-Divisional Engineers.

The progress report will highlight the points like, work completion vis-à-vis planned,

plan for next working period, delay analysis vis-à-vis committed schedule with

reasons and remedies, etc.

(III) Site Organization.

The bidder at each working site shall establish the following.

Store house

Site fabrication facilities

Construction supervision office.

All offices shall be adequately furnished and staffed so as to take all site decisions

independently without frequent references to head Work’s/offices.

19. Guarantees and Penalties

a) Liquidated Damages (LD) The proposed work is on top priority of Government of

Assam and therefore has to be completed within stipulated/agreed schedule. Any

delay beyond that will attract penalty as per Company’s General condition of supply

and erection.

b) Equipment and system installed shall be guaranteed individually for integrated

operations for a period of 18 (Eighteen) months from date of commissioning of a

system in general. In case of detection of any defect in individual equipment or system

as a whole, the same shall be replaced by the bidder free of cost within 15 days of

intimation by the Company’s representative.

c) Warranty from the manufacturer shall be produced along with manufacturer’s test

certificate for all equipment/ materials covered under Manufacturer’s warranty.

20. Approvals/Clearances:

a) APDCL, concerned DGM shall approve all site and documents prepared by the

contractor for construction of the Line.

Page 16: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

16 | P a g e

b) GTP and drawings of all equipment/ materials shall be approved by CGM

(PP&D), APDCL.

c) The contractor shall obtain all statutory approvals and clearances from the

statutory authorities before charging the system at his/her own cost.

21. Testing & Inspection:

All the equipments / materials to be supplied and erected shall be tested /inspected at

manufacturer’s works by authorized officer/ Engineers of APDCL before dispatching them to

worksite. The contractor shall intimate the CGM (PP&D) sufficiently in advance (at least 15

days) regarding the date of inspection of materials/ equipments at manufacturer’s works. The

materials to be dispatch to site only after receipt of dispatch clearance to be issued by the CGM

(PP&D) after satisfactory testing of the same.

22. Environmental Considerations:

While carrying out the assignment, no damage to environment /forests will be

caused by the contractor. If so done, the contractor will have to compensate the same to

the satisfaction of the licensed Authority.

23. Submission of documents.

a) With bids.

i) Detail list of makes and materials offered with catalogues, technical specification,

type test, performance certificate, customer list etc.

ii) Certificates and testimonials in support of credentials of the bidder’s organization.

iii) Details past experience along with present works in hand with awarded amount

and progress report.

iv) Brief writ-up on methodology to carry out the assignment, if awarded.

v) Details of manpower to be engaged for the assignments.

vi) Any other information, the bidder may feel facilitative in evaluating the bid.

vii) Copies of contractor and supervisor’s license, etc.

viii) Certificate from Registered Charted Accountant in support of Annual turn over

ix) Solvency certificate from Bank

x) Earnest money deposit along with Techno- Commercial bid

xi) Certificate in support of performance of the bidder.

b) During project execution

i) All documents for approval shall be submitted in 3 (three) copies.

ii) All final documents to be submitted to statutory organizations will be furnished as per

requirement of the authority.

24. Funding of the project. The proposed work is funded by the G.O.A. under “Annual

Plan 2014-15”.

25. Ceiling on acceptance of bid value

As a deterrent against cartel formation, APDCL at its discretion has the right to scrap the

tender if values quoted by all the bidders are above 25% of the estimated cost. Also the price

bids whose total quoted value is below 15% of the estimated cost, the bid is liable to be

rejected by APDCL

26. Termination of contract on Contractor’s default

If the Contractor shall neglect to execute the Works with due diligence and expertise or shall refuse or neglect to comply with any reasonable order given to him, in the Contract by the Engineer in connection with the works or shall contravene the provisions of the Contract, the

Page 17: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

17 | P a g e

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, then and in such case 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 shall think fit, without prejudice to any other right he may have under the Contract to take the work wholly or in part out of the contractor's hands and re-contract with any other person or persons to complete the works or any part thereof and in that event 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 the work or of completing the Works as the case may be. If the cost of completing of Works or executing a part thereof as aforesaid shall exceed the balance due to the contractor, the contractor shall pay such excess. Such payment of excess amount shall be independent of the liquidated damages for delay which the contractor shall have to pay if the completion of works' is delayed.

In addition, such action by the Owner as aforesaid shall not relieve the Contractor of his

liability to pay liquidated damages for delay in completion of works as defined in clause no.26

of GCSE

Such action by the Owner as aforesaid, the termination of the Contract under this clause shall

neither entitle the contractor to reduce the value of the contract Performance Guarantee nor

the time thereof. The contract Performance Guarantee shall be valid for the full value and for

the full period of the contract including guarantee period.

27. Termination of contract on owners’ initiative

The 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.

The Contractor upon receipt of such notice shall discontinue the work on the date and to the

extent specified in the notice, make all reasonable efforts to obtain cancellation of all orders

and contracts to the extent they are related to the work terminated and terms satisfactory to

the Owner, stop all further sub-contracting or purchasing activity related to the work

terminated, and assist the 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 circumstances prevalent at the time of termination.

If the Contractor is an individual or a proprietary concern and the individual or the proprietor

dies and if the contractor is a partnership concern and one of the partners dies then unless

the Owner is satisfied that the legal representatives of the individual contractor or of the

proprietor of propriety concern and in the case of partnership, the surviving partners, are

capable of carrying out and completing the Contract, the Owner shall be entitled to cancel the

Contract as to its uncompleted part without being in any way liable to payment of any

compensation to the estate of deceased Contractor and/or to 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 partner of the Contractor's firm liable to damages for not completing the

Contract.

28. Frustration of contract

In the event of frustration of the contract of supervening impossibility in items of Section 56 of

the Indian Contract Act, parties shall be absolved of their responsibility to perform the balance

portion of the contract.

Page 18: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

18 | P a g e

In the event of non-availability or suspension of funds for any reasons whatsoever (except for

reason of willful or flagrant breach by the Owner and/or contractor) then the Works under the

contract shall be suspended. Furthermore, if the Owner is unable to make satisfactory

alternative arrangements for financing to the contractor in accordance with the terms of the

Contract within three months of the event, the parties hereto shall be relieved from carrying

out further obligations under the Contract treating it as frustration of the Contract. In the event

Performance Bank Guarantee, the parties shall mutually discuss to arrive at reasonable on all

issues including amounts due to either party for the work already done on "Quantum merit"

basis which shall be determined by mutual agreement between the parties.

29. Disclaimer:

While the Company will make every endeavor to extend necessary facilitation in expediting

the work, the contractor shall be responsible to organize and arrange all necessary inputs

right from mobilization activities up to completion of the project. Company will not entertain

any failure / delay on such accounts. Also, Company will not be responsible for any

compensation, replenishment, damage, theft etc. as may be caused due to negligent working,

insufficient coordination with Government / non Government / Local Authority by the

contractor and/ or his personnel deputed for work. The contractor shall take necessary

insurance coverage under LIC/GIC. Etc. for his working personnel and the goods in store as

well as in transit. The contractor will be deemed to have made him acquainted with the local

working conditions at site(s) and fully provide for into the bid submitted.

30. Before submitting the tender the bidder should inspect (if desired) the locations and the

scope of work and have discussion with concerned Sub-divisional Engineer /Asstt. General

Manager.

31. APDCL reserves the right to reduce/increase the number of substation where the work

is to be executed at the time of awarding the contract.

32. Terms and conditions, which are not specified, herein above will be governed by the

APDCL’s General Conditions of supply and erection in force.

APDCL’s General Conditions of supply and erection(GCSE) may be seen in our official

website www.apdcl.gov.in-- (Notice part)

Page 19: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

19 | P a g e

Annexure – I (A)

Tender Proforma part – I (Techno-commercial Bid)

NIT NO.CGM (PP&D)/ APDCL/AP2014-15/FMPT/01

1. Name and full address of the Bidder. :

2. Particulars of payment made for Purchase of

Tender document in the shape of. :

3. Amount of earnest money paid in the shape of :

4. Whether Sales Tax clearance : Yes / No

Certificate submitted

5. VAT Registration. No/ Service Tax Regd No. :

6. Acceptance of guarantee clause of :

Materials /equipment and system

Installed individually and for integrated

Operation.

7. WCT Registration No. :

8. Acceptance of penalty clause :

9. Acceptance of terms of payment :

10. Certificate/ documents regarding adequate :

Experience of doing similar job

11. Details of work presently in hand with amount :

(Awarded by APDCL and other successor

Companies of ASEB) - a separate sheet if

Required may be enclosed.

12. Details of manpower and T&Ps including :

Vehicles available with the firm to be

Enclosed separately.

13. List of documents enclosed :

.

a) ….

b) ….

c) ….

Signature with full name

and designation of bidder or his/her authorized representative

with seal

Page 20: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

20 | P a g e

REQUIRED QUALIFICATION Annexure- I (B)

Sl No.

Qualification Requirement Furnished

at Annexure

Page Remark

A LEGAL

1 Document in support of legal status of firm

2 Memorandum of Association &Registered/Notorised Joint venture Agreement if JV

3 Registered/Notorised power of attorney of the signatory of the Bidder to participate in the Bid in case of JV

4 Board resolution of the company to authorizing the signatory in case of company

5 Information regarding any litigation, current or during the last five years, in which the Bidder is involved, the parties concerned, and disputed amount

6 Valid Electrical Contractor's License

7 Valid Electrical & Supervisory License

8 VAT/CST/WCT/Service Tax registration certificate

9 Provident Fund Registration Certificate

B Financial

1 Audited Balance sheet, Profit & Loss account, Auditor’s report for last three year

2 CA Certified Turnover of bidder during the last 3(three) years.

3 Evidence of adequacy of working capital for this contract (access to line (s) of credit and availability of other financial resources)

4 Authority to seek references from the Bidder's Bankers

5 Income Tax return for last 3(three) years

6 Value of similar work performed by the bidder in each of the last five years - Statement

7 Proposals for subcontracting components of the Works amounting to more than 10 percent of the Contract Price

8 Details of the Bank Guarantee as EMD (BG/TD/Bank Call Deposit)

C Technical ability and experience

1

Experience in works of a similar nature and volume for each of the last 5(five) years and details of works under way or contractually committed including full address of client for communication- Statement

2 Certificates issued by an Engineer not below the Cadre of Deputy General Manager/SE along with supporting photo-copies of agreements for the works executed in any one year (12 months)

3 Detailed activity plan and methodology supported with layout and necessary drawings and calculations (detailed) to allow the employer to review their proposals.

4 Quality Assurance plan with Bar Chart

5 List of technical personnel and their qualification and experience with organization chart

6 Proof of availability of the tools, tackles, spare parts, etc. for carrying out the works.

D Technical particulars of equipments and Materials offered in the Bill of Material and their GTPs

Page 21: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

21 | P a g e

LIST OF ONGOING & COMPLETED PROJECTS: ANNEXURE- I(C)

List of ongoing & completed projects of APDCL & Other successor companies of ASEB

Sl.No. Name of the work Order No Contract

value Scheme

Stipulated date of

completion

Present Status

1

2

3

BIDDER’S INFORMATION SHEET: Annexure- I (D)

Bidder’s Information

Bidder’s legal name

In case of JV, legal name of each partner

Bidder’s country of constitution

Bidder’s year of constitution

Bidder’s legal address in country of constitution

Bidder’s authorized representative

(name, address, telephone numbers, fax numbers, e-mail address)

Page 22: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

22 | P a g e

Attached are copies of the following original documents.

1. In case of single entity, articles of incorporation or constitution of the legal entity named above, in accordance with ITB 4.1 and 4.2.

2. Authorization to represent the firm or JV named in above, in accordance with ITB 22.2.

3. In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.

4. In case of a government-owned entity, any additional documents not covered less than 1 above required to comply with ITB 4.5.

FINANCIAL SITUATION (FIN-1)

Each bidders or member of JV must fill in this form

Financial Data for Previous 3 Years [Rs in lakhs]

Year 1: Year 2: Year 3:

Information from Balance Sheet

Total Assets

Total Liabilities

Net Worth

Current Assets

Current Liabilities

Information from Income Statement

Total Revenues

Profits Before Taxes

Profits After Taxes

Attached are copies of financial statements (balance sheets including all related notes, and income statements) for the last three years, as indicated above, complying with the following conditions.

All such documents reflect the financial situation of the Bidder or partner to a JV, and not sister or parent companies.

Historic financial statements must be audited by a certified accountant.

Historic financial statements must be complete, including all notes to the financial statements.

Historic financial statements must correspond to accounting periods already completed and audited (no statements for partial periods shall be requested or accepted).

Page 23: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

23 | P a g e

Form FIN - 2: Average Annual Turnover

Each Bidder or member of a JV must fill in this form

Annual Turnover Data for the Last 3 Years

Year Amount (Rs. In lakhs)

Average Annual Turnover

The information supplied should be the Annual Turnover of the Bidder or each member of a JV in terms of the amounts billed to clients for each year for contracts in progress or completed in ₹(Rupees).

Form FIN – 3: Financial Resources

Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit, and other financial means, net of current commitments, available to meet the total construction cash flow demands of the subject contract or contracts as indicated in Section 3 (Evaluation and Qualification Criteria)

Financial Resources

No. Source of financing Amount (Rs. In lakhs)

1

2

3

4

Page 24: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

24 | P a g e

SECTION 3

BILL OF QUANTITY (BOQ)

PRICE BID SCHEDULE PROFORMA

Page 25: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

25 | P a g e

For package:1 List of substations where work is be done in LAR

Sl No.

Name of New S/s Capacity Name of Circle

1 Samthaibari (2x5MVA) Kokrajhar

2 Pachalabari (2x5MVA) Kokrajhar

3 Deosri (2x5MVA) Bongaigaon

4 Serfunguri (2x5MVA) Kokrajhar

5 Sapatgram (2x5MVA) Kokrajhar

6 Soibari (2x5MVA) Kokrajhar

7 Salkocha (2x5MVA) Kokrajhar

8 Panikhaiti relocated to Boragaon (2x5MVA) Rangia

9 Azara (2x5MVA) Rangia

10 Mangaldoi -II (2x5MVA) Mongoldoi

11 Dipila (2x5MVA) Mongoldoi

12 Sorihotoli (2x5MVA) Rangia

13 Patacharkuci (2x5MVA) Barpeta

14 Kumarikata (2x5MVA) Barpeta

15 Chirakundi (2x10MVA) Rangia

Bill of quantity (BOQ) for Feeder Metering & Transformer Protection

Sl. No.

Brief Item Description Unit Qty

1 33 kV CT 200 - 400/5-5 A with mounting structure Set 15

2 33 kV CT 100-200/5-5-5A with mounting structure set 30

3 33 kV bus PT 33kV/110V with mounting structure set 15

4 33kV 800A isolator without Earth switch set 15

5 11 kV CT 300-600/5-5-5A with mounting structure Set 30

6 33kV Relay Panel with Differential relay, REF relay and auxiliary relays and Power supply unit (Battery bank and Charger) unit 30

7 C.I. Earth Pipe No. 60

8 G.I. Wire 6 swg Kg 105

9 Cu Control cable 7 corex2.5 sq.mm. Mt. 4500

10 Bi- Metallic Lug No. 90

11 AAA Wolf conductor Mt. 225

12 Foundation for CT, PT and 33kV Isolator LS 1

Page 26: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

26 | P a g e

For package:2 List of substations where work is be done in CAR

Sl No.

Name of New S/s Capacity Name of Circle

1 Simenchapari (2x5MVA) N.Lakhimpur

2 Gogamukh (2x5MVA) N.Lakhimpur

3 Laluk (2x5MVA) N.Lakhimpur

4 Narayanpur (2x5MVA) N.Lakhimpur

5 Bordoloni (2x5MVA) N.Lakhimpur

6 Botabari (2x5MVA) Tezpur

7 Chagaliaghat (2x5MVA) Tezpur

8 Tezpur-II (2x5MVA) Tezpur

9 Basnaghat (2x5MVA) Morigaon

10 Mikirbheta (2x5MVA) Morigaon

11 Jamunamukh (2x5MVA) Nowgaon

12 Mahakal (2x5MVA) Badarpur

13 Gunjung (2x5MVA) Kanch

14 Silonijan (2x5MVA) Kanch

15 Soriahjan (2x5MVA) Kanch

Bill of quantity (BOQ) for Feeder Metering & Transformer Protection

Sl. No.

Brief Item Description Unit Qty

1 33 kV CT 200 - 400/5-5 A with mounting structure Set 15

2 33 kV CT 100-200/5-5-5A with mounting structure set 30

3 33 kV bus PT 33kV/110V with mounting structure set 15

4 33kV 800A isolator without Earth switch set 15

5 11 kV CT 300-600/5-5-5A with mounting structure Set 30

6 33kV Relay Panel with Differential relay, REF relay and auxiliary relays and Power supply unit (Battery bank and Charger) unit 30

7 C.I. Earth Pipe No. 60

8 G.I. Wire 6 swg Kg 105

9 Cu Control cable 7 corex2.5 sq.mm. Mt. 4500

10 Bi- Metallic Lug No. 90

11 AAA Wolf conductor Mt. 225

12 Foundation for CT, PT and 33kV Isolator LS 1

Page 27: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

27 | P a g e

For package:3 List of substations where work is be done in UAR

Sl No.

Name of New S/s Capacity Name of Circle

1 Tingkhong (2x5MVA) Dibrugarh

2 Sesa (2x5MVA) Dibrugarh

3 Dibrugarh - University (2x5MVA) Dibrugarh

4 Digboi-II (2x5MVA) Tinsukia

5 Tinsukia -III (2x5MVA) Tinsukia

6 Kakopothar (2x5MVA) Tinsukia

7 Jagun (2x5MVA) Tinsukia

8 Rajabari (2x5MVA) Jorhat

9 Ganakpukuri (2x5MVA) Jorhat

10 Uriamghat (2x5MVA) Jorhat

11 Morioni (2x5MVA) Jorhat

12 Janji (2x5MVA) Jorhat

13 Bamunbari (2x5MVA) Jorhat

14 Namuguri (2x5MVA) Jorhat

15 Pragati (2x5MVA) Jorhat

16 Neatai Pukuri (2x5MVA) Jorhat

Bill of quantity (BOQ) for Feeder Metering & Transformer Protection

Sl. No.

Brief Item Description Unit Qty

1 33 kV CT 200 - 400/5-5 A with mounting structure Set 16

2 33 kV CT 100-200/5-5-5A with mounting structure set 32

3 33 kV bus PT 33kV/110V with mounting structure set 16

4 33kV 800A isolator without Earth switch set 16

5 11 kV CT 300-600/5-5-5A with mounting structure Set 32

6 33kV Relay Panel with Differential relay, REF relay and auxiliary relays and Power supply unit (Battery bank and Charger) unit 32

7 C.I. Earth Pipe No. 64

8 G.I. Wire 6 swg Kg 112

9 Cu Control cable 7 corex2.5 sq.mm. Mt. 4800

10 Bi- Metallic Lug No. 96

11 AAA Wolf conductor Mt. 240

12 Foundation for CT, PT and 33kV Isolator LS 1

Page 28: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

28 | P a g e

ANNEXURE-III

PRICE BIDDING SCHEDULE ( Package-1)

NIT NO.CGM (PP&D)/ APDCL/AP2014-15/FMPT/01 The Schedule of item wise rates for various works against Annual Plan-2014-15 for Feeder Metering & Transformer Protection in different Substation under all Electrical Circles of LAR, APDCL

Sl No.

Briefs Item Description Unit Qty

Cost for Supply of materials Erection of materials

Total cost of supply

and erection

(₹.)

Work contact Tax (₹.)

Service Tax (₹.)

Grand Total in ₹

FORD COST OF MATERIALS (Unit

price of item inclusive of ED, F&I, all taxes up

to work site) ( ₹. )

Total Amount

(₹.)

Unit erection/installation charges

(₹.)

Total Erection Cost (₹.)

A Feeder metering & transformer differential protection

1

Supply, Erection, testing, commissioning of 33 kV, 200-400/5-5A Current Transformer for metering & protection

including Junction Box (1 ϕ) [One set contains 3-Nos.] with marshalling box, GI mounting structure and all accessories as per TS and approved drawing

Set 15

2

Foundation as required for installation of 33 kV, 200-400/5-5A Current Transformer including cost of all foundation

materials & labour as per TS & approved drawing No 15 nil nil

3

Supply, Erection, testing, commissioning of 33 kV, 100-200/5-5 -5A Current Transformer for metering, protection

& Differential including Junction Box (1 - ϕ)[One set contains 3-Nos.] with marshalling box, GI mounting structure and all accessories as per TS and approved drawing

Set 30

4

Foundation as required for installation of 33 kV, 100-200/5-5-5A Current Transformer including cost of all foundation

materials & labour as per TS & approved drawing No 30 nil nil

5

Supply, Erection, testing, commissioning of outdoor type 33KV PT with marshalling box, GI mounting structure and all

accessories as per TS and approved drawing Set 15

6

Foundation as required for installation of 33 kV, Potential Transformer including cost of all foundation materials &

labour as per TS & approved drawing No 15 nil nil

7

Supply, Erection, testing, commissioning of 33 kV Isolator

double break Without Earth Switch 800A with GI mounting structure and all accessories as per TS and approved drawing

Set 15

Page 29: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

29 | P a g e

Sl No.

Briefs Item Description Unit Qty

Cost for Supply of materials Erection of materials

Total cost of supply

and erection

(₹.)

Work contact Tax (₹.)

Service Tax (₹.)

Grand Total in ₹

FORD COST OF MATERIALS (Unit

price of item inclusive of ED, F&I, all taxes up

to work site) ( ₹. )

Total Amount

(₹.)

Unit erection/installation charges

(₹.)

Total Erection Cost (₹.)

8

Foundation as required for installation of 33 kV Isolator

double break Without Earth Switch 800A including cost of all foundation materials & labour as per TS & approved drawing

No 15 nil nil

9

Supply, erection, testing and commissioning of outdoor type 11KV CT of 600-300/5-5-5A with mounting structure,

marshalling box and all other accessories Set 30

10

Construction of CC foundation for 11kV CT including

supply of all foundation materials & Labour No 30

11

Supply, Erection, testing, commissioning of 33 kV Control & relay Panel (with relay for differential protection & auxiliary

protection with power supply unit ( battery bank and FC & FCBC charger) i.e. alongwith trivector meter and all accessories as per TS& approved drawing

Set 30

12

Supply and erection of CI earth pipe for earthing as per

direction and as per requirement No 60

13

Supply and fitting of AAA wolf conductor for connectivity with all necessary accessories

Mtr 225

14 Supply and fitting of bi metallic lug in termination as required No 90

15 Supply and laying of GI wire 6SWG for earthng Kg 105

16

Supply, and laying of 7 core, 2.5sqmm control cable with

all terminating connectors as per direction Mtr 4500

17 Construction of cable Trench for control cable including supply of all materials and labour as per specification and drawing

Mtr 750

Grand Total is to be written in words

Signature of authorized signatory of firm/ individual with seal Full Name of signatory:

Page 30: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

30 | P a g e

ANNEXURE-III PRICE BIDDING SCHEDULE ( Package-2)

NIT NO.CGM (PP&D)/ APDCL/AP2014-15/FMPT/01 The Schedule of item wise rates for various works against Annual Plan-2014-15 for Feeder Metering & Transformer Protection in different Substation under all Electrical Circles of CAR, APDCL

Sl No.

Briefs Item Description Unit Qty

Cost for Supply of materials Erection of materials

Total cost of supply

and erection

(₹.)

Work contact Tax (₹.)

Service Tax (₹.)

Grand Total in ₹

FORD COST OF MATERIALS (Unit

price of item inclusive of ED, F&I, all taxes up

to work site) ( ₹. )

Total Amount

(₹.)

Unit erection/installation charges

(₹.)

Total Erection Cost (₹.)

A Feeder metering & transformer differential protection

1

Supply, Erection, testing, commissioning of 33 kV, 200-400/5-5A Current Transformer for metering & protection

including Junction Box (1 ϕ) [One set contains 3-Nos.] with marshalling box, GI mounting structure and all accessories as per TS and approved drawing

Set 15

2

Foundation as required for installation of 33 kV, 200-400/5-5A Current Transformer including cost of all foundation

materials & labour as per TS & approved drawing No 15 nil nil

3

Supply, Erection, testing, commissioning of 33 kV, 100-200/5-5 -5A Current Transformer for metering, protection

& Differential including Junction Box (1 - ϕ)[One set contains 3-Nos.] with marshalling box, GI mounting structure and all accessories as per TS and approved drawing

Set 30

4

Foundation as required for installation of 33 kV, 100-200/5-5-5A Current Transformer including cost of all foundation

materials & labour as per TS & approved drawing No 30 nil nil

5

Supply, Erection, testing, commissioning of outdoor type 33KV PT with marshalling box, GI mounting structure and all

accessories as per TS and approved drawing Set 15

6

Foundation as required for installation of 33 kV, Potential Transformer including cost of all foundation materials &

labour as per TS & approved drawing No 15 nil nil

7

Supply, Erection, testing, commissioning of 33 kV Isolator

double break Without Earth Switch 800A with GI mounting structure and all accessories as per TS and approved drawing

Set 15

8

Foundation as required for installation of 33 kV Isolator

double break Without Earth Switch 800A including cost of all foundation materials & labour as per TS & approved drawing

No 15 nil nil

Page 31: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

31 | P a g e

Sl No.

Briefs Item Description Unit Qty

Cost for Supply of materials Erection of materials

Total cost of supply

and erection

(₹.)

Work contact Tax (₹.)

Service Tax (₹.)

Grand Total in ₹

FORD COST OF MATERIALS (Unit

price of item inclusive of ED, F&I, all taxes up

to work site) ( ₹. )

Total Amount

(₹.)

Unit erection/installation charges

(₹.)

Total Erection Cost (₹.)

9

Supply, erection, testing and commissioning of outdoor type 11KV CT of 600-300/5-5-5A with mounting structure,

marshalling box and all other accessories Set 30

10 Construction of CC foundation for 11kV CT including

supply of all foundation materials & Labour No 30

11

Supply, Erection, testing, commissioning of 33 kV Control & relay Panel (with relay for differential protection & auxiliary

protection with power supply unit ( battery bank and FC & FCBC charger) i.e. alongwith trivector meter and all accessories as per TS& approved drawing

Set 30

12

Supply and erection of CI earth pipe for earthing as per

direction and as per requirement No 60

13

Supply and fitting of AAA wolf conductor for connectivity with all necessary accessories

Mtr 225

14 Supply and fitting of bi metallic lug in termination as required No 90

15 Supply and laying of GI wire 6SWG for earthng Kg 105

16

Supply, and laying of 7 core, 2.5sqmm control cable with

all terminating connectors as per direction Mtr 4500

17 Construction of cable Trench for control cable including supply of all materials and labour as per specification and drawing

Mtr 750

Grand Total is to be written in words

Signature of authorized signatory of firm/ individual with seal Full Name of signatory:

Page 32: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

32 | P a g e

ANNEXURE-III PRICE BIDDING SCHEDULE ( Package-3)

NIT NO.CGM (PP&D)/ APDCL/AP2014-15/FMPT/01 The Schedule of item wise rates for various works against Annual Plan-2014-15 for Feeder Metering & Transformer Protection in different Substation under all Electrical Circles of UAR, APDCL

Sl No.

Briefs Item Description Unit Qty

Cost for Supply of materials Erection of materials

Total cost of supply

and erection

(₹.)

Work contact Tax (₹.)

Service Tax (₹.)

Grand Total in ₹

FORD COST OF MATERIALS (Unit

price of item inclusive of ED, F&I, all taxes up

to work site) ( ₹. )

Total Amount

(₹.)

Unit erection/installation charges

(₹.)

Total Erection

Cost (RS.)

A Feeder metering & transformer differential protection

1

Supply, Erection, testing, commissioning of 33 kV, 200-400/5-5A Current Transformer for metering & protection

including Junction Box (1 ϕ) [One set contains 3-Nos.] with marshalling box, GI mounting structure and all accessories as per TS and approved drawing

Set 16

2

Foundation as required for installation of 33 kV, , 200-400/5-5A Current Transformer including cost of all

foundation materials & labour as per TS & approved drawing No 16 nil nil

3

Supply, Erection, testing, commissioning of 33 kV, 100-200/5-5 -5A Current Transformer for metering, protection

& Differential including Junction Box (1 - ϕ)[One set contains 3-Nos.] with marshalling box, GI mounting structure and all accessories as per TS and approved drawing

Set 32

4

Foundation as required for installation of 33 kV, 100-200/5-5-5A Current Transformer including cost of all foundation

materials & labour as per TS & approved drawing No 32 nil nil

5

Supply, Erection, testing, commissioning of outdoor type 33KV PT with marshalling box, GI mounting structure and all

accessories as per TS and approved drawing Set 16

6

Foundation as required for installation of 33 kV, Potential Transformer including cost of all foundation materials &

labour as per TS & approved drawing No 16 nil nil

7

Supply, Erection, testing, commissioning of 33 kV Isolator

double break Without Earth Switch 800A with GI mounting structure and all accessories as per TS and approved drawing

Set 16

8

Foundation as required for installation of 33 kV Isolator

double break Without Earth Switch 800A including cost of all foundation materials & labour as per TS & approved drawing

No 16 nil nil

Page 33: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

33 | P a g e

Sl No.

Briefs Item Description Unit Qty

Cost for Supply of materials Erection of materials

Total cost of supply

and erection

(₹.)

Work contact Tax (₹.)

Service Tax (₹.)

Grand Total in ₹

FORD COST OF MATERIALS (Unit

price of item inclusive of ED, F&I, all taxes up

to work site) ( ₹. )

Total Amount

(₹.)

Unit erection/installation charges

(₹.)

Total Erection

Cost (RS.)

9

Supply, erection, testing and commissioning of outdoor type 11KV CT of 600-300/5-5-5A with mounting structure,

marshalling box and all other accessories Set 32

10 Construction of CC foundation for 11kV CT including

supply of all foundation materials & Labour No 32

11

Supply, Erection, testing, commissioning of 33 kV Control & relay Panel (with relay for differential protection & auxiliary

protection with power supply unit ( battery bank and FC & FCBC charger) i.e. alongwith trivector meter and all accessories as per TS& approved drawing

Set 32

12

Supply and erection of CI earth pipe for earthing as per

direction and as per requirement No 64

13

Supply and fitting of AAA wolf conductor for connectivity with all necessary accessories

Mtr 240

14 Supply and fitting of bi metallic lug in termination as required No 96

15 Supply and laying of GI wire 6SWG for earthng Kg 112

16

Supply, and laying of 7 core, 2.5sqmm control cable with

all terminating connectors as per direction Mtr 4800

17 Construction of cable Trench for control cable including supply of all materials and labour as per specification and drawing

Mtr 800

Grand Total is to be written in words

Signature of authorized signatory of firm/ individual with seal Full Name of signatory:

Page 34: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

34 | P a g e

SECTION -4

GENERAL REQUIREMENTS

Page 35: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

35 | P a g e

GENERAL REQUIREMENTS

The bidder shall comply with the following general requirements along with other

specifications.

1.0 QUALITY ASSURANCE PLAN

1.1 The bidder shall invariably furnish the following information along with his offer failing which

the offer shall be liable for rejection. Information shall be separately given for individual type of

equipment offered.

i) The structure of organization

ii) The duties and responsibilities assigned to staff ensuring quality of work

iii) The system of purchasing, taking delivery and verification of materials

iv) The system for ensuring quality of workmanship

v) The quality assurance arrangements shall confirm to the relevant requirement of ISO

9001 on ISO 9002 as applicable.

vi) Statement giving list of important raw materials, names of sub-supplies for the raw

materials, list of standards according to which the raw material are tested, list of tests

normally carried out on raw material in the presence of suppliers representative, copies of

test certificates.

vii) Information and copies of test certificates as on (i) above in respect of bought out items

viii) List of manufacturing facilities available

ix) Level of automation achieved and list of areas where manual processing exists.

x) List of areas in manufacturing process, where stage inspections are normally carried out

for quality control and details of such test and inspection.

xi) List of testing equipment available with the bidder for final testing of equipment specified

and test plant limitation, if any vis-à-vis the type. Special acceptance and routine tests

specified in the relevant standards. These limitations shall be very clearly brought out in

"Schedule of Deviations" from the specified test requirement.

1.2 The contractor shall within 30 days of placement of order, submit the following information to

the purchaser.

i) List of the raw material as well as bought out accessories and the names of sub-suppliers

selected from those furnished along with the offer.

ii) Type test certificated of the raw material and bought out accessories if required by the

purchaser.

iii) Quality Assurance Plant (QAP) with hold points for purchaser’s inspection. QAP and

purchasers hold points shall be discussed between the purchaser and contractor before

the QAP is finalized.

The contractor shall submit the routine test certificates of bought out accessories and central

excise asses for raw material at the time of routine testing if required by the purchaser and

ensure that the quality assurance requirements of specification are followed by the sub-

contractor.

1.3 The Quality Assurance Programmed shall give a description of the Quality System and Quality

Plans with the following details.

i) Quality System

The structure of the organization.

The duties and responsibilities assigned to staff ensuring quality of work.

The system of purchasing, taking delivery of verification of materials

The system of ensuring of quality workmanship.

The system of control of documentation.

The system of retention of records.

The arrangement of contractor internal auditing.

A list of administrator and work procedures required to achieve contractor’s quality

requirements. These procedures shall be made readily available to the purchaser for

inspection on request.

ii) Quality Plans

An outline of the proposed work and program sequence.

Page 36: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

36 | P a g e

The structure of contractor’s organizations for the contract.

The duties and responsibilities ensuring quality of work.

Hold and notification points.

Submission of engineering documents required by this specification.

The inspection of the materials and components on request.

Reference to contractor’s work procedures appropriate to each activity.

Inspection during fabrication /construction.

Final inspection and test.

2.0 Inspection

2.1 The Owner's representative or third party nominee shall at all times be entitled to have access

to the works and all places of manufacture, where insulator, and its component parts shall be

manufactured and the representatives shall have full facilities for unrestricted inspection of the

Contractor's and sub-Contractor's works, raw materials, manufacture of the material and for

conducting necessary test as detailed herein.

2.2 The material for final inspection shall be offered by the Contractor only under packed condition

as detailed in the specification. The Owner shall select samples at random from the packed lot

for carrying out acceptance tests. Insulators shall normally be offered for inspection in lots not

exceeding 5000 nos. the lot should be homogeneous and should contain insulators

manufactured in the span of not more than 3-4 consecutive weeks.

2.3 The Contractor shall keep the Owner informed in advance of the time of starting and the

progress of manufacture of material in their various stages so that arrangements could be

made for inspection.

2.4 No material shall be dispatched from its point of manufacture before it has been satisfactorily

inspected and tested unless the inspection is waived off by the Owner in writing. In the latter

case also the material shall be dispatched only after satisfactory testing for all tests specified

herein have been completed.

2.5 The acceptance of any quantity of material shall be no way relieve the Contractor of his

responsibility for meeting all the requirements of the specification and shall not prevent

subsequent rejection, if such material are later found to be defective.

3.0 Additional Tests

3.1 The Owner reserves the right of having at his own expense any other test(s) of reasonable

nature carried out at Contractor's premises, at site, or in any other place in addition to the

type, acceptance and routine tests specified in these bidding documents against any

equipments to satisfy himself that the material comply with the Specifications.

3.2 The Owner also reserves the right to conduct all the tests mentioned in this specification at his

own expense on the samples drawn from the site at Contractor's premises or at any other test

center. In case of evidence of noncompliance, it shall be binding on the part of the Contractor

to prove the compliance of the items to the technical specifications by repeat tests or

correction of deficiencies, or replacement of defective items, all without any extra cost to the

Owner.

4.0 Test Reports

4.1 Copies of type test reports shall be furnished in at least six (6) copies along with one original.

One copy shall be returned duly certified by the Owner only after which the commercial

production of the concerned materials shall start.

4.2 Copies of acceptance test reports shall be furnished in at least six (6) copies. One copy shall

be returned duly certified by the Owner, only after which the material shall be dispatched.

4.3 Record of routine test reports shall be maintained by the Contractor at his works for periodic

inspection by the Owner's representative.

4.4 Test certificates of test during manufacture shall be maintained by the Contractor. These shall

be produced for verification as and when desired by the Owner.

5.0 List of Drawings and Documents:

5.1 The bidder shall furnish the following along with bid.

Page 37: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

37 | P a g e

i) Two sets of drawings showing clearly the general arrangements, fitting details, electrical

connections etc.

ii) Technical leaflets (user’s manual) giving operating instructions.

iii) Three copies of dimensional drawings of the box for each quoted item.

The manufacturing of the equipment shall be strictly in accordance with the approved

drawings and no deviation shall be permitted without the written approval of the purchaser. All

manufacturing and fabrication work in connection with the equipment prior to the approval of

the drawing shall be at the supplier's risk.

Approval of drawings/work by purchaser shall not relieve the supplier of his responsibility and

liability for ensuring correctness and correct interpretation of the drawings for meeting the

specification.

5.2 The requirements of the latest revision of application standards, rules and codes of practices.

The equipment shall conform in all respects to high standards of engineering, design,

workmanship and latest revisions of relevant standards at the time of ordering and purchaser

shall have the power to reject any work or materials which, in his judgment is not in full

accordance therewith.

5.3 The successful Bidder shall within 2 weeks of notification of award of contract submit three

sets of final versions of all the drawings as stipulated in the purchase order for purchaser's

approval. The purchaser shall communicate his comments/approval on the drawings to the

supplier within two weeks. The supplier shall, if necessary, modify the drawings and resubmit

three copies of the modified drawings for their approval. The supplier shall within two weeks.

Submit 30 prints and two good quality report copies of the approved drawings for purchaser's

use.

5.4 Eight sets of operating manuals/technical leaflets shall be supplied to each consignee for the

first instance of supply.

5.4.1 One set of routine test certificates shall accompany each dispatch consignment.

5.4.2 The acceptance test certificates in case pre-dispatch inspection or routine test certificates in

cases where inspection is' waived shall be got approved by the purchasers.

6.0 Any Item specification if not available in this document Contractor shall supply and execute the

items meeting the relevant IS specification with the approval of the purchaser.

Page 38: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

38 | P a g e

SECTION – 5

FORMS OF BID

Page 39: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

39 | P a g e

PROFORMA OF BANK GUARANTEE FOR EARNEST MONEY

(To be stamped in accordance with Stamp Act) The non-Judicial stamp paper should be in the name of issuing bank

Ref………………………….. Bank Guarantee No…………..

Date……………………. To

The Chief General Manager (PP&D) Assam Power Distribution Company Ltd. Bijulee Bhawan, Paltanbazar Guwahati-1

Dear Sirs/ Madam,

In accordance with invitation to bid under your Bid No………………. M/s……………….

having its Registered/ Head Office at ……………..( hereinafter called the ‘Bidder’) wish to

participate in the said Bid or ………………… and you, as a special favour have agreed to accept an

irrevocable and unconditional Bank Guarantee for an amount of ……………….. valid

upto……………………. On behalf of Bidder in lieu of the Earnest Money deposit of the BID required

to be made by the bidder, as a condition precedent for participation in the said Bid.

We, the …………………. Bank at …………………… have our Head Office at…………..( local

address) guarantee and undertake to pay immediately on demand by Assam Power Distribution

Company Limited, the Amount of ……………………………………………

…………………………………………………..( in words & figures) without any reservation, protest,

demur and recourse. Any such demand made by said ‘Owner’ shall be conclusive and

binding on us irrespective of any dispute or difference raised by the Bidder.

The Guarantee shall be irrevocable and shall remain valid up to and including ………….

@....................... if any further extension of this guarantee is required, the same shall be

extended to such required period ( not exceeding one year) on receiving instruction from M/s

………… … ………. on whose behalf this guarantee is issued.

In witness whereof the Bank, through its authorized office, has set its hand and stamp on this

…………… day of ………………….. 20………… at …………………………

WITNESS

……………………… ……………………. (Signature) ( Signature) …………………….. …………………… (Name) (Name) ……………………. …………………… ( Official Address) (Official Address)

@ This date shall be thirty (30) days after the last date for which the bid is valid.

Page 40: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

40 | P a g e

PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE (To be stamped in accordance with Stamp Act)

Ref………………………….. Bank Guarantee No…………..

Date……………………. To

The Chief General Manager (PP&D) Assam Power Distribution Company Ltd. Bijulee Bhawan, Paltanbazar Guwahati-1

Dear Sirs/ Madam,

In consideration of Assam Power Distribution Company Ltd., (herein after referred to as the

‘Owner’ which expression shall unless repugnant to the context or meaning thereof include its

successors, administrators and assigns) having awarded to M/s……………

….……………………….with registered/ Head office at ……………….( hereinafter referred to as “

Contractor” which expression shall unless repugnant to the context or meaning thereof include its

successors, administrators, executors and assigns), a Contract by issue of Owner’s Letter of Intent

No…………… dated……………….. and the same having been acknowledged by the contractor,

resulting in a contract and contractor having agreed to provide a Contract Performance Guarantee

for the faithful performance of the entire Contract equivalent to 10(%) of the said value Contract to

the Owner.

We………………………………………………………………………………………….. (Name &

Address) having its Head Office at …………………( hereinafter referred to as the “ Bank” , which

expression shall, unless repugnant to the context or meaning thereof, include its successors,

administrators, executors and assigns) do hereby guarantee and undertake to pay the owner, on

demand any or all monies payable by the contractor to be extent of ₹ …………………. at any time

up to ………………………..**( day/month/year) without any demur, reservation , contest , recourse

or protest and / or without any reference to this contractor. Any such demand made by the owner

on the bank shall be conclusive and binding notwithstanding any difference between the Owner the

Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other authority. The

bank undertakes not to revoke this guarantee during its currency without previous consent of the

owner and further agrees that the guarantee herein contained shall continue to be enforceable till

the owner discharges this guarantee.

The Owner shall have the fullest liberty without affecting in any way the liability of the Bank under

the guarantee, from time to time to extend the time for performance or the contract by the

contractor. The owner shall have the fullest liberty, without affecting this guarantee, to postpone

from time to time the exercise of any power vested in them or of any right which they might have

against the contractor, and to exercise the same at any time in any matter, and either to enforce or

to for bear to enforce any covenants, contained or implied, in the contract between the owner and

the contractor or any other course or remedy or security available to the owner. The Bank shall not

be released to its obligations under these presents by any exercise by the owner of its liberty with

reference to the matters aforesaid or any of them or by reason of any other act of omission or

commission on the part of the owner or any other indulgences shown by the owner or by any other

matter or thing whatsoever which under law would, but for this provision have the effect of relieving

the Bank.

The bank also agrees that the owner at its option shall be entitled to enforce this guarantee against

the Bank as a principal debtor, in the first instance without proceeding against the contractor and

not withstanding any security or other guarantee the owner may have in relation to the Contractor’s

liabilities.

Notwithstanding anything contained herein above our liability under this guarantee is restricted to

……………………. And it shall remain in force up to an including …………………….. and shall be

extended from time to time for such period( not exceeding 1 year) as may be desired by

Page 41: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

41 | P a g e

M/s………………………………………………………….on whose behalf this guarantee has been

given.

Dated this……………………. Day of ……………………….. 20……………… at………… WITNESS ……………………………. ……………………… (Signature) (Signature) …………………………… …………………….. (Name) (Name) ………………………….. …………………….. (Official address) (Official address) Attorney as per power Of Attorney No………….. Date…………………….. NB: The stamp paper of appropriate value shall be purchased in the name of issuing bank.

Page 42: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

42 | P a g e

PROFORMA OF EXTENSION OF BANK GUARANTEE Ref………………………….. Date……………………. To

The Chief General Manager (PP&D) Assam Power Distribution Company Ltd. Bijulee Bhawan, Paltanbazar Guwahati-1

Dear Sirs/ Madam, Sub: Extension of Bank Guarantee No……………….. for Rs…………………. Favouring yourselves

, expiring on …………………. 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 ………………….. and having its Head Office at ………………………. Do hereby extend our liability under the above mentioned Bank Guarantee No………………… dated………………………for a further period of ……………………… ( Years/ Months) from………………….. to expire on………………….. expect as provided above, all other terms and conditions of the original Bank Guarantee No………………………. dated ………………. Shall remain unaltered and binding. Please treat this as an integral part of the original Bank Guarantee to which it would be attached.

Yours faithfully For……………………………… Manager/ Agent/Accountant ………………….. Power of attorney No…………………… Dated…………………………………… SEAL OF BANK

Note: The non-judicial stamp paper of appropriate value shall be purchased in the name of the Bank who has issued the Bank Guarantee.

Page 43: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

43 | P a g e

PROFORMA OF “AGREEMENT” (To be executed on non-Judicial stamp paper)

This Agreement made this …………….. day of ………… two thousand……………. Between Assam

Power Distribution Company Ltd. having its head office at Bijulee Bhawan, Paltanbazar, Guwahati-1 (

hereinafter referred to as ‘Owner’ or ‘APDCL’, which expression shall include its administrators,

successors and assign on one part and (hereinafter referred to as the ‘Contractors ‘X’ ( Name of the

contracting Co.) which expression shall include its administrators, successors, executors and

permitted assigns) on the other part.

WHEREAS APDCL desirous of …………………….. in ……………. Circle associated with APDCL at ……………….(District) invited Bids for…………………………………………….. ………………………………. (Briefly describe scope of works) for the first state of the project as per its Bid Specification No……………………………… AND WHEREAS……………………….”X” ………………………. Had participated in the above referred Bidding vide their proposal No……………………. dated………………. And awarded the Contract to……………..” X”…………….. on terms and conditions documents referred to therein which have been acknowledged by……………….”X”…………………..resulting into a “Contract”

NOW THEREFORE THIS DEED WITNESS AS UNDER:- 1.0 Article

1.1 Award of Contract

APDCL awarded the contract to……………..”X”……………… for the work of …………… on the terms

and conditions contained in its letter of Award No…….. ………. Dated…………… and the documents

referred to therein. The award has taken effect from aforesaid letter of award. The terms and

expression used in this agreement shall have the same meaning as are assigned to them in the

‘Contract Documents’ referred to in this succeeding Article.

2.0 Documentation

2.1 The contract shall be performed strictly as per the terms and condition stipulated herein and in the

following documents attached herewith( hereinafter referred to as “Contract Documents”.)

i) Section 1-11 of the Bidding Document.

ii) Proposal Sheets, Data Sheets, Drawing work schedule submitted by “X”.

APDCL’s Letter of Award No………….. dated……………….duly acknowledged by “X”.

Quality Plans for manufacturing and field activities entitled as Quality Plan.

All the aforesaid Contract Documents shall form an integral part of this agreement , in so far as the

same or any part conform to the bidding documents and what has been specifically agreed to by the

Owner in its letter of Award. Any matter inconsistent therewith, contrary or repugnant thereto or any

deviations taken by the Contractor in its ‘Proposal’ but not agreed to specially by the Owner in its

Letter of Award shall be deemed to have been withdrawn b y the Contractor. For the sake of brevity,

this agreement along with its aforesaid Contract Documents shall be referred to as the ‘Agreement’.

3.0 Conditions & Covenants

3.1 The scope of Contract, Consideration, Terms of Payment, Price Adjustments, Taxes wherever

applicable, Insurance, Liquidated Damage, Performance Guarantees and all other terms and

conditions are contained in APDCL’s Letter of Award No………........... dated……………… read in

conjunction with other aforesaid contract documents. The contract shall be duly performed by the

Contract Documents, but which are needed for successful, efficient, safe and reliable operation of the

equipment unless otherwise specifically excluded in the specification under ‘exclusion’ or Letter of

Award.

3.2 The scope of work shall also include supply and installation of all such items which are not

specifically mentioned in the contract Documents, but which are needed for successful, efficient, safe

Page 44: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

44 | P a g e

and reliable operation of the equipment unless otherwise specifically excluded in the specifications

under ‘exclusions’ or ‘Letter of Award’.

3.3 Time Schedule

3.3.1 Time is the essence of the Contract and schedules shall be strictly adhered to “X” shall perform

the work in accordance with the agreed schedules.

3.4 Quality Plans

3.4.1 The Contractor is responsible for the proper execution of the Quality Plans mentioned in Section

4.8 of GTC. The work beyond the customer’s hold points will progress only with the owners consent.

The Owner will also undertake quality surveillance and quality audit of the Contractor’s /Sub-

contractor’s works, systems and procedures and quality control activities. The Contractor further

agrees that any change in the Quality Plan will be made only with the Owner’s approval. The

contractor shall also perform all quality control activities, inspection and tests agreed with the Owner

to demonstrate full compliance with the contract requirements.

3.4.2 The contractor also agrees to provide the Owner with the necessary facilities for carrying out

inspection, quality audit and quality surveillance of contractors and its Subcontractor’s Quality

Assurance Systems and Manufacturing Activities.

These shall include but not limited to the following:

Relevant plant standards, drawing and procedures;

Detailed Quality Assurance System manuals for manufacturing activities.

Storage procedures and instructions weld, NDT, heat treatment prior to commencement

of manufacture;

Complete set of log sheets (blank) mentioned in the Quality Plans.

It is expressly agreed to by the contractor that the quality test and inspection by the owner shall

not in any way relief the contractor of its responsibilities for quality standards and performance

guarantee and their other obligations under the Agreement. 3.4.4 “X’ agrees to submit quality

Assurance Documents to APDCL for review and record after completion and within 3 weeks of

dispatch of material.

The package will include the following :

Factory test result, inspection report for testing required by this contract or applicable

codes and standards.

Two copies of inspection reports duly signed by Quality Assurance personnel of both

APDCL and “X” for the agreed customer hold points.

Report of the rectification works where and if applicable.

3.5 It is expressly agreed to by the Contractor that notwithstanding the fact that the Contract is termed

as Supply-cum-Erection Contract or indicates the break-up of the Contract consideration, for

convenience of operation and for payment of sale tax on supply portion, it is in fact one composite

Contract on single source responsibility basis and the Contractor is bound to perform the total

Contract in its entirely and non-performance of any part or portion of the Contract shall be deemed to

be breach of the entire Contract.

3.6 The Contractor guarantees that the equipment package under the Contract shall meet the ratings

and performance parameters as stipulated in the technical specifications (Section

10) and in the event of any deficiencies found in the requisite performance figures, the Owner may at

its option reject the equipment package or alternatively accept it on the terms and conditions and

subject to levy of the liquidated damages in terms of Contract documents. The amount of liquidated

damages so leviable shall be in accordance with the contract document and without any limitation.

3.7 It is further agreed by the contractor that the contract performance guarantee shall in no way be

constructed to limit or restrict the owner’s equipment right to recover the damages/compensation due

to shortfall in the equipment performance figures as stated in Para 3.6 above or under any other

clause of the agreement. The amount of damages/compensation shall be recoverable either by way

of deduction from the contract price, contract performance guarantee and or otherwise. The contract

performance guarantee furnished by the contractor is irrevocable and unconditional and the owner

shall have the power to invoke it notwithstanding any dispute or difference between the owner and the

contractor pending before any court tribunal, arbitrator or any other authority.

3.8 This Agreement constitutes full and complete understanding between the parties and terms of the

payment. It shall supersede all prior correspondence terms and conditions contained in the

Agreement. Any modification of the agreement shall be effected only by a written instrument signed

by the authorized representative of both the parties.

Page 45: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

45 | P a g e

4.0 SETTLEMENT OF DISPUTES

4.1 It is specifically agreed between parties that all the differences or disputes arising out of the

agreement or touching the subject matter of the agreement shall be decided by process of settlement

and Arbitration as specified in clause 41 of the General Condition of the Contract and provision of the

Indian Arbitration Act, 1996 shall apply. Guwahati Courts alone shall have exclusive jurisdiction over

the same.

4.2 NOTICE OF DEFAULT

Notice of default given by either party to the other under agreement shall be in writing and shall be

deemed to have been duly and properly served upon the parties hereto if delivered against

acknowledgement or by telex or by registered mail with acknowledgements due addressed to the

signatories at the addresses mentioned at Guwahati.

IN WITNESS WHEROF, the parties through their duly authorized representatives have executed

these presents (execution where of has been approved by the competent authorities of both the

parties) on the day, month and year first above mentioned at Guwahati .

WITNESS:

1. ……………………….. (Owner’s signature) ( Printed Name)

2. ……………………… (Designation)( Company’s Stamp)

3. …………………….. (Contractor’s Signature)(Company’s Name)

4. …………………….. (Designation)(Company’s Stamp)

Applicable in case of single award is placed on one party on Supply-cum- Erection basis. In

two separate awards are placed on single party/two different parties this clause is to be

modified suitably while signing the contract agreement to be signed separately for two awards

to incorporate cross fall breach clause.

Page 46: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

46 | P a g e

FORM OF POWER OF ATTORNEY FOR JOINT VENTURE

(On Non-judicial Stamp Paper of Appropriate value to be purchased in the Name of Joint Venture)

KNOW ALL MEN BY THESE PRESENTS THAT WE, the Partners whose details are given

hereunder……................................................................. have formed a Joint Venture under the laws

of……………………..and having our Registered Office(s)/Head Office(s) at

………………………………………………………………………………………………………….....(herei

n after called the 'Joint Venture' which expression shall unless repugnant to the context or meaning

thereof, include its successors, administrators and assigns) acting thorough M/S………………

………………………………………………………………………….. being the Partner in-charge do

hereby' constitute, nominate and appoint M/S……………………………………

………………………………..a Company incorporated under the laws of arid having its

Registered/Head Office at..as our duly 'constituted lawful Attorney (hereinafter called "Attorney" or"

Authorized Representative" or "Partner In-charge") to exercise all or any of the powers for and on

be.ha1f of, the Joint Venture in regard* to ---------------------(Name of the Package) (Specification No.-

------------------------) of Assam Power Distribution Company Ltd. Bijulee Bhawan, Paltan Bazar,

GUWAHATI (hereinafter called the "Owner"). and the bids for which' have been invited by the

Owner, to undertake the following acts:

i) To submit proposal and participate in the aforesaid Bid Specification of the Owner on behalf

of the “Joint Venture”.

ii) To negotiate with the Owner 'the terms and' conditions for award of the Contract pursuant to

the aforesaid Bid and to sign the Contract with the Owner for and on behalf of the "Joint

Venture'.

iii) To do any other act or submit any document rated to the above.

iv) To receive, accept and execute .the Contract for and on behalf of the "Joint Venture".

It is clearly understood that the Partner In-charge (Lead Partner) shall ensure performance of the

Contract(s) and if one or more Partner fail to perform their respective portion of the Contract(s), the

same shall be deemed to be a default by all the Partners.

It is expressly understood that this Power of Attorney shall remain valid binding and irrevocable till

completion of the Defect Liability Period in terms of the Contract.

The Joint Venture hereby agrees and undertakes to ratify and confirm all the above whatsoever the

said Attorney/ Authorized Representative/Partner In-charge quotes in the bid, negotiates and signs the

Contract with the Owner and/or proposes to act on behalf of the joint Venture by virtue of this Power of

Attorney and the same shall bind the Joint Venture as if done by itself.

* Strike which is not applicable.

IN WITNESS THEREOF the Partners Constituting the Joint Venture as aforesaid have

executed these presents on this …………….. day of ……………....... under the Common

Seal(s) of their Companies.

for and on behalf of

the Partners of Joint

Ventures

Page 47: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

47 | P a g e

The Common Seal of the above Partners of the Joint Venture:

The Common Seal has been affixed there unto in the presence of :

WITNESS

1. Signature _________________________

Name___________________________

Designation_______________________

Occupation ________________________

2. Signature _________________________

Name___________________________

Designation_______________________

Occupation ________________________

Page 48: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

48 | P a g e

FORM OF JOINT VENTURE AGREEMENT

(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE TO BE PURCHASED IN THE

NAME OF JOINT VENTURE)

PROFORMA OF JOINT VENTURE AGREEMENT BETWEEN ______________________

______________________________ AND ____________________________________________

FOR BID SPECIFICATION No_______________________________OF ASSAM POWER

DISTRIBUTION COMPANY LTD.

THIS Joint Venture agreement executed on this _____day of ______________Two thousand eight

and between M/S _________________________________________________ a Company

incorporated under the laws of _______________________________ and having its registered office

at __________________________________ _____________________________ (herein after called

the “Lead Partner” which expression shall include its successors, executors and permitted assigns)

and M/S _______________________________________________ a Company incorporated under

the laws of _______________________________ and having its registered office at

________________________________________________________________ (herein after called

the “Partner” which expression shall include its successors, executors and permitted assigns) for

purpose of making a bid and entering into a contract* (in case of award) for Construction of

_______________________________(name of the package) against the specifications

No._____________________ of APDCL BIJULEE BHAWAN, PALTAN BAZAR, GUWAHATI –

781001, an Electricity Distribution Company registered under Indian Electricity Act, 2003 having its

registered office at Bijulee Bhawan, Paltan Bazar, Guwahati – 781001 (herein after called the

“Owner”)

WHEREAS the Owner invited bids as per the above mentioned Specification for the design

manufacture, supply and erection, testing and commissioning of Equipment/Materials stipulated in the

bidding documents under subject Package*

For_________________ (Package Name) (Specification No.:_____________________)

AND WHEREAS Annexure – A (Qualification Requirement of the Bidder). Section-4, forming part of

the bidding documents, stipulates that a Joint Venture of two or more qualified firms as partners,

meeting the requirement of Annexure-A, Section 4 as applicable may bid, provided the .Joint Venture

fulfills all other requirements of Annexure-A, Section 4 and in such a case, the BID shall be signed by

all the partners so as to legally bind all the Partners of the .Joint Venture, who will be jointly and

severally liable to perform the Contract and all obligations hereunder .

* Strike which is not applicable.

The above clause further states that the Joint Venture agreement shall be attached to the bid and the

contract performance guarantee will be as per the format enclosed with the bidding document without

any restriction or liability for either party.

AND 'WHEREAS the bid has been submitted to the Owner vide proposal

No ............................. dated ..................................................... by Lead Partner based on the Joint

Venture agreement between all the Partners under these presents and the bid in accordance with the

requirements of Annexure-A (Qualification Requirements of the Bidders), Section -4 has been signed

by all the partners.

NOW THIS INDENTURE WITNESSETH AS UNDER:

In consideration of the above premises and agreements all the Partners to this ,Joint Venture do

hereby now agree as follows:

1. In consideration of the award of the Contract by the Owner to the Joint Venture partners, we, the

Partners to the Joint Venture agreement do hereby agree that M/S__________________ shall

Page 49: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

49 | P a g e

act as Lead Partner and further declare and confirm that we shall jointly and severally be bound

unto the Owner for the successful performance of the Contract and shall be fully responsible for

the design, manufacture, supply, and successful performance of the equipment in accordance

with the Contract.

2. In case of any breach of the said Contract by the Lead Partner or other Partner(s) of the Joint

Venture agreement, the Partner(s) do hereby agree to be fully responsible for the successful

performance of the Contract and to carry out all the obligations and responsibilities under the

Contract in accordance with the requirements of the Contract.

3. Further, if the Owner suffers any loss or damage on account of any breach in the Contract or

any shortfall in the performance of the equipment in meeting the performance guaranteed as

per the specification in terms of the Contract, tile Partner(s) of these presents undertake to

promptly make good such loss or damages caused to the Owner, on its demand without any

demur. It shall not be necessary or obligatory for the Owner to proceed against Lead Partner to

these presents before proceeding against or dealing with the other Partner(s)

4. The financial liability of the Partners of this Joint Venture agreement to the Owner, with respect

to any of the claims arising out of the performance of non-performance of the obligations set

forth in the said Joint Venture agreement, read in conjunction with the relevant conditions of the

Contract shall, however, not be limited in any way so as to restrict or limit the liabilities of any of

the Partners of the Joint Venture agreement.

5. It is expressly understood and agreed between the Partners to this Joint Venture agreement

that the responsibilities and obligations of each of the Partners shall be as delineated in

Appendix-I (*To be incorporated suitably by the Partners) to this agreement. It is further agreed

by the Partners that the above sharing of responsibilities and obligations shall not in any way be

a limitation of joint and several responsibilities of the Partners under this Contract.

6. This Joint Venture agreement shall be construed and interpreted in accordance with the laws of

India and the courts of Delhi shall have the exclusive jurisdiction in all matters arising there

under.

7. In case of an award of a Contract, We the Partners to the Joint Venture agreement do hereby

agree that we shall be jointly and severally responsible for furnishing a contract performance

security from a bank in favour of the Owner in the forms acceptable to purchaser for value of

10% of the Contract Price in the currency/currencies of the Contract.

8. It is further agreed that the Joint Venture agreement shall be irrevocable and shall form an

integral part of the Contract, and shall continue to be enforceable till the Owner discharges the

same. It shall be effective from the date first mentioned above for all purposes and intents.

IN WITNESS WHEREOF, the Partners to the Joint Venture agreement have through their

authorised representatives executed these presents and affixed Common Seals of their companies,

on the day, month and year first mentioned above.

IN WITNESS WHEREOF, the Partners to the Joint Venture agreement have through their

authorized representatives executed these presents and affixed Common Seals of their companies,

on the day, month and year first mentioned above.

Common Seal of_________________ For Lead Partner

has been affixed in my/our presence

pursuant to the Board of Director's (Signature of authorized

resolution dated________________ representative)

Page 50: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

50 | P a g e

Name

Signature

Designation

Name Common Seal of the Company

Designation

Common Seal of_________________ For Other Partner

has been affixed in my/our presence

pursuant to the Board of Director's (Signature of authorized

resolution dated_______________ representative)

Name

Signature

Designation

Name Common Seal of the Company

Designation

WITNESSES

1. Name . (Signature)

(Official address)

2. Name . (Signature)

(Official address)

Page 51: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

51 | P a g e

SECTION 6

TECHNICAL SPECIFICATION

Page 52: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

52 | P a g e

CLIMATIC AND ISOCERAUNIC CONDITIONS

The climatic and isoceraunic conditions at site under which the materials /equipment shall operate satisfactorily are as follows:- a) Maximum temperature of air in shade: 40º C b) Minimum temperature of air in shade: 2º C c) Maximum Humidity: 93 % d) Isoceraunic level: 60 e) Average of rainy days per annum: 150 f) Average number of days of thunderstorm per annum: 25 g) Average number of days of dust storm per annum: 10 h) Average annual rainfall: 2280 mm i) Number of months of tropical monsoon per annum: 5 (May to Sept.) j) Maximum wind pressure: 150Kg/sq. m. k) Altitude (above mean sea level): 50 to 250m

The reference ambient temperatures assumed for the purpose of this specification are:

a) Maximum ambient temperature: 45ºC b) Maximum average daily ambient temperature: 35ºC c) Maximum average yearly ambient temperature: 30º C

Page 53: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

53 | P a g e

6.1 SPECIAL TECHNICAL SPECIFICATIONS OF SUBSTATION CIVIL WORKS

1.1 GENERAL

The intent of specification covers the following:

Design, engineering, and construction of all civil works at sub-station. All civil works shall also satisfy the general technical requirements specified in other Section of this Specification and as detailed below. They shall be designed to the required service conditions/loads as specified elsewhere in this Specification or implied as per National/International Standards.

All civil works shall be carried out as per applicable Indian Laws, Standards and Codes. All materials shall be of best quality conforming to relevant Indian Standards and Codes.

The Contractor shall furnish all design, drawings, labour, tools, equipment, materials, temporary works, constructional plant and machinery, fuel supply, transportation and all other incidental items not shown or specified but as may be required for complete performance of the Works in accordance with approved drawings, specifications and direction of Employer.

The work shall be carried according to the design/drawings to be developed by the Contractor and approved by the owner based on Tender Drawings Supplied to the Contractor. by the Owner. For all buildings, structures, foundations, etc., necessary layout and details shall be developed by the Contractor keeping in view the functional requirement of the substation facilities and providing enough space and access for operation, use and maintenance based on the input provided by the Owner. Certain minimum requirements are indicated in this specification for guidance purposes only. However, the Contractor shall quote according to the complete requirements.

4.0 CABLE AND PIPE TRENCHES

1. The cable trenches and precast removable RCC cover (with lifting arrangement)

2. The cable trench wall shall be designed for the following loads.

i) Dead load of 155 Kg/m length of cable support + 75 Kg on one tier at the end.

ii) Triangular earth pressure + uniform surcharge pressure of 2 T/m2.

3. Cable trench covers shall be designed for self-weight of top slab + UDL of 2000 Kg/ m2 + concentrated load

of 200 Kg at centre of span on each panel.

4. Cable trench crossing the road/rails shall be designed for class AA. Loading of IRC/relevant IS Code and should be checked for transformer loading.

5. Trenches shall be drained. Necessary sumps be constructed and sump pumps if necessary shall be supplied. Cable trenches shall not be used as storm water drains.

6. The top of trenches shall be kept at least 100 mm above the finished ground level. The top of cable trench shall be such that the surface rainwater does not enter the trench.

7. All metal parts inside the trench shall be connected to the earthing system.

8. Cables from trench to equipments shall run in hard conduit pipes.

9. Trench wall shall not foul with the foundation. Suitable clear gap shall be provided.

10. The trench bed shall have a slope of 1/500 along the run and 1/250 perpendicular to the run.

11. All the construction joints of cable trenches i.e., between base slab to base slab and the junction of vertical wall to base slab as well as from vertical wall to wall and all the expansion joints shall be provided with approved quality PVC water stops of approx. 230 x 5 mm size for those sections where the ground water table is expected to rise above the junction of base slab and vertical wall of cable trenches.

12. Cable trenches shall be blocked at the ends if required with brick masonry in cement sand mortar 1:6 and plaster with 12 mm thick 1:6 cement sand mortar.

13. Cable trenches shall be provided with suitable hangers to support the running cables.

Page 54: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

54 | P a g e

12.0 FOUNDATION I RCC CONSTRUCTION

12.1 General

1. Work covered under this Clause of the Specification comprises the design and construction of foundations and other RCC constructions for switchyard structures, equipment supports, trenches, drains, jacking pad, control cubicles, bus supports, transformer, marshalling kiosks, auxiliary equipments and systems, buildings, tanks, boundary wall or for any other equipment or service and any other foundation required to complete the work. This clause is as well applicable to the other ECC constructions.

2. Concrete shall conform to the requirements mentioned in IS: 456 and all the tests shall be conducted as per relevant Indian Standard Codes as mentioned in Standard field quality plan appended with the specification.

A minimum grade of M20 concrete (1:5:3 mix) shall be used for all structural/load bearing members as per latest IS 456.

3. If the site is sloppy, the foundation height will be adjusted to maintain the exact level of the top of structures to compensate such slopes.

4. The switchyard foundation's plinths and building plinths shall be minimum 300 mm and 500 mm above finished ground level respectively.

5. Minimum 75 mm thick lean concrete (1:4:8) shall be provided below all underground structures, foundations, trenches, etc., to provide a base for construction.

6. Concrete made with Portland slag cement shall be carefully cured and special importance shall be given during the placing of concrete and removal of shuttering.

7. The design and detailing of foundations shall be done based on the approved soil data and sub-soil conditions as well as for all possible critical loads and the combinations thereof. The Spread footings foundation or pile foundation as may be required based on soil/sub-soil conditions and superimposed loads shall be provided.

8. If pile foundations are adopted, the same shall be case-in-situ driven/bored or precast or under-reamed type as per relevant parts of IS Code 2911. Only RCC piles shall be provided. Suitability of the adopted pile foundations shall be justified by way of full design calculations. Detailed design calculations shall be submitted by the bidder showing complete details of piles/pile groups proposed to be used. Necessary initial load test shall also be carried out by the 'bidder at their cost to establish the piles design capacity. Only after the design capacity of piles has been established, the Contractor shall take up the job of piling. Routine tests fro the piles shall also be conducted. All the work (design & testing) shall be planned in such a way that these shall not cause any delay in project completion.

12.2 Design

All foundation shall be of reinforced cement concrete. The design and construction of RCC structures shall be carried out as per IS: 456 and minimum grade of concrete shall be M-20. Higher grade of concrete than specified above may be used at the discretion of Contractor without any additional financial implication to the Owner.

Limit state method of design shall be adopted unless specified otherwise in the specification.

For detailing of reinforcement IS: 2502 and SP: 34 shall be followed. Cold twisted deformed bars (Fe=415 N/mm2) conforming to IS: 1786 shall be used as reinforcement. However, in specific areas, mild steel (Grade-I) conforming to IS: 432 can also be used. Two layers of reinforcement (on inner and outer face) shall be provided for wall and slab sections having thickness of 150 mm and above. Clear cover to reinforcement towards the earth face shall be minimum 40 mm.

RCC water retaining structures like storage tanks, etc., shall be designed as uncracked section in accordance with IS: 3370 (Part I to IV) by working stress method. However, water channels shall be designed as cracked section with limited steel stresses as per IS: 3370 (Part I to IV) by working stress method.

The procedure used for the design of the foundations shall be the most critical loading combination of the steel structure and or equipment and or superstructure and other conditions, which produces the maximum stresses in the foundation or the foundation component and as per the relevant IS Codes of foundation design. Detailed design calculations shall be submitted by the bidder showing complete details of piles/pile groups proposed to be used.

Page 55: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

55 | P a g e

Design shall consider any sub-soil water pressure that may be encountered following relevant standard strictly.

Necessary protection to the foundation work, if required shall be provided to take care of any special requirements for aggressive alkaline soil, black cotton soil or any other type of soil which is detrimental/harmful to the concrete foundations.

RCC columns shall be provided with rigid connection at the base.

All sub-structures shall be checked for sliding and overturning stability during both construction and operating conditions for various combinations of loads. Factors of safety for these cases shall be taken as mentioned in relevant IS Codes or as stipulated elsewhere in the Specifications. For checking against overturning, weight of soil vertically above footing shall be taken and inverted frustum of pyramid of earth on the foundation should not be considered.

Earth pressure for all underground structures shall be calculated using coefficient of earth pressure at rest, co-efficient of active or passive earth pressure (whichever is applicable). However, for the design of substructures of any underground enclosures, earth pressure at rest shall be considered.

ln addition to earth pressure and ground water pressure etc., a surcharge load of 2T/Sq.m shall also be considered for the design of all underground structures including channels, sumps, tanks, trenches, sub-structure of any underground hollow enclosure, etc., for the vehicular traffic in the vicinity of the structure.

Following conditions shall be considered for the design of water tank in pumps house, channels, sumps, trenches and other underground structures:

a) Full water pressure from inside and no earth pressure and ground water pressure and surcharge pressure from outside (application only to structures, which are liable to be filled up with water or any other liquid).

b) Full earth pressure, surcharge pressure and ground water pressure from outside and no water pressure from inside.

c) Design shall also be checked against buoyancy due to the ground water during construction and maintenance stages. Minimum factor of safety of 1.5 against buoyancy shall be ensured ignoring the superimposed loadings.

The foundations shall be proportioned so that the estimated total and differential movements of the foundations are not greater than the movements that the structure or equipment is designed to accommodate.

The foundations of transformer and circuit breaker shall be of block type foundation. Minimum reinforcement shall be governed by IS: 2974 and IS: 456.

The tower and equipment foundations shall be checked for a factor of safety of 2.2 for normal condition and 1.65 for short circuit condition against sliding, overturning and pullout. The same factors shall be used as partial safety factor overloads in limit st1te design also.

13.0 Admixtures & Additives

Only approved admixtures shall be used in the concrete for the Works. When more than one admixture is to be used, each admixture shall be batched in its own, batch and added to the mixing water separately before discharging into the mixer. Admixtures shall be delivered in suitably labeled containers to enable identification.

Admixtures in concrete shall conform to IS: 9103. The water proofing cement additives shall conform to IS: 2645. Owner shall approve concrete Admixtures/Additives.

The Contractor may propose and the Owner may approve the use of a water-reducing set-retarding admixture in some of the concrete. The use of such an admixture will not be approved to overcome problems associated with inadequate concrete plant capacity or improperly planned placing operations and shall only be approved as an aid to overcoming unusual circumstances and placing conditions.

The water reducing set-retarding admixture shall be an approved brand of Ligno- sulphonate type admixture.

The water proofing cement additives shall be used as required/advised by the owner.

Page 56: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

56 | P a g e

6.2 SPECIFICATION FOR DESIGN AND FABRICATION OF SUBSTATION STEEL STRUCTURES

SSCCOOPPEE The scope of this section covers specifications for fabrication, proto-assembly, supply and erection of galvanised

steel structures for towers, girders, lightning masts and equipment support structures. Towers, girders and lightning

masts shall be lattice type structure fabricated from structural steel conforming to IS 2062 (latest). All equipment

support structures shall be fabricated from GI pipe conforming to YST 22 or of higher grade as per IS 806 except

for 132kV and below for which the equipment structure shall be of Lattice Type.

Drawings of towers, beams and equipment support structures for standard 400kV & 220kV structures are enclosed

with the tender document. Contractor shall only use these standard drawings for fabrication. Support structure for

circuit breaker is not standardized and shall be designed by the Contractor and approved by the Employer. Any

other structures of 400kV & 220 kV class, if necessary to complete the substation to complete the work in all

respects shall be designed by the contractor.

In case of equipment support structure standardization has been carried out with the provision of stool. Stools shall

be provided by the Contractor between the equipment and its support structure to match the bus bar height. The

top of stool shall be connected to the equipment and the bottom of the stool shall be connected to the support

structure. Details of the stools shall be submitted to Employer for approval.

The scope shall include supply and erection of all types of structures including bolts, nuts, washers, hangers,

shackles, clamps ant-climbing devices, bird guards, step bolts, inserts in concrete, gusset plates, equipment

mounting bolts, structure earthing bolts, foundation bolts, spring washers, fixing plates, ground mounted

marshalling boxes (AC/DC Marshalling box & equipment control cabinets), structure mounted marshalling boxes

and any other items as required to complete the job.

The connection of all structures to their foundations shall be by base plates and embedded anchor/foundation

bolts. All steel structures and anchor/foundation bolts shall be fully galvanized. The weight of the zinc coating shall

be at least 0.610 kg/m2 for anchor bolts / foundation bolts and for structural members. One additional nut shall be

provided below the base plate which may be used for the purpose of levelling.

Suitable modification shall be carried out in the drawings of equipment support structures by the Contractor in order

to suit fixation of accessories such as marshalling boxes, MOM boxes, Control Cabinets, Junction box, surge

counter, etc. in the standard structure fabrication drawings. Drawings of fixing of such accessories shall be

submitted by the Contractor for approval.

DESIGN REQUIREMENTS FOR STRUCTURES

This clause and sub-clauses shall be referred only for structures for which design is in the scope of Contractor.

For design of steel structures loads such as dead loads, live loads, wind loads etc. shall be based on IS:875,Parts I

to V.

For materials and permissible stresses IS:802, Part-I, Section-2 shall be followed in general. However, additional

requirements given in following paragraphs shall be also considered.

Minimum thickness of galvanized tower member shall be as follows:

ITEM Minimum thickness in mm

Leg members, Ground wire Peak members/ other load carrying members 5

Redundant members 4

Maximum slenderness ratios for leg members, other stressed members and redundant members for compression

force shall be as per IS-802.

Minimum distance from hole centre to edge shall be 1.5 x bolt diameter. Minimum distance between center to

centre of holes shall be 2.5 x bolt diameter.

All bolts shall be M16 or higher as per design requirement. In order to facilitate inspection and maintenance, the

structures shall be provided with climbing devices. Each tower shall be provided with M16 step bolts 175mm long

spaced not more than 450mm apart, staggered on faces on one leg extending from about 0.5 meters above ground

level to the top of the tower. The step bolt shall conform to IS: 10238. Ladders along with safety guard shall be

provided for the Lightening Mast Tower.

Design Parameters

Switchyard structures such as columns, beams and equipment mounting structures shall be designed as per IS

802 but for loading combinations specified hereunder. Computation of wind loading on structural members,

conductors, insulators, etc and other parameters shall be as specified in IS 802 except otherwise specified in this

Specification.

Page 57: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

57 | P a g e

The switchyard structures shall be designed for following loads considered acting simultaneously:

(i) Wire tension

(ii) Wind Load

(iii) Short Circuit Forces

(iv) Weight of supported wires, insulators, equipment etc and self-weight of structures.

An additional load of 3000 N shall be considered acting for weight of lineman and tools. For beams this 3000 N

load shall be considered acting at middle of the beam.

The design shall be checked for following two loading conditions:

The design shall be checked for following two loading conditions:

(A) Normal Conditions (all wires intact)

Under this condition, the loads shall be taken as under:

i. Wire Tension:- Maximum Wire tension as specified.

ii. Wind Load:- Loads due to 100% Design Wind Pressure (after accounting for drag coefficient and gust factor)

on structures, wires, insulators, equipment etc.

iii. Short Circuit Forces: Loading due to a 3 phase short circuit current of 40 kA, 31.5 kA and 25 kA shall be

considered for 220 KV,132 kV and 66 kV & 33 kV respectively subject to minimum of 10% of maximum wire

tension as considered in (i) above.

iv. Dead Weight:- All dead loads mentioned in Clause Error! Reference source not found. (iv) shall be

considered. Conductor and shield wire weight shall be calculated using spans as per Clause 3.3.6.

(B) Broken Wire Condition

Under this condition design shall be checked with all wires broken on one side and load shall be as under:

i. Wire Tension:- Wire tension for intact wires shall be taken as 100% of Clause 3.3.3 (A) (i). For broken wires

it shall be taken as zero.

ii. Wind Load:-Same wind load as calculated in Clause 3.3.3 (A) (ii) shall be considered.

iii. Short Circuit Forces:- Short circuit forces shall be considered only for intact wires.

iv. Dead Weight: - Same dead load as calculated in Clause 3.3.3 (A) (iv) shall be considered.

Design Wind Pressure

The Design Wind pressure for the purpose of this Specification shall be taken as 793 N/m2. This wind pressure

corresponds to Terrain Category 2 and Reliability Level 1 as per IS 802 (Part 1/Section 1).

Wire Tensions

For design purpose tension in each power and shield wires shall be taken as under

For Power Conductors

(i) 400/220 kV Switchyard 10000 N for each conductor between Line

gantry and Dead End Tower of Transmission Line.

8000 N for each Bus Bar conductor and other jumpers/jack buses.

(ii) 132 kV, 66 kV and 8000 N for each conductors between Line

33 kV switchyard. gantries and Dead End Tower of Transmission Line.

6000 N for each Bus Bar conductor and other jumpers/jack buses.

For Shield Wires

(i) 220 KV132 kV, 66 6000 N for shield wire between Line gantry

kV and 33 kV and Dead End Tower of Transmission Line.

Switchyard. 5000 N for shield wires at other Location.

Note: Structures with earth peak shall assume to have two earth wires for design purpose in broken wire condition.

Spans

Following Spans shall be considered in design of all structures as applicable:-

Line gantries (structures to terminate lines):

(i) For 400, 220, 132, and 66 KV Switchyard: 200 Meter, wind span

150 Meter, weight span

(ii) For 33 KV Switchyard: 75 Meter, wind & weight span.

Page 58: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

58 | P a g e

All other Structures

(i) For 400 KV Switchyard: 75 Meter, wind & weight span

(ii) For 220 KV Switchyard: 75 Meter, wind & weight span

(iii) For 132 KV Switchyard: 50 Meter, wind & weight span

(iv) For 33 KV Switchyard: 20 Meter, wind & weight span.

Deviation Angle

The design of line gantries shall only be checked for a maximum deviation angle of 300 from normal at center of

gantries to Dead End Tower.

Conductors and Shield Wires

A) Following sizes of power conductors if not otherwise specified in the drawings, shall be used for design of

structures:

For 400 kV switchyard:- As indicated in layout drawings.

For 220 kV switchyard:-

(i) ACSR ‘ZEBRA’ conductor (two conductors per phase) for Main Bus Bars and jumpers between two

segregated Main Bus Bars.

(ii) ACSR ‘ZEBRA’ conductor (one conductor per phase) for Transfer Bus Bars (if any) and for other locations

including line gantry to Dead End tower of Transmission lines.

For 132 kV switchyard:-

(i) ACSR ‘PANTHER’ conductor (two conductors per phase) for Main Bus Bars and jumpers between two

segregated Main Bus Bars.

(ii) ACSR ‘PANTHER’ conductor (one conductor per phase) for Transfer Bus Bars (if any) and for other locations

including line gantry to Dead End tower of Transmission lines.

For 33 kV switchyard:-

(i) ACSR ‘PANTHER’ conductor (two conductors per phase) for Main Bus Bars and jumpers between two

segregated Main Bus Bars.

(ii) ACSR ‘PANTHER’ conductor (one conductor per phase) for Transfer Bus Bars (if any) and for other locations

including line gantry to Dead End tower of Transmission lines.

B) For protection against direct lightning G.I. wires of size 7/3.66 mm conforming to IS 2241 shall be considered for

all switch yards.

DESIGN DRAWINGS AND DOCUMENTS

FOR STANDARD STRUCTURES

Standard 400/220/132 kV class towers and girders and 400/220 kV class equipment mounting structure drawings

including Bill of Material is supplied with the Bidding Document and based on which prices of structures shall be

quoted and subsequently supplied.

Contractor shall however not be relieved of his responsibility for the safety of the structure and good connections

and any loss or damage occurring due to defective fabrication, erection or workmanship shall be borne by the

Contractor.

FOR STRUCTURES DESIGNED BY CONTRACTOR

The Contractor shall furnish design, drawing and Bill of Materials and shop manufacturing drawings for every

member to the Employer for approval after award of the Contract. The design drawing should indicate not only

profile, but section, numbers and sizes of bolts and details of typical joints. In case Employer feels that any design

drawing, BOM are to be modified even after its approval, Contractor shall modify the designs & drawings and

resubmit the design drawing, BOM as required in the specification.

The fabrication drawings to be prepared and furnished by the Contractor shall be based on the design approved by

the Employer. These fabrication drawings shall indicate complete details of fabrication and erection including all

erection splicing details and typical fabrication splicing details, lacing details, weld sizes and lengths. Bolt details

and all customary details in accordance with standard structural engineering practice whether or not given by the

Employer. The fabrication drawings shall be submitted to the Employer. Proto shall be made only after approval of

fabrication drawings.

Page 59: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

59 | P a g e

Such approval shall, however, not relieve the Contractor of his responsibility for the safety of the structure and

good connections and any loss or damage occurring due to defective fabrication, design or workmanship shall be

borne by the Contractor.

The Mass fabrication work shall start only after the final approval to the proto corrected Fabrication drawing is

accorded by the Employer.

FABRICATION

The fabrication of substation steel structures shall be in conformity with the following:

Except where hereinafter modified, details of fabrication shall conform to IS: 802 (Part-II) or the relevant

international standards.

The tower structures shall be accurately fabricated to connect together easily at site without any undue strain on

the bolts.

No angle member shall have the two leg flanges brought together by closing the angle.

The diameter of the hole shall be equal to the diameter of bolt plus 1.5mm.

The structure shall be designed so that all parts shall be accessible for inspection and cleaning. Drain holes shall

be provided at all points where pockets of depression are likely to hold water.

All identical parts shall be made strictly inter-changeable. All steel sections before any work are done on them shall

be carefully levelled, straightened and made true to detailed drawings by methods which will not injure the

materials so that when assembled, the adjacent matching surfaces are in close contact throughout. No rough

edges shall be permitted in the entire structure.

Drilling and Punching

Before any cutting work is started, all steel sections shall be carefully strengthened and trued by pressure and not

by hammering. They shall again be trued after being punched and drilled.

Holes for bolts shall be' drilled or punched with a jig but drilled holes shall he preferred. The punching may be

adopted for thickness up to 16mm. Tolerances regarding punch holes are as follows:

Holes must be perfectly circular and no tolerances in this respect are permissible.

The maximum allowable difference in diameter of the holes on the two sides of plates or angle is 0.8mm. i.e. the

allowable taper in a punched holes should not exceed 0.8 mm on diameter.

Holes must be square with the plates or angles and have their walls parallel.

All burrs left by drills or punch shall be removed completely. When the tower members are in position the holes

shall be truly opposite to each other. Drilling or reaming to enlarge holes shall not be permitted.

Erection mark

Each individual member shall have erection mark conforming to the component number given to it in the fabrication

drawings. The mark shall be marked with marking dies of 16mm size before galvanizing and shall be legible after

galvanizing,

FOUNDATION BOLTS

Foundation bolts for the towers and equipment supporting structures and elsewhere shall be embedded in first

stage concrete while the foundation is cast. The Contractor shall ensure the proper alignment of these bolts to

match the holes in the base plate.

The Contractor shall be responsible for the correct alignment and levelling of all steel work on site to ensure that

the towers/structures are plumb.

All foundation bolts for lattice structure, pipe structure are to be supplied by the Contractor.

All foundation bolts shall be fully galvanised so as to achieve 0.61 kg. per Sq.m. of Zinc Coating as per

specifications.

All foundation bolts shall conform to IS 5624 but the material, however shall be MS conforming to IS: 2062.

GALVANIZING AND PAINTING

Galvanising of the various members of the structures shall be done only after all works of sawing, shearing, drilling,

filing, bending and matching are completed. Galvanising shall be done by the hot dip process as recommended in

IS: 2629 or other such authoritative international standards and shall produce a smooth, clean and uniform coating

of not less than 610 gm per square meter. The preparation for galvanising and the galvanising process itself must

not affect adversely the mechanical properties of the treated materials.

All assembly bolts shall be thoroughly hot dip galvanized after threading. Threads shall be of a depth sufficient to

allow for the galvanized coating, which must not be excessive at the root of the threads, so that the nut shall turn

easily on the completed bolts without excessive looseness. The nut threads shall not be galvanized, but oiled only.

Page 60: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

60 | P a g e

The outside surface shall be galvanised. Sample of galvanised materials shall be supplied to the galvanising test

set out in IS 729 or other such authoritative international standards.

EARTHING

To keep provision in the structures for earthing, holes shall be drilled on two diagonally opposite legs of the

towers/columns/mounting structures. The holes shall be suitable for bolting GI strips of size mentioned elsewhere

in this specification and shall be such that the lower hole is about 350 mm above the ground level, clear of the

concrete muffing, for connecting the earthing strip.

TEST AND TEST CERTIFICATE

Each consignment ready for transportation shall be offered to ASEB for inspection before dispatch giving a

minimum time of not less than 30 days. Samples of fabricated structure materials shall be subjected to following

tests: -

Steel: The structural steel shall conform to IS 226 and IS 8500, BS 4360-1068 or ISO / R 630 other such

authoritative international standards. Manufacturer's test certificate shall be submitted for all used steel.

Galvanising: The galvanising shall be as per IS 2633 or BS 729 other such authoritative international standards.

Zinc coating over the galvanised surfaces shall not be less than 610 gm per square meter.

Bolts and nuts: Manufacturer's test certificate as per standard practice shall be submitted.

Test at Contractor's Premises

The contractor shall fabricate one specimen structure of each type as soon as possible after placement of order

and before starting the bulk fabrication of the structures ordered. It shall be assembled on a foundation as nearly

similar as practicable to site and tested with suitable test loads as per specified broken wire condition, multiplied by

the corresponding factor of safety to ensure that the design and fabrication complies with the requirements. Each

structure shall be capable of withstanding the above-mentioned tests without any injury or any permanent

deflection at any part. If any member is found to be weak or damaged the design should be suitably modified and

the tower re-tested.

After the first lot of the structures manufactured, the members forming one structure of each type shall be selected

at random from the lots of similar member and assembled in exactly the same manner as to be done at site. The

structure then shall be set on foundation as nearly similar as practicable to site and tested with equivalent test load

for which the structure has been designed.

No structure or any member thereof, which failed under the test shall be supplied.

MODE OF MEASUREMENT

The measurement of all lattice and pipe structures for towers, beams, equipment support structure etc. shall be

made in numbers for each type of structures. This will include foundation bolts and nuts and therefore no separate

payment shall be made for the same. The unit rate quoted for each type of structure shall be inclusive of supply,

fabrication, galvanizing, erection, nuts, bolts, wastages etc. complete. Nothing extra shall be payable for

substitution necessitated due to non-availability of sections indicated in the standard drawing. Nothing extra shall

be payable for modifications or steel added to suit the contractors fixing arrangements for accessories etc.

Page 61: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

61 | P a g e

6.3 TECHNICAL SPECIFICATION FOR 33 KV CONTROL AND RELAY PANEL FOR DIFFERENTIAL PROTECTION OF TRANSFORMER AND ENERGY METERING IN

33/11kV SUBSTATIONS USING AUTORECLOSER TYPE VCB

1.0 SCOPE 1.1 This specification provides for design, engineering, manufacture, assembly, testing, inspection

transportation to site, insurance, storage, erection and commissioning of 33kV and 11kV combined Control and Relay Panels suitable for indoor installation for differential protection of 33/11kV Power transformer of capacity 5MVA and above and 33kV Energy metering in 33/11kV Substations using autorecloser type Vacuum circuit breakers.

1.2 The Panel shall conform in all respects to high standards of engineering, design and workmanship and shall be capable of performing in continuous operation acceptable to the purchaser. The equipment offered shall be complete with all components necessary for its effective and trouble free operation. Such components shall be deemed to be within the scope of Bidder's supply, irrespective of whether these are specifically mentioned in this specification and/or the commercial order or not.

2.0 STANDARDS

All equipment included under this specification shall in general conform to the latest revision/

amendment of the following standards

Sl.

No.

Standard Title

1 IS: 3231, IEC 255 Part-I to III,

BS: 89

Electrical relays for power system protection.

2 IS: 1248; IS: 2419; BS: 89 Indicating instruments

4 IS: 4237 General requirement of switchgear and control gear

for voltages not exceeding 1 KV

5 IS: 375 Marking arrangement for switchgear, busbars, main

connection & auxiliary wiring.

6 IS: 8686, IEC-255 Part V &VI

IEC 801-4, IEC 61850

Specification for static protective relays and tests

7 IEC 337; IEC: 337-1; IS: 6875 Control switches ( LV switching devices for control

and auxiliary circuits)

8. IS: 2516 MCCB sand load break switches having a break

capacity of 30 KVA rms at 415 V.

16 IS: 2147 Degree of protection provided by enclosures for low

voltage switchgear and control gear

2.1 CLIMATIC & ISOKERAUNIC CONDITION: For the purpose of designing, the following climatic condition shall be considered:

1 Maximum ambient air temperature 50°C

2 Maximum daily average ambient temperature 40 °C

3 Minimum ambient temperature 5°C

4 Maximum humidity 100%

5 Average number of thunder storm days per annum 45 Days

Page 62: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

62 | P a g e

6 Maximum rainfall per annum 3500 mm

7 Average rainfall per annum 2200 mm

8 Wind pressure 97.8 Kg/m2

9 Altitude above MSL 100 to 1000 M

10 Average no of rainy days 120 days

2.2 PRINCIPAL PARAMETERS AC supply 230Volts, 50Hz DC supply 24 volts

2.3 The details of terminal equipment for 5 MVA, 33 KV Transformer are given below:

33kV Transformer CT Ratio: 200-100/5-5-5A

Core 1 Accuracy: 0.5 Burden: 15 VA Purpose: Metering

Core 2 Accuracy: 5P20

Burden: 20 VA

Purpose: O/C and E/F protection

Core 3 Accuracy: PS Burden: 20 VA Knee point voltage: 200 V Purpose: Transformer differential protection

33kV Potential transformer Ratio: 33/3/110/3 Equipments on the 11 kV side

11 kV Transformer CT Ratio: 600-300/5-5-5A

Core 1 Accuracy: 0.5 Burden: 15 VA Purpose: Metering Core 2 Accuracy: 5P20 Burden: 20 VA Purpose: O/C and E/F protection Core 3 Accuracy: PS Burden: 20 VA Knee point voltage: 200 V Purpose: Transformer differential protection

11kV Potential transformer Ratio: 11/3/110/3

3.0 Drawing, Manuals, Literatures etc. 3.1 The tenderer shall submit along with his tender

a. Drawings of Principal General Arrangement of the panel showing the equipments on

the panels with dimensions

b. Elementary control drawings and other schematics for the equipments including

differential protection of 33/11kV transformer, O/C and E/F protection, 33kV feeder

metering, annunciation and indication, autorecloser control, circuits etc. All wire

Page 63: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

63 | P a g e

terminals shall be clearly marked and numbered as per general practice

c. A list of the equipments mounted on each panel shall be prepared and tabulated in the

same drawings .The drawings shall also show the dimensions and constructional

details, foundation details indicating foundation bolts, cable entries etc.

d. Illustrative and descriptive literatures, for various component parts like relays, meters,

control switches etc. to enable the purchaser for proper evaluation of the offer

3.2 The panel shall include:-

a. Relay for transformer differential protection with IEC 61850 protocol and features for also providing

(i) Transformer auxiliary protection

(ii)Over current and Earth fault protection

b. Master trip relay

c. A VRLA battery pack of 48 Volts 75AH shall be provided for DC auxiliary supply together with FC & FCBC 48 Volts 75 A battery charger.

d. Single line diagrams showing all AC and DC power connections together with connected relays, meters etc.

e. Diagrams of all internal wiring connections of the panel. All connections to be made at site or to the external equipments or between boards etc. shall be indicated clearly with wire terminals marked properly.

f. Provision for installing Trivector meter of Secure or L&T make

g. Relay and meter test terminal block.

4.0 GENERAL TECHNICAL REQUIREMENT

4.1 Control & Relay panels:

a) The control and relay panels shall be of Simplex type suitable for installing indoors. The panel

shall be a combined unit to accommodate the controls and relays of both 33kV and 11kV side.

b) The total height of the panel shall be 2250 mm. The depth of the panel shall be 600 mm. The

panels shall have suitable width required for mounting of all the equipments on the front panel.

c) Panels shall be completely metal enclosed and shall be dust, moisture and vermin proof. The

enclosure shall provide a degree of protection not less than IP-51 in accordance with IS:2147

.

d) Panels shall comprise of structural frames together with anchor bolts suitable for erection.

Panels shall be enclosed completely with specially selected smooth finished, cold rolled sheet

steel of thickness not less than 3 mm for weight bearing members of the panels such as base

frame, front sheet and door frames, and 2.0 mm for sides, door top and bottom portions. There

shall be sufficient reinforcement to provide level surface resistance to vibration and rigidity

during transportation and installation.

e) All doors, removable covers and panels shall be fitted with neoprene gaskets. Ventilation

louvers shall be provided with screens and filters.

f) Design, materials selection and workmanship shall be such as to result in neat appearance

inside and outside with no welds, rivets or bolt head apparent from outside, with all exterior

surfaces true and smooth.

Page 64: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

64 | P a g e

g) All necessary anchor bolts and other materials required for fixing of panels shall be supplied by

the manufacturer.

h) Cable entries to the panel shall be from the bottom. The base of the panel shall be fitted with removable gland plates for fixing the cable glands. Necessary number of cable glands of sizes to suit owner's external cables to the panels shall be supplied by the bidder. Cable glands shall be screwed type, and shall be suitable for PVC cables. Cable gland plate shall be connected to the earthing Panel / Station through a flexible braided copper conductor rigidly.

4.2 Panel Internal Wiring and Other Accessory Equipment All wiring shall be carried out with 1100 V grade, single core and stranded copper conductor

wires with PVC insulation and shall be heat resistant and vermin and rodent proof. The

minimum size of the stranded copper conductor used for internal wiring shall be as follows:

2.5 Sq. mm for CT and PT circuits and other circuits and 4.0 Sq. mm for earthing

Auxiliary bus wiring for AC and DC supplies, voltage transformer circuits, annunciation circuits

and other common services shall be provided near the top of the panels

All cables directly connected to trip circuit of autorecloser shall be distinguished by red

coloured ferrules.

Contractor shall be solely responsible for the completeness and correctness of the internal

wiring and for the proper functioning of the connected equipment.

4.3 Terminal Blocks a) Terminal blocks shall be of 1100 V grade and 10 amps continuous rating moulded piece

complete with insulated barriers, stud type terminals, washers, nuts and lock nuts.

b) Terminal blocks for current transformer and voltage transformer secondary leads shall be

provided with test links and isolating facilities. Also current transformer secondary leads

shall be provided with short-circuiting and earthing facilities.

4.4 Painting a) All sheet steel work shall be phosphate, in accordance with the 18:6005 "Code of Practice

for phosphate iron and steel".

b) Oil, grease, dirt and sweat shall be thoroughly removed by emulsion cleaning.

c) Rust and scale shall be removed by picking with dilute acid followed by washing with

running water rinsing with a slightly alkaline hot water and drying.

d) After phosphating thorough rinsing shall be carried out with clear water followed by final

rinsing with dilute dichromate solution and oven drying.

e) The phosphate coating shall be sealed with application of two coats of ready mixed, stoved

type zinc chromate primer. The first coat may be "flash dried" while the second coat shall

be stoved .

f) After application of the primer, two coats of finishing synthetic enamel paint shall be

applied, each coat followed by stoving. The second finishing coat shall be applied after

completion of tests.

g) Each coat of primer and finished paint shall be of a slightly different shade to enable

inspection of the painting.

h) The powder coat paint shade should Air Craft Grey (IS: 5) and thickness of 60-80 microns.

Page 65: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

65 | P a g e

4.5 Mimic Diagram

a) Mimic diagram shall be made preferably of anodized aluminum or plastic of approved fast

colour material which shall be screwed on to the panel and can be easily cleaned. The mimic bus shall be 2 mm thick. The width of the mimic bus shall be 10 mm for bus bars and 7 mm for other connections.

b) Mimic bus color shall be of Olive Green shade no 220 in accordance with IS:5 c) Semaphore indicators for isolator position shall be mounted in the mimic. d) Indicating lamp, one for each phase for each bus shall be provided on the mimic to

indicate bus charged condition.

4.6 Name Plates and Markings

a) All equipment mounted on front and rear side as well as equipment mounted inside the

panels shall be provided with individual nameplates with equipment designation engraved.

b) AlI front mounted equipment shall be also provided at the rear with individual name plates

engraved with tap numbers corresponding to the one shown in the panel internal wiring to

facilitate easy tracing of the wiring.

c) Nameplates shall be made of non-rusting and non-corroding metal. Nameplates shall be

black with white engraving lettering.

4.7 Miscellaneous Accessories and Supporting Steel

a) An AC 240 Volts, single phase, 5A/15A, 50 HZ AC plug point shall be provided in the interior of

each cubicle with "ON-OFF" Switch for connection of hand lamps.

b) Panels shall be provided with a CFL lighting fixture rated for 240 volts, single phase, 50 HZ

supply for the interior illumination of the panel during maintenance. The fittings shall be

complete with switch fuse unit and switching of the lighting shall be controlled by the respective

panel door switch.

c) One DC emergency lamp complete with switch fuse unit is to be fitted

d) Each control panel shall be provided with necessary arrangements for receiving, distributing,

isolating and fusing of DC and AC supplies for various control signaling, lighting and space

heater circuits. MCBs for the incoming circuits and fuses for sub-circuits shall be provided.

e) Supporting Steel: All necessary foundation anchor bolts and other parts of supporting and fastenings, of the panels shall be supplied by the contractor.

4.8 Earthing

a) All panels shall be equipped with an earth bus securely screwed. The material and the sizes of

the bus bar shall be at least 25 x 6 mm copper flat.

b) Provision shall be made on each earth bus bars of the panels for connection to purchaser’s

earthing grid. Necessary terminal clamps and connectors for this purpose shall be included in

the scope of supply of contractor.

4.9 Energy Meter( HT CT/PT operated TVM ( category A)

a) Energy meters shall be static type conforming to IEC 687 and suitable for bi-directional power

flow. The static meter shall measure active and reactive energy both import and export, by 3 phases 4 wire principle suitable for ba1anced / unbalanced 3 phase load. Accuracy of meter shall. be 0.5 for active energy and 0.5 for reactive energy.

b) The Meter Shall Be Of Category-A with DLMS protocol having RS 485 /232 & Optical ports

Page 66: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

66 | P a g e

c) Each meter shall have a unique identification code provided by purchaser and shall be marked

permanently on the front and also on the non-volatile memory. The voltage monitoring of all

the three voltages shall be provided.

d) Meters shall be Secure meters Ltd or L&T make

5.0 Relays:,

Relay shall be Numerical, Draw-out or plug in type IED with IEC 61850 protocol, having multi functional comprehensive smart solutions in a single unit for transformer differential protection together with auxiliary protection. Relays shall be suitable for flush or semi flush mounting on the front with connections from the rear.

5.1 All protective relays shall be equipped with proper testing facilities. The testing facilities

provided on the relays shall be specifically stated in the bid. Necessary test plugs shall be

supplied loose and shall be included in Contractor's scope of supply.

5.2 All AC relays shall be suitable for operation at 50 Hz AC Voltage operated relays shall be

suitable for 110Volts VT secondary and current operated relays for 5 Amp CT secondary as

specified in this specification.

5.3 DC auxiliary relays and timers shall be designed for 24/48 Volts DC voltage and shall operate

satisfactorily between 70 % and 110% of rated voltage. Voltage operated relays shall have

adequate thermal capacity for continuous operation.

5.4 All protective relays shall be provided with at least two pairs of potential free isolated output

contacts.

5.5 All protective relays and alarm relays shall be provided with one extra isolated pair of contacts

wired to terminals exclusively for purchaser's use.

5.6 Relay should conform to following mandatory type test for safe operation of relay :

a. High frequency disturbance test as per IEC 610 – 4-1

b. Fast transient disturbance test as per IEC 61000 – 4-4

c. Electrostatic discharge as per IEC 61000 – 4-2

d. Radio frequency interference as per ANSI C 37.90.2

e. Impulse test as per IEC 6100 – 4-3

5.7 The remote communication protocol of the numerical relays shall be MODBUS and should be

compatible to IEC 61850 protocol. Relays shall be provided with RS 485 port and RS 232 port.

THIS FEATURE SHALL BE SIMULATED DURING PRE-DESPATCH INSPECTION. If supplier is not having the facility to provide MODBUS protocol then he shall provide converter for converting any other communication protocol to MODBUS protocol.

i. The panels shall be supplied with 3 numbers of software CDs for protective relay. The software shall be user friendly so that the engineer can configure the relay settings, download fault records and other additional facilities pertaining to the smooth operation of the relays.

ii. IF FAULT ANALYSER SOFTWARE CD IS AVAILABLE SEPARATELY THEN SUPPLIER SHALL SUPPLY FAULT ANALYSER CD ALSO. COST OF THE FAULT ANALYSER SOFTWARE CD SHALL BE INCLUDED IN THE PANEL COST.

5.8 Relays shall be easily programmable and configurable for all its functions from front keypad

even without using software.

5.9 Supply of Relay communication software and onsite demonstration for relay operation and

setting are in bidder’s scope. No extra charges shall be paid for this.

6.0 Annunciation System:

a) The annunciation equipment shall be suitable for operation with 48 V DC voltage.

Page 67: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

67 | P a g e

b) The annunciation shall be provided by annunciation fascia, flush mounted on the top

of the panels. The audible alarm shall be provided by alarm buzzer and bell for trip

and non-trip alarm respectively.

c) Each annunciation window shall be provided with two white lamps in parallel to provide

safety against lamp failure.

6.1 Indicating Lamps

a) Indicating lamps shall be panel mounting type with rear terminal connections. Lamps

shall be of LED type with translucent covers for diffused light of colors red, green, amber,

white or blue as specified.

b) Bulbs and lenses shall be interchangeable and easily replaceable from the front of the

panel. Tools, if required for replacing the bulbs and lenses shall also be included in the

scope of supply.

c) The indicating lamps with resistors shall withstand 120% of rated voltage on a continuous

basis.

6.2 The panels shall be type tested at CPRI /NABL accredited laboratories /ILAC i.e. International

Laboratory Accreditation Corporation accredited laboratories.

The panel manufacturer shall have to be duly authorized by the relay manufacturers to

use their relays and shall furnish an undertaking for providing their technical support whenever called for by the purchaser.

7.0 INSPECTION

Inspection may be carried out by the purchaser or third party nominee at any stage of

manufacture. The manufacturer shall grant free access to the purchaser's representative or

third party nominee at a reasonable time when the work is in progress. Inspection and

acceptance of any equipment under this 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 defective.

Page 68: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

68 | P a g e

6.4 TECHNICAL SPECIFICATION OF OUTDOOR CURRENT AND VOLTAGE/POTENTIAL TRANSFORMERS

1.0 SCOPE OF CONTRACT

1.1. This Section of the Specification covers general requirements for design, engineering,

manufacture, assembly and testing at manufacturer’s works of 33kV and 11 kV outdoor

Current and Potential Transformers.

2.0 STANDARDS

2.1. The equipment covered by this specification shall, unless otherwise stated be designed,

constructed and tested in accordance with the latest revisions of relevant Indian Standards

and shall conform to the regulations of local statutory authorities.

2.2. In case of any conflict between the Standards and this specification, this specification shall

govern.

2.3. The current transformer shall comply also with the latest issue of the following Indian standard.

2.4.

(i) IS: 2705(Part-I) Current transformers: General requirement. (ii) IS: 2705(Part-II) Current transformers : Measuring Current transformers (iii) IS: 2705(Part-III) Current transformers : Protective Current transformers (iv) IS: 2705(Part-IV) Current transformers: Protective Current transformers for

special purpose application. (v) IS: 3156(Part-I) Potential transformers: General requirement. (vi) IS: 3156 (Part-II) Potential transformers : Measuring Potential transformers (vii) IS: 3156 (Part-III) Potential transformers : Protective Potential transformers

3.0 GENERAL REQUIREMENTS

3.1. The cores of the instrument transformers shall be of high grade, non-aging CRGO steel of low

hysteresis loss and high permeability.

3.2. Instrument transformers shall be of Dead Tank design or Live Tank design.

3.3. The instrument transformers shall be truly hermetically sealed POLYCRETE Type

3.4. A complete leak proof secondary terminal arrangement shall be provided with each instrument

transformers, secondary terminal shall be brought into weather, dust and vermin proof terminal

box. Secondary terminal boxes shall be provided with facilities for easy earthing, shorting,

insulating and testing of secondary circuits. The terminal boxes shall be suitable for connection

of control cable gland.

3.5. All instrument transformers shall be of single phase unit.

3.6. The instrument transformers shall be so designed to withstand the effects of temperature, wind

load, short circuit conditions and other adverse conditions.

3.7. All similar parts, particularly removable ones, shall be interchangeable with one another.

Page 69: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

69 | P a g e

3.8. All cable ferrules, lugs, tags, etc. required for identification and cabling shall be supplied

complete for speedy erection and commissioning as per approved schematics.

3.9. The instrument transformers shall be designed to ensure that condensation of moisture is

controlled by proper selection of organic insulating materials having low moisture absorbing

characteristics.

3.10. All steel work shall be degreased, pickled and phosphated and then applied with two coats of

Zinc Chromate primer and two coats of finishing synthetic enamel paint

4.0 COMMON MARSHALLING BOXES

4.1. The outdoor type common marshalling boxes shall conform to the latest edition of IS 5039 and

other general requirements specified hereunder.

4.2. The common marshalling boxes shall be suitable for mounting on the steel mounting structures

of the instrument transformers.

4.3. One common marshalling box shall be supplied with each set of instrument transformers. The

marshalling box shall be made of sheet steel and weather proof. The thickness of sheet steel

used shall be not less than 3.0 mm. It is intended to bring all the secondary terminals to the

common marshalling.

4.4. The enclosures of the common marshalling boxes shall provide a degree of protection of not

less than IP 55 (As per IS 2147).

4.5. The common marshalling boxes shall be provided with double hinged front doors with pad

locking arrangement. All doors and removable covers and plates shall be sealed all around

with neoprene gaskets or similar arrangement.

4.6. Each marshalling box shall be fitted with terminal blocks made out of moulded non-

inflammable plastic materials and having adequate number of terminals with binding screws

washers etc. Secondary terminals of the instrument transformers shall be connected to the

respective common marshalling boxes. All out going terminals of each instrument transformer

shall terminate on the terminal blocks of the common marshalling boxes. The terminal blocks

shall be arranged to provide maximum accessibility to all conductor terminals.

4.7. Each terminal shall be suitably marked with identification numbers. Not more than two wires

shall be connected to any one terminal. At least 20 % spare terminals shall be provided over

and above the required number.

4.8. All terminal strips shall be of isolating type terminals and they will be of minimum 10 A

continuous current rating.

4.9. All cable entries shall be from bottom. Suitable removable gland plate shall be provided on the

box for this purpose. Necessary number of cable glands shall be supplied fitted on to this

gland plate. Cable glands shall be screw on type and made of brass.

4.10. Each common marshalling box shall be provided with two numbers of earthing terminals of

galvanised bolt and nut type.

Page 70: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

70 | P a g e

4.11. All steel, inside and outside work shall be degreased, pickled and phosphated and then

applied with two coats of Zinc Chromate primer and two coats of finishing synthetic enamel

paint. The colour of finishing paint shall be as follows: -

4.12. i) Inside: Glossy White

4.13. ii) Outside: Light Grey (Shade No. 697 of IS: 5)

5.0 TESTS

5.1. Routine/Acceptance Tests (all units)

5.2. All routine tests shall be carried out in accordance with relevant Standards. All

routine/acceptance tests shall be witnessed by the Employer/his authorised representative.

5.3. Type Tests: The bidder shall furnish type test certificates and results for the all tests as per

relevant Standards along with the bid for current and potential transformers of identical design.

5.4. Type test certificates so furnished shall not be older than 5 (five) years as on date of Bid

opening.

6.0 NAME PLATES

6.1. All equipment shall have non-corrosive name plates fix at a suitable position indelibly mark with

full particular there on in accordance with the standard adapted.

7.0 MOUNTING STRUCTURES

7.1. All the equipment covered under this specification shall be suitable for mounting on steel

structures. Supply of mounting structures is also in the scope of this tender.

7.2. Each equipment shall be furnished complete with base plates, clamps, and washers etc. and

other hardware ready for mounting on existing steel structures.

8.0 SAFETY EARTHING

8.1. The non-current carrying metallic parts and equipment shall be connected to station earthing

grid. For this two terminals suitable for 40mm X 10mm GI strip shall be provided on each

equipment.

9.0 TERMINAL CONNECTORS

9.1. The equipment shall be supplied with required number of terminal connectors of approved type

suitable for ACSR/XLPE cable. The type of terminal connector, size of connector, material,

and type of installation shall be approved by the Employer, as per installation requirement

while approving the equipment drawings.

10.0 PRE-COMMISSIONING TESTS

10.1. Contractor shall carry out following tests as pre-commissioning tests. Contractor shall also

perform any additional test based on specialties of the items as per the field instructions of the

equipment Supplier or Employer without any extra cost to the Employer. The Contractor shall

arrange all instruments required for conducting these tests along with calibration certificates

and shall furnish the list of instruments to the Employer for approval.

Page 71: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

71 | P a g e

10.2. Current Transformers

(i) Insulation Resistance Test for primary and secondary.

(ii) Polarity test.

(iii) Ratio identification test - checking of all ratios on all cores by primary injection of current.

(iv) Dielectric test of oil (wherever applicable).

(v) Magnetising characteristics test.

(vi) Tan delta and capacitance measurement

(vii) Secondary winding resistance measurement

(viii) Contact resistance measurement (wherever possible/accessible).

10.3. Potential Transformers

(i) Insulation Resistance test for primary (if applicable) and secondary winding.

(ii) Polarity test.

(iii) Ratio test

(iv) Dielectric test of oil (wherever applicable).

(v) Tan delta and capacitance measurement of individual capacitor stacks.

(vi) Secondary winding resistance measurement.

11.0 TECHNICAL DATA SHEET FOR CURRENT AND POTENTIALTRANSFORMERS

11.1. For 33 kV/11kV CTs the instrument security factor at all ratios shall be less than 2.5 for

metering core.

11.2. TYPE AND RATING:

All instrument transformer shall be outdoor type, single phase, polycrete type suitable for mounting on steel structure. The instrument transformer shall have the following ratings and particulars.

SL No. Item

Ratings and Particulars

33 KV 11 KV

A Nominal system voltage 33 kV 11 kV

B Highest system voltage, kV 36 12

C Rated frequency ,HZ 50 50

D System earthing Solidly earth Solidly earth

E Insulation level

a) Impulse withstand voltage: kVp 170 70

b) One minute p.f. Withstand voltage, kV (r.m.s.) 70 28

F Short time current for one second, kA 16 12.5

G Minimum creepage distance, mm 900 320

H Temperature rise As per ISS As per ISS

J TRANFORMER C.T.

(i) No. of Cores 3 3

(ii) Transformation ratio 200-100/5-5-5A 600-300/5-5-2.89A

(iii) Rated out put

(a) Core-1 30 VA 30 VA

(b) Core-2 15 VA 15VA

(C) Core-3 - -

(iv) Accuracy class

Page 72: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

72 | P a g e

SL No. Item

Ratings and Particulars

33 KV 11 KV

(a) Core-1 0.5 0.5

(b) Core-2 5P 5P

(C) Core-3 PS PS

(v) Accuracy limit factor

(a) Core-1 - -

(b) Core-2 10 10

(C) Core-3 - -

(v) Instrument security factor

(a) Core-1 Less than 5 Less than 5

(b) Core-2 - -

(C) Core-3 - -

(v) Minimum Knee point voltage, Volts

(C) Core-3 100 Volts 100volts

FEEDER CT

(i) No. of Cores 2

(ii) Transformation ratio 400-200/5-5

(iii) Rated out put

(a) Core-1 30 VA

(b) Core-2 15 VA

(iv) Accuracy class

(a) Core-1 0.5

(b) Core-2 5P

(v) Accuracy limit factor

(a) Core-1 -

(b) Core-2 10

(v) Instrument security factor

(a) Core-1 <=5

(b) Core-2 -

POTENTIAL TRANSFORMER 33kV/√3 /110V/√3

(a) Core-1 100

(b) Core-2 100

(vi) Accuracy class 0.5

(v) Rated voltage factor 1.2

(vi) Accuracy class 0.5

Note:

(i) It is intended to use different ratios of the same CT at the same time for differential

protections and metering cores. The CTS should therefore be suitable for the above

purpose by secondary tapings only. The ratio change by secondary taps is acceptable as

long as the required CT specifications are achieved at all ratios.

(ii) The knee point voltage specified above shall be at higher ratio/ taps.

Page 73: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

73 | P a g e

6.5 TECHNICAL SPECIFICATION FOR 33KV & 11 KV ISOLATORS

1.0 SCOPE

1.1. This section of the specification is intended to cover design specifications for manufacture and

testing of 33 KV and 11 KV gang operated switch (Isolators) with all fittings and accessories.

1.2. The Isolators are for outdoor installation suitable for horizontal/vertical mounting on mounting

structures and for use at sub-stations.

1.3. Isolators shall be supplied with Earth Switch as and where specified.

2.0 GENERAL

2.1. The Isolators and accessories shall conform in general to IS 9921 (or IEC: 62271-102) except

to the extent explicitly modified in specification.

2.2. All isolating switches and earthing switches shall have rotating blades and pressure releasing

contacts. All isolating and earth switches shall operate through 90 angle from closed position

to fully open position.

2.3. Complete isolator with all the necessary items for successful operation shall be supplied

including but not limited to the following:

(i). Isolator assembled with complete base frame, linkages, operating mechanism, control

cabinet, interlocks etc.

(ii). All necessary parts to provide a complete and operable isolator installation, control parts

and other devices whether specifically called for herein or not.

(iii). The isolator shall be designed for use in the geographic and meteorological conditions as

given in Section 1.

3.0 DUTY REQUIREMENTS

3.1. Isolators and earth switches shall be capable of withstanding the dynamic and thermal effects

of the maximum possible short circuit current of the systems in their closed position. They shall

be constructed such that they do not open under influence of short circuit current.

3.2. The earth switches, wherever provided, shall be constructionally interlocked so that the earth

switches can be operated only when the isolator is open and vice versa. The constructional

interlocks shall be built in construction of isolator and shall be in addition to the electrical and

mechanical interlocks provided in the operating mechanism.

3.3. In addition to the constructional interlock, isolator and earth switches shall have provision to

prevent their electrical and manual operation unless the associated and other interlocking

conditions are met. All these interlocks shall be of failsafe type. Suitable individual interlocking

coil arrangements shall be provided. The interlocking coil shall be suitable for continuous

operation from DC supply and within a variation range as stipulated elsewhere in this

specification.

3.4. The earthing switches shall be capable of discharging trapped charges of the associated lines.

3.5. The isolator shall be capable of making/breaking normal currents when no significant change in

voltage occurs across the terminals of each pole of isolator on account of make/break

operation.

3.6. The isolator shall be capable of making/breaking magnetising current of 0.7A at 0.15 power

factor and capacitive current of 0.7A at 0.15 power factor at rated voltage.

4.0 CONSTRUCTIONAL DETAILS

4.1. All isolating switches and earthing switches shall have rotating blades and pressure releasing

contacts. All isolating and earth switches shall operate through 90 angle from closed position

to fully open position.

Page 74: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

74 | P a g e

4.2. Contacts:

a) The contacts shall be self-aligning and self-cleaning and so designed that binding cannot

occur after remaining closed for prolonged periods of time in a heavily polluted

atmosphere.

b) No undue wear or scuffing shall be evident during the mechanical endurance tests.

Contacts and spring shall be designed so that readjustments in contact pressure shall not

be necessary throughout the life of the isolator or earthing switch. Each contact or pair of

contacts shall be independently sprung so that full pressure is maintained on all contacts

at all time.

c) Contact springs shall not carry any current and shall not lose their characteristics due to

heating effects.

d) The moving contact of double break isolator shall have turn-and -twist type or other

suitable type of locking arrangement to ensure adequate contact pressure.

4.3. Blades:

a) All metal parts shall be of non-rusting and non-corroding material. All current carrying parts

shall be made from high conductivity electrolytic copper/aluminium. Bolts, screws and pins

shall be provided with lock washers. Keys or equivalent locking facilities if provided on

current carrying parts, shall be made of copper silicon alloy or stainless steel or equivalent.

The bolts or pins used in current carrying parts shall be made of non-corroding material. All

ferrous castings except current carrying parts shall be made of malleable cast iron or cast-

steel. No grey iron shall be used in the manufacture of any part of the isolator.

b) The live parts shall be designed to eliminate sharp joints, edges and other corona

producing surfaces, where this is impracticable adequate corona shield shall be provided..

c) Isolators and earthing switches including their operating parts shall be such that they

cannot be dislodged from their open or closed positions by short circuit forces, gravity,

wind pressure, vibrations, shocks, or accidental touching of the connecting rods of the

operating mechanism.

d) The switch shall be designed such that no lubrication of any part is required except at very

infrequent intervals i.e. after every 1000 operations or after 5 years whichever is earlier.

4.4. Insulators:

a) The insulator shall conform to IS: 2544 and/or IEC-60168. The insulators shall have a

minimum cantilever strength of 400 Kgs. for 33/11 kV insulators respectively.

b) Pressure due to the contact shall not be transferred to the insulators after the main blades

are fully closed.

4.5. Base:

Each isolator shall be provided with a complete galvanised steel base provided with holes and

designed for mounting on a supporting structure.

5.0 EARTHING SWITCHES

5.1. Where earthing switches are specified these shall include the complete operating mechanism

and auxiliary contacts.

5.2. The earthing switches shall form an integral part of the isolator and shall be mounted on the

base frame of the isolator.

5.3. The earthing switches shall be constructionally interlocked with the isolator so that the earthing

switches can be operated only when the isolator is open and vice versa. The constructional

interlocks shall be built in construction of isolator and shall be in addition to the electrical

interlocks.

Suitable mechanical arrangement shall be provided for de-linking electrical drive for mechanical

operation.

Page 75: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

75 | P a g e

5.4. Each earth switch shall be provided with flexible copper/aluminum braids for connection to earth

terminal. These braids shall have the same short time current carrying capacity as the earth

blade. The transfer of fault current through swivel connection will not be accepted.

5.5. The frame of each isolator and earthing switches shall be provided with two reliable earth

terminals for connection to the earth mat.

5.6. Isolator design shall be such as to permit addition of earth switches at a future date. It should

be possible to interchange position of earth switch to either side.

5.7. The earth switch should be able to carry the same fault current as the main blades of the

Isolators and shall withstand dynamic stresses.

6.0 OPERATING MECHANISM

6.1. The bidder shall offer manual operated Isolators and earth switches..

6.2. Control cabinet/operating mechanism box shall be made of aluminum sheet of adequate

thickness (minimum 3 mm).

6.3. Gear should be of forged material suitably chosen to avoid bending/jamming on operation after

a prolonged period of non-operation. Also all gear and connected material should be so

chosen/surface treated to avoid rusting.

7.0 OPERATION

7.1. The main Isolator and earth switches shall be gang operated.

7.2. The design shall be such as to provide maximum reliability under all service conditions. All

operating linkages carrying mechanical loads shall be designed for negligible deflection. The

length of inter insulator and interpole operating rods shall be capable of adjustments, by means

of screw thread which can be locked with a lock nut after an adjustment has been made. The

isolator and earth switches shall be provided with “over center” device in the operating

mechanism to prevent accidental opening by wind, vibration, short circuit forces or movement of

the support structures.

7.3. Each isolator and earth switch shall be provided with a manual operating handle enabling one

man to open or close the isolator with ease in one movement while standing at ground level.

Detachable type manual operating handle shall be provided. Suitable provision shall be made

inside the operating mechanism box for parking the detached handles. The provision of manual

operation shall be located at a height of 1000 mm from the base of isolator support structure.

7.4. The isolator shall be provided with positive continuous control throughout the entire cycle of

operation. The operating pipes and rods shall be sufficiently rigid to maintain positive control

under the most adverse conditions and when operated in tension or compression for isolator

closing. They shall also be capable of withstanding all torsional and bending stresses due to

operation of the isolator. Wherever supported the operating rods shall be provided with

bearings on either ends. The operating rods/ pipes shall be provided with suitable universal

couplings to account for any angular misalignment.

7.5. All rotating parts shall be provided with grease packed roller or ball bearings in sealed housings

designed to prevent the ingress of moisture, dirt or other foreign matter. Bearings pressure shall

be kept low to ensure long life and ease of operation. Locking pins wherever used shall be

rustproof.

7.6. Signaling of closed position shall not take place unless it is certain that the movable contacts,

have reached a position in which rated normal current, peak withstand current and short time

withstand current can be carried safely. Signaling of open position shall not take place unless

movable contacts have reached a position such that clearance between contacts is atleast 80%

of the isolating distance.

Page 76: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

76 | P a g e

7.7. The position of movable contact system (main blades) of each of the Isolators and earthing

switches shall be indicated by a mechanical indicator at the lower end of the vertical rod of shaft

for the Isolators and earthing switch. The indicator shall be of metal and shall be visible from

operating level.

7.8. The contractor shall furnish the following details along with quality norms, during detailed

engineering stage.

(i) Current transfer arrangement from main blades of isolator along with millivolt drop

immediately across transfer point.

(ii) Details to demonstrate smooth transfer of rotary motion from motor shaft to the insulator

along with stoppers to prevent over travel.

8.0 TEST AND INSPECTION

8.1. The switches shall be subjected to the following type test in accordance to with IS: 9920.

I) Dielectric test (impulse and one minute) power frequency withstands voltage.

II) Temperature rise test

III) Rated off load breaking current capacity

IV) Rated active load breaking capacity

V) Rated line charging breaking capacity

VI) Rated short time current

VII) Rated peak withstand current

VIII) Mechanical and Electrical Endurance

8.2. The equipment shall be subjected to the following routine test.

I) Power frequency voltage dry test

II) Measurement of resistance of the main circuit

III) Operating test.

8.3. The porcelain will have pull out test for embedded component and beam strength of porcelain

base.

9.0 CONNECTORS

9.1. Each isolator shall be provided with appropriate number of bimetallic clamping type connectors

as detailed in the schedule of requirement. The maximum length of jumper that may be safely

connected or any special instruction considered necessary to avoid under loads on the post

isolators should be stated by the tenderer.

10.0 SUPPORTING STRUCTURES

10.1. All isolators and earthing switches shall be rigidly mounted in an upright position on their own

supporting structures. Details of the supporting structures shall be furnished by the successful

tenderer. The isolators should have requisite fixing details ready for mounting them on switch

structures.

11.0 PRE-COMMISSIONING TESTS

11.1. Contractor shall carry out following tests as pre-commissioning tests. Contractor shall also

perform any additional test based on specialties of the items as per the field instructions of the

equipment Supplier or Employer without any extra cost to the Employer. The Contractor shall

arrange all instruments required for conducting these tests along with calibration certificates

and shall furnish the list of instruments to the Employer for approval.

Page 77: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

77 | P a g e

(a) Insulation resistance of each pole.

(b) Manual operation and interlocks.

(c) Insulation resistance of control circuits and motors.

(d) Ground connections.

(e) Contact resistance.

(f) Proper alignment so as to minimise to the extreme possible the vibration during

operation.

(g) Measurement of operating Torque for isolator and Earth switch.

(h) Resistance of operating and interlocks coils.

(i) Functional check of the control schematic and electrical & mechanical interlocks.

(j) 50 operations test on isolator and earth switch.

12.0 TECHNICAL DATA SHEET FOR ISOLATORS

SL

No.

Technical Particulars Isolators class

33 kV 11kV

1 Nominal system voltage, kV 33 11

2 Highest system voltage, kV 36 12

3 Rated frequency, Hz. 50 50

4. Type of Isolator Double Break, center

pole rotating

Double Break,

center pole rotating

5 Rated continuous current, A 800A 1250/800A/ 630A

6 Rated short time current, kA for 3sec 25 KA 16 KA

7 Rated duration of short time current,

Second 3 sec 3 se

8

Rated lightning impulse withstand

voltage, kV (peak)

i) To earth & between poles

ii) Across isolating distance

170

170

95

95

9

Rated 1 minute power frequency

withstand voltage, kV (rms)

i) To earth & between poles

ii) Across isolating distance

70

80

28

40

10 Terminal connector

Suitable to ACSR Wolf/

Panther conductor

Suitable to ACSR

Wolf/ Panther

conductor

11 Phase to Phase spacing 1350 mm (min) 900 mm (min)

12 Base Channel mounting centre 620 mm (min) 300 mm (min)

13 Insulator &Minimum creepage distance

of insulators, mm

Post type,900mm

Post type, 320 mm

14 Temperature rise As per relevant IS

Page 78: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

78 | P a g e

6.6 TECHNICAL SPECIFICATION FOR GALVANIZED CHANNEL CROSS ARMS

1.0 SCOPE :

This specification covers the design, manufacture, testing at manufacturer's works, transport to site, insurance, storage, erection and commissioning of Galvanized Cross Arm and channel used for 33KV, 11 KV & line complete with all accessories as specified.

2.0 Standards

The M.S Cross Arm and channel supplied under this specification shall conform the latest issue of the relevant Indian Standards IS – 226:1975,, IS:80 Regulations etc. except where specified otherwise.

The rolling and cutting tolerance for steel product conforming to IS: 266 shall be those specified in the IS: 1852-1973 with latest revision. Galvanization conforming to latest version of 1S:2629

In the event of conforming to any standards other than the Indian Standards, the salient features of comparison shall be clearly set out separately

3.0 GENERAL REQUIREMENT :

i. The cross arm shall be fabricated grade of mild steel of channel section as per

requirement.

ii. All steel members and other parts of fabricated material as delivered shall be free of

warps, local deformation, unauthorized splices, or unauthorized bends.

iii. Bending of flat strap shall be carried out cold. Straightening shall be carried out by

pressure and not by hammering. Straightness is of particular importance if the alignment of

bolt holes along a member is referred to its edges.

iv. Holes and other provisions for field assembly shall be properly marked and cross

referenced. Where required, either by notations on the drawing or by the necessity of

proper identification and fittings for field assembly, the connection shall be match marked.

v. A tolerance of not more than 1mm shall be permitted in the distance between the center

lines of bolt holes. The holes may be either drilled or punched and, unless otherwise

stated, shall be not more than 2mm greater in diameter than the bolts.

vi. When assembling the components force may be used to bring the bolt holes together

(provided neither members nor holes are thereby distorted) but all force must be removed

before the bolt is inserted. Otherwise strain shall be deemed to be present and the

structure may be rejected even though it may be, in all other respects, in conformity with

the specification.

vii. The back of the inner angle irons of lap joints shall be chamfered and the ends of the

members cut where necessary and such other measures taken as will ensure that all

members can be bolted together without strain or distortion. In particular, steps shall be

taken to relieve stress in cold worked steel so as to prevent the onset of embitterment

during galvanizing.

viii. Similar parts shall be interchangeable.

ix. Shapes and plates shall be fabricated and assembled in the shop to the greatest extent

practicable. Shearing flame cutting and chipping shall be done carefully, neatly and

accurately. Holes shall be cut, drilled or punched at right angles to the surface and shall not

Page 79: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

79 | P a g e

be made or enlarged by burning. Holes shall be clean-cut without torn or ragged edges,

and burrs resulting from drilling or reaming operations shall be removed with the proper

tool.

x. Shapes and plates shall be fabricated to the tolerance that will permit field erection within

tolerance, except as otherwise specified. All fabrication shall be carried out in a neat and

workmanlike manner so as to facilitate cleaning, painting, galvanizing and inspection and to

avoid areas in which water and other matter can lodge.

xi. Contact surfaces at all connections shall be free of loose scale, dirt, burrs, oil and other

foreign materials that might prevent solid seating of the parts.

xii. Welded joints not permissible.

xiii. The rolling and cutting tolerance for steel product conforming to IS: 266 shall be those

specified in the IS: 1852-1985 with latest revision.

all dimensions are subject to the following tolerances: a) dimensions up to and including 50mm:+1mm: and b) dimensions greater than 50mm: +2%

xiv. The channel cross arm shall be properly brushed to make it free from rust.

xv. For galvanized channel : All ferrous parts including all sizes of nuts, bolts, plain and spring washers, support

channels, structures, shall; be hot dip galvanized conforming to latest version of 1S:2629 or any other equivalent authoritative standard. The zinc coating shall be smooth, continuous and uniform. It shall be free from acid spot and shall not scale, blister or be removable by handling or packing. There shall be no impurities in the zinc or additives to the galvanic bath which could have a detrimental effect on the durability of the zinc coating. Before picking, all welding, drilling, cutting, grinding and other finishing operations must be completed and all grease, paints, varnish, oil, welding slag and other foreign matter completely removed. All protuberances, which would affect the life of galvanizing shall also be removed. The weight of zinc deposited shall be in accordance with that stated in Standard IS 2629 and shall not less than 0.61kg/m² with a minimum thickness of 86 microns for items of thickness more than 5mm, 0.46kg/m² (64 microns) for items of thickness between 2mm and 5mm and 0.33kg/m² (47 microns) for items less than 2mm thick.

xvi. he raw materials and fabrication thereof in respect of cross arm shall be furnished along

with dimension.

xvii. The hole for fixing of insulator and pole clamp shall be provided as per requirement.

xviii. One copy of the drawing of cross arm for each size shall be furnished along with the

technical bid.

REQUIRED TECHNICAL SPECIFICATION FOR GI CHANNEL CROSS ARM

Item Mass (kg/m)

Sectional area (sqcm)

Dimension in mm Galvanization

G.I Channel (150x75x6mm)

16.8 21.3 150x75x5.7x9.0 not less than 0.61kg/m² with a minimum

thickness of 86 microns

G.I Channel (100x50x6mm) 9.56 12.2 100x50x5.0x7.7

not less than 0.61kg/m² with a minimum thickness of 86 microns

G.I Angle (50x50x6 mm) 4.5 5.68 50x50x6

not less than 0.61kg/m² with a minimum thickness of 86 microns

G.I Angle (65x65x6 mm) 5.8 7.44 65x65x6

not less than 0.61kg/m² with a minimum thickness of 86 microns

Applicable standard IS:808-1989, IS; 802 ( PtI,II,III)/1995; IS:1852/1985; IS:2062/2006

IS:2629 & IS:2633

Page 80: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

80 | P a g e

6.7 TECHNICAL SPECIFICATION FOR AAA “WOLF” & “RACCOON” , “PANTHER” CONDUCTOR

1.0 Scope

This specification covers design, manufacture, testing at works, transport, insurance, storage, erection and commissioning of All Aluminum Alloy Stranded Conductors at site in 33 KV.

1.1 Conductor Size

37/3.15 mm (288 mm² Alloy Area)- Panther equivalent.

19/3.40 mm (175 mm² Alloy Area) – wolf equivalent

7/3.81 mm ( 80 mm² Alloy Area ) – Raccoon equivalent.

1.2 Applicable Standards

Unless otherwise stipulated in this specification, the conductor shall comply with IS:398 (Part-IV)- 1994 or the latest version thereof.

1.3 Properties of Wires

The properties of Aluminium alloy wires to be used in the construction of the stranded conductors shall be as in the following Table-1

Table-1

Code Diameter

Cross area of

nominal Dia wire

Mass

Maximum breaking load after stranding

Resistance at 20° C

Nominal Min Max Max Standard

Mm mm mm mm2 Kg/Km KN Ohm/Km Ohm/Km

AAAC Wolf Eqv

3.40 3.37 3.43 9.079 24.51 2.80 3.67 3.96

AAAC Raccoon Eqv.

3.81 3.77 3.85 11.401 30.78 3.34 2.938 2.851

AAAC Panther Eqv.

3.15 3.12 3.18 7.793 21.04 2.41 2.29 4.29

1.4 Properties of Conductors

The properties of stranded all aluminium alloy conductors of various sizes shall be as in the following table-II All Aluminium Alloy Conductors ( AAAC)

Code Nominal

Alloy Area

Stranding & Wire

dia

Sectional area

Approx. overall dia

Approx. Mass

Calculated resistance

at 20° C (Max)

Approx calculated breaking

load

1 2 3 4 5 6 7

mm2 Mm mm

2 mm Kg/Km Ohm/Km KN

AAAC Wolf eqv

173 19/3.40 172.5

2 17.00 474.02 0.1969 50.54

AAAC Raccoon

Eqv. 80 7/3.81 79.81 11.43 218.26 0.425 23.41

AAAC Panther Eqv.

288 37/3.15 288 22.05 794.05 0.1182 84.71

1.5 Free From Defects

The wire shall be smooth and free from all imperfection such as spills, splits etc.

Page 81: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

81 | P a g e

1.6 Joints in Wires

Conductors containing three/seven wires. There shall be no joint in any wire of a stranded conductor containing three/seven wires except those made in the base rod or wire before final drawing.

1.7 Stranding

1.7.1 The wires used in the construction of a stranded conductor shall before stranding satisfy all the relevant requirements of this standard.

1.7.2 The lay shall be within the limits given in Table-III Lay Ratios for Aluminium Alloy Stranded Conductors

No. of wires in conductors Lay ration

Min. Max

7 10 14

19 10 16

37 10 16

1.7.3 The outer layer shall be right handed. The wires in each layer shall be evenly and closely

stranded. 1.7.4 Climatic Conditions

The conductor shall be designed to suit for the climatic conditions specified in these bidding documents.

2.0 Tests

The samples of individual wires for the test shall normally be taken before stranding. The manufacturer shall carry out test on samples taken out at least from 10% of aluminium wire spools. However, when desired by the purchaser, the test sample may be taken form the stranded wires. However the minimum breaking load test shall be done on a sample taken from stranded wires and the minimum breaking load shall not be less than the value indicated in Table-I. The wires for alloy conductors shall comply with the following tests as per IS: 398(Part-IV)-1994 i) Breaking loads test.

ii) Elongation test

iii) Resistance test

2.1 Packing and Marking

The conductors shall be owned in reels or drums conforming to the latest version of IS: 1778-1980 “ Specification for reels and drums for bare wire and name of the project shall be indicated clearly on the drums.

2.2 Packing 2.3 The gross mass of packing of various conductors shall not exceed by more than 10% of the

values given in the following table:

Conductor size Gross Mass

175 mm2 alloy area ( 19/3.40mm) 2500

80 mm² Alloy Area (7/3.81 mm) 1600 KG

2.4 The normal length of various conductors shall be as given in the following table:

Conductor size Normal Length

1 75 mm2 alloy area ( 19/3.40mm) 1.1 Km

80 mm² Alloy Area (7/3.81 mm) 1.3 KM

2.5 Longer lengths shall be acceptable.

Page 82: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

82 | P a g e

2.6 Short length , not less than 50% of the normal length shall be acceptable to the maximum

extent of 10% of the quantity ordered 10.2 marking.

The following information be marked on each package.

1.1. Manufacturer’s name.

1.2. Trade Mark, if any.

1.3. Drum or identification number.

1.4. Size of conductor

1.5. Number & lengths of conductor

1.6. Gross Mass of the package

1.7. Net mass of the conductor

1.8. ISI certification mark.

1.9. Name of the Project

3.0 INSPECTION All tests and inspection shall be made at the place of manufacture. The

manufacturer shall afford the inspection representing the purchaser or third party nominee all

reasonable facilities without charge to satisfy him that the material is being furnished in

accordance with this specification.

Page 83: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

83 | P a g e

66..99 TTEECCHHNNIICCAALL SSPPEECCIIFFIICCAATTIIOONN OOFF CCOONNTTRROOLL CCAABBLLEESS

1.0 SCOPE:

1.1 Specification calls for design, manufacture, stage testing, inspection and testing before

dispatch, packing and delivery of Copper control cables and Aluminum power cables

for 33/11KV substations.

1.2 The control and power cables shall be ISI marked, 1.1 KV Grade. The cores shall have

a size of 2.5 sq.mm for control cables and 4 sq. mm. power cable, using solid/stranded

Copper conductor with different number of cores as specified below:-

1.3 COPPER CONTROL CABLES Unarmoured

i) 6 Core 4.0 sq.mm, solid conductor ii) 7 Core 2.5 sq.mm., solid conductor. iii) 4 Core 2.5 sq.mm., solid conductor iv) 2 Core 2.5 sq.mm., solid conductor.

2.0 STANDARDS:

2.1 The control and power cables shall conform to the latest applicable Indian Standards.

In case bidders offer control and power cables conforming to any other International

Standards which shall be equivalent or better than IS, the same is acceptable. Cables

for which Indian Standards arenot available, the relevant equivalent International

Standards will be applicable. Please attach photocopy of all such standards according

to which the cables have been offered

i) IS: 1554: PVC insulated (Heavy Duty) Control Cables for working voltage & including 1100 Volts.

ii) IS: 3961: Recommended current ratings for PVC insulated and PVC sheathed heavy duty cables

iii) IS: 4905: Methods of random sampling

iv) IS: 5831: PVC insulation and sheath of electric cables

v) IS: 8130: Conductors for insulated electric cables and flexible cords

vi) IS: 10418: Wooden drums of electric cables

vii) IS: 10810: Methods of tests for cables.

3.0 GENERAL TECHNICAL REQUIREMENTS AND CONSTRUCTIONAL DETAILS:

3.1 Cables shall be suitable for laying on racks, in ducts, trenches, conduits and

underground

buried installation with chances of flooding by water. Cables shall be designed to withstand mechanical, electrical and thermal stresses developed under steady-state and transient operating conditions as specified elsewhere in this specification.

3.2 CONTROL CABLES

Control cables shall be of 1.1 KV grade, multicore (as specified in Clause 1.3 above),

PVC insulated, PVC inner sheathed, un armoured, PVC outer sheathed with solid

copper conductor conforming to latest version of IS: 1554 or equivalent International

Standards.

3.3 The conductor shall be made from high conductivity copper rods complying with latest

version of IS:613 or equivalent International Standards. The conductor shall consist of

annealed copper wires complying with IS: 8130 with latest amendments or equivalent

International Standards.

Page 84: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

84 | P a g e

3.4 POWER CABLES:

Power cable shall be of 1.1 KV grade, multicore (as specified in Clause 1.3 above), PVC insulated, PVC inner sheathed, PVC outer sheathed with stranded conductor.

3.5 INSULATION:

Conductor shall be provided with PVC insulation applied by extrusion in accordance with latest version of IS: 5831 or equivalent International Standards. The average thickness of insulation shall be in accordance with the IS: 1554 (Part-I) with latest amendments or equivalent International Standards. Insulation shall be so applied that it fits closely on the conductor and shall be possible to remove it without damages to the conductor.

3.6 CODE IDENTIFICATION:

Colouring of insulation shall identify cores of the cables of upto 5 cores. Following colour schemes shall be adopted:-

SN No of Cores Colour Scheme

1 2 core Red and Black

2 4 core Red, Yellow, Black, Blue and Grey

3 5 Core a) Two adjacent cores (counting and direction core) in each layer, Blue and Yellow, remaining cores Grey or in accordance with the scheme given in IS 1554 b). Cables having more than 5 cores, as an alternate to the provision of (a) above, core identification may be done by numbers as indicated in latest version of IS: 1554 (PART-I) 10 core identification.

3.7 LAYING UP OF CORES:

In multi-core cables, the cores shall be laid up together with a suitable lay, the outer most layer shall have right-hand lay and successive layer shall be laid with opposite lay, where necessary, the interstices shall be filled with non hygroscopic materials.

3.8 INNER SHEATH:

The laid up cores shall be provided with inner sheath applied by extrusion. It shall be ensured that the shape be as circular as possible. The inner sheath shall be so applied that it fits closely on the laid up cores and it shall be possible to remove it without damage to the insulation. Thickness of inner sheath shall be conforming to latest version of IS: 1554 (Part-I) or equivalent International Standards.

3.9 FILLER AND INNER SHEATH:

Filler and inner sheath shall be of the following: a) Unvulcanised rubber, or

b) Thermoplastic materials, or

c) Proofed tape (for inner sheath only)

Unvulcanised rubber or thermoplastic material used shall not be harder than PVC used for insulation and outer sheath. Material shall be chosen to be compatible with temperature ratings of the cable and shall have no deterious effect on any other component of the cable.

3.10 OUTER SHEATH:

The outesheath in case of unarmoured multicore cables Outer sheath shall be so applied that it fits closely over insulation / inner sheath / armouring. It shall be possible to remove it without damage to the insulation / inner sheath. The colour of the outer sheath shall be black. Thickness of outer sheath insulation shall conform to latest version of IS: 1554 Part-I or equivalent international standards.

4.0 IDENTIFICATION:

4.1 In addition to manufacurer’s identification on cable as per clause-17.1 of IS: 1554

(Part-I) with latest amendments, following marking shall also be embossed over outer

sheath at every three meters:-

Page 85: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

85 | P a g e

Cable size and voltage grade Word “APDCL” and Name of manufacturer ISI marking and sequential marking by means of embossing

The embossing shall be in line throughout the length of the cable and shall be legible and indelible.

5.0 PACKING AND MARKING:

5.1 Cables shall be supplied in non-returnable drums. The surface of the drum and outer

most cable layer shall be covered with waterproof layer. Both the ends of the cables

shall be properly sealed with heat shrinkable PVC or rubber caps, secured by ‘U’ nails

so as to elliminate ingress of water during transportation storage and erection.

Following information should be stenciled on the drum:

a) Reference no of relevant Indian or International Standard.

b) Manufacturer’s name, brand name or trade mark

c) Type of cable and voltage grade

d) Number of cores

e) Nominal cross-sectional area of the conductor

f) Cable code

g) Colour of cores

h) Length of cable on the drum

i) Number of lengths on drum (if more than one)

j) Direction of rotation of drum by means of an arrow

k) Approximate gross weight

l) Running end of cable

m) Country of manufacturer and year of manufacture.

5.2 As mentioned, the cable drum must bear relevant Indian/International Standard

certification Mark. In this connection, a certified Photostat copy of valid standard

marking license rights duly attested must be submitted along with the inspection offer

as documentary evidence. In absence of these documents, the inspection offer will not

be considered.

6.0 STANDARD DRUM LENGTH:

6.1 Standard drum length for cable shall be 500/250 metres.

6.2 TOLERANCE:

Tolerance on the overall diameter of the Cable shall be ± 2 mm over the declared value in the techanical data sheets of Guaranteed Technical Particulars. Length per drum shall be subjected to maximum tolerance of ± 5% of the standard drum length. The Employer shall have option to reject cable drums with shorter length. Over all tolerance in total quantity for each type and size of cables shall be ± 2%.

7.0 TESTS:

7.1 All types and sizes of cable being supplied shall be subjected to Type tests, Additional

test,

Routine tests and Acceptance tests as specified below at the expense of manufacturer and according to relevant standards.

7.2 TYPE TESTS AND ADDITIONAL TESTS:

It is essential to furnish all the type test reports for each type and size of cable as stipulated in latest version of IS: 1554 (Part-I) and following Additional Tests:

Loss of mass test Heat shock test Thermal stability test

Page 86: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

86 | P a g e

Accelerated water absorption test Dielectric strength retention test

Above tests shall be conducted in NABL approved Testing laboratories only. .

7.3 ACCEPTANCE TEST

Acceptance test shall be carried out on each type and size of cables on cable drums selected at random as per following plan :-

Sl. No

Numbers of Drums in the Tests Number of Drums to be taken as samples

1 Upto 50 2

2 51 to 100 5

3 From 101 to 300 13

4 From 301 to 500 20

5 From above 501 32

7.4 The following shall constitute acceptance tests :-

Annealing Test Conductor Resistance Test Wraping Test Tensile Test Test for Thickness of Insulation and Sheath Tensile Strength and elongation test before ageing and after ageing at break of insulation

and sheath High Voltage Test (Water Immersion Test) High Voltage Test at Room Temperature.

7.5 ROUTINE TESTS:

Routine test shall be carried out for each drum of cables of all types and sizes. Following shall constitute routine tests :

Conductor Resistance Test Resistance Test High Voltage Test at Room Temperature.

7.6 While preparing cable schedules for control/protection purpose following shall be

ensured:

i. Separate cables shall be used for AC & DC.

ii. For different cores of CT & PT/CVT separate cable shall be used

iii. At least one (1) cores shall be kept as spare in each copper control cable of 4C, 5C or

7C size whereas minimum no. of spare cores shall be two (2) for control cables of 10

core or higher size.

iv. For control cabling, including CT/PT circuits, 4.0 sq.mm. size copper cables shall be

used per connection

Page 87: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

87 | P a g e

6.10 TECHNICAL SPECIFICATION FOR G.I. STAY WIRE

1.0 Scope

The specification covers design, manufacturing and testing, transporting to site, insurance, storage, erection and commissioning of G.I. Stay Wire 7/10SWG and 7/14SWG.

1.1 Materials.

The wire shall be manufactured from steel, made by any suitable process and shall not contain sulphur and phosphorus exceeding 0.065 percent each.

The wires shall be coated with Zinc Grade Zn 98 of IS:209-1966 The general requirements for the supply of Galvanized stay strand shall be in accordance with IS:1387-

1967. 2.0 Construction

2.1 Grades: The wire shall be of Grade-I and tensile strength range 45 up to and including Kg/mm 2.2 The Galvanized stay strand shall be of 7/2 mm and 7/3.15 mm. the lay of the strands shall be of the

length of 7/2 mm and Tables-I of IS: 2141-1963. the wires shall be so stranded together that when and evenly distributed pull is applied at the end of the completed strand each wire will take equal share of the pull.

2.3 The length of the strand which may be supplied without joints in the individual wires comprising it, depend on the length of wire which may be carried by the bobbin in a normal stranding machine. The normal lengths of strand which shall be supplied without joints in the individual wires, excluding welds made in the rod before drawing shall be as given below. The lengths may be exceeded by agreement between the manufacturer and the purchaser.

Diameter of wire in strand Normal length without joints of weld 3.15 mm 1000 M 2.0 mm 3000 M 2.4 In cases where joints are permitted, they shall be made by welding of brazing joints in the same wire shall

be separated by a length of not less than that shown in 3.3 and joints in different wires in a strand shall not be less than 20 M apart.

3.0 Freedom from Defects :

3.1 Each coil shall be warranted to contain no weld joint or splice other than in the rod before it is drawn and those permitted in 3.4. The wire shall be circular and shall be free scale, irregularities imperfections flaws splits and other defects. The Zinc coating shall be smooth, even the bright.

4.0 Tests:

4.1 Chemical Analysis: Unless otherwise agreed to between the purchaser and the supplier, the chemical analysis be carried out.

4.2 Tensile Test: The wire when tested in accordance with IS: 1521-1960, on gauge length of 100 mm shall have the minimum tensile strength specified in Tables 1 of IS : 2141/1968 according to the grade of the wire.

4.3 The tensile strength of the finalised strand shall be not less tI~an 93 percent of the aggregate of the single wires.

4.4 Delivery test: The wire shall be subjected to the wrapping test in accordance with IS : 1755/1961. When wrapped eight times round its own diameter and on being subsequently strengthened the wire shall not break or split.

1.1.1 Coating test: The uniformity of Zinc coating shall be tested by the method specified in IS : 2633/1964. The wire shall withstand the number or dips as specified in IS : 4826-1968.

5.0 Marking:

5.1 Each coil shall be provided with a label, fixed firmly on the inner part of the coil, bearing 'the following information.

a) Manufacturer's name or trade mark b) Lot number and coil number c) A brief description and quality of the materials. d) Weight and e) Any other particulars specified by the purchaser

5.2 The label may also be marked with the ISI certification mark.

6.0 Inspection:

The test should be carried out in presence of the inspecting officer deputed by purchaser or third party nominee and the test should be in conformity with relevant IS .

Page 88: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

88 | P a g e

6.11 TECHNICAL SPECIFICATION FOR CAST IRON EARTH PIPE

1.0 Scope

This specification covers design, manufacture, testing, transport to site, insurance, storage,

erection and commissioning of the cast iron earth pipe for use on line & substation as earthing

pipe

2.0 Standard

The Earth pipe shall comply with the Indian Standard specification IS: 1729/1964 and as

amended from time to time except where they conflict with the specific requirements in this

specification.

3.0 Manufacture

Metal used for the manufacture of pipes shall be good quality cast iron.

Casting shall be stripped with all precautions necessary to avoid wrapping and shrinkage

defects. They shall be free from defects which effect the use of castings. By agreement

between the purchaser and the manufacturer, minor defects may be rectified.

Pipes shall be such that they could be cut, drilled or machines.

Bolts, buts & washers shall be made of Steel and well galvanized. The bolts shall be of 200

mm length, 16 mm diameter with 2(two) nos. plain washers, one locknut & one check nut.

Threaded length of the bolts should be 50 mm.

4.0 Sizes

Dimensions of pipe & socket shall be conform to the sizes shown below and as per

drawing enclosed:

Nominal length of the pipe with socket 1800 mm

Nominal diameter of pipe 100 mm

External diameter of pipe 110 mm

Thickness of pipe 5 mm

Projection of spigot bead 3 mm

Width of spigot bead 15 mm

Internal dia of socket 129 mm

Thickness of socket 6 mm

Internal depth of socket 70 mm

Internal Radius of socket 5 mm

Width of grooves of socket 10 mm

External dia of grooves socket 155 mm

Depth of grooves of socket 5 mm

Nominal weight of pipe (Exclusive of ear) 21.67 Kg

5.0 Tolerance

The Tolerance of the 100 mm nominal diameter pipe shall be ±3.5 mm

The Tolerance of pipe thickness shall be - 15 percent

The Tolerance of length of the pipe shall be - ± 20mm

The Tolerance of weight of the pipe shall be - 10 Percent

Pipes weighing more than the nominal weight may be accepted provided they

comply in every other respect with the requirements of this standard.

Page 89: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

89 | P a g e

6.0 TEST

6.1 Hammer test: Each pipe when tested for soundness by striking with a light hand hammer shall

emit a clear ringing sound.

6.2 Hydraulic test : If so required by the purchaser, pipe shall be tested hydraulically at a pressure

of 0.4 kg/cm2 without showing any sign of leakage, sweating or other defect of any kind. The

pressure shall be applied internally and shall be maintained for not less than 15 seconds. The

tests shall be conducted before coating of pipe.

7.0 Inspection

All tests and inspection shall be carried out at the place of manufacturers unless otherwise

agreed by the purchaser and the manufacturer at the time of purchase. A manufacturer shall

afford the inspector representing the purchaser or third party nominee all reasonable facilities

without charge to satisfy that the materials are being purchased as per specification. The

purchaser reserves the right to have the test carried out at his cost by an independent agency,

whenever there is dispute regarding the quality of materials supplied. All incoming

consignment shall be checked at stores.

8.0 Coating

Normally pipes, unless specially ordered, shall be supplied free of coating on surfaces.

9.0 Marking

Each pipe shall have the Trade mark of the manufacturer and nominal size suitably marked on

it. The pipe marked with the ISI certificate mark, shall be preferred. The equipments shall be

marked with name of manufacturer, year and name of project.

Page 90: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

90 | P a g e

SECTION -7

FORM FOR GUARANTEED TECHNICAL

PARTICULARS

Page 91: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

91 | P a g e

GGUUAARRAANNTTEEEEDD TTEECCHHNNIICCAALL PPAARRTTIICCUULLAARRSS 3333 kkVV CCOONNTTRROOLL AANNDD RREELLAAYY PPAANNEELLSS

FFOORR 3333//1111 KKVV TTRRAANNSSFFOORRMMEERR (To be filled in by the bidder)

Sl No

Technical Particulars Unit 33KV side 11 KV Side

1 Name of the Bidder & address

2 Name of the Manufacturer & address

GENERAL

3 Type of Panel

a Material use for Panel

b Panel sheet thickness

c Over all dimensions

i) Width

ii) Depth

iii) Height

c) Total weight of panel

4 Painting & finishing of panel

d) Internal finish

e) External finish

5 Degree of Protection

6 Ammeters (digital)

a i) Type of instrument

aii] Name of manufacturer

b) Size

c) Whether magnetically shielded or not

d) Limits of error in the effective range

e) Scale length

f) Short time overload capacity

g) VA burden

i) Current coil (CT Ratio)

Accuracy Class (1.0)

7 Volt Meters

a i) Type of instrument

aii] Name of manufacturer

b) Size

c) Whether magnetically shielded or not

d) Limits of error in the effective range

e) Scale length

f) Short time overload capacity

g) VA burden

i) Voltage coil (PT Ratio)

Accuracy Class (1.0)

8 M.W. Meters

a i) Type of instrument

aii] Name of manufacturer

b) Size

c) Whether magnetically shielded or not

d) Limits of error in the effective range

e) Scale length

f) Short time overload capacity

g) VA burden

i) Voltage / current coil ( CT/ PT Ratio)

Accuracy Class (1.0)

FREQUENCY METER (digital, 3 ½ digit)

a i) Type of instrument

aii] Name of manufacturer

Page 92: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

92 | P a g e

b) Size

) Scale

Accuracy Class (1.0)

9 STATIC ENERGY METERS (3ph-4w TVM with DLMS compliance )

a i) Type of instrument

aii] Name of manufacturer

b) Size

) Scale

Accuracy Class (0.5)

Voltage / current coil ( CT/ PT Ratio)

10 Over current( -3) Earth Fault (1) relay : numeric relay with communication Port RS232/RS485 & Scada facility in deatails

33 KV side 11 KV side

11 Differential Relay (numeric relay with communication port RS232/RS485 with SCADA) [ for 33/11 KV Transformer Panel only

33 KV side 11 KV side

12 ANNUNCIATIONS

a) Type of annunciation system offered

b) Make of the system

c] Any deviation from specification to be stated.

c) Sequence and scheme of operation of the annunciation system (Drawings shall be enclosed) together with details of components involved.

13 TECHNICAL PARTICULARS OF THE SYSTEM

a) Response time

b) Burden for pre-warm up facility per window

c) No. of lamps per window

d) Burden per window

i) With flashing

ii) With steady light

iii) During off condition

f) Whether annunciation system is suitable for 110 V DC supply

14 Schematic diagram, & other diagram to be furnish

Page 93: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

93 | P a g e

GUARANTEED TECHNICAL PARTICULARS OF 33KV ISOLATOR (To be filled in by the bidder)

TYPE OF ISOLATOR 33 KV Isolator with &

without earth

Name of bidder & address

Manufacturer’s name and address

Applicable Standard

Type of Isolator

a) Nominal system voltage 33 KV

b) Rated voltage of the isolator or earth switch 36 KV

c) Rated continuous current of the isolator

d) Rated short time current and duration 25kA, for 3 sec

e)Rated impulse withstand voltage

i) Across the isolating distance

ii) To each and between poles

195 KV( Peak)

170 KV( Peak)

a) One minute power frequency withstand voltage

i) Across the isolating distance

ii) To each and between poles

80 KV ( rms)

70 KV( rms)

f) Rated short time current for one minute As per IS

g) Temperature rise As per IS 9921-1982

h) Creepage Distance > 900 mm

i) Contact Resistance at normal operation < 5

Total weight if the isolator

Mounting structure & other drawing to be furnish

Page 94: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

94 | P a g e

GUARANTEED TECHNICAL PARTICULARS OF 11KV CURRENT TRANSFORMER FOR TRANSFORMER

1.0 Name of Bidder

1.1 Manufacturer’s name and address

2.0 Current Transformer

2.1 Standard applicable

2.2 Type

2.3 Rated voltage kV

2.4 Rated frequency Hz

2.5 No of cores

2.6 Rated primary current

2.7 Rated secondary current

2.8 Turns ratio

Core-I Core-II Core-II

2.9 Rated output VA

2.10 Accuracy class

2.11 Accuracy limit factor

2.12 Instrument security factor

2.13 Maximum Knee point voltage ,V

2.14 Max. secondary resistance Ohm

2.15 Exciting current, mA

i) At knee point voltage

ii) at 50% of knee voltage

iii) at 50% of knee voltage( at highest ratio tab)

2.16 Rated output at different tap, VA

2.17

One minute power frequency withstand voltage, kV(rms) i) Primary winding ii) Secondary winding

2.18 Standard impulse withstanding voltage of primary winding kV(peak)

2.19 Creepage distance mm

2.20 Rated thermal current A

2.21 Rated short time current kA

2.22 Rated time for above current(sec)

2.23 Rated dynamic current kA(peak)

2.24 Class of insulation

2.25 Rated continuous current temp. rise over ambient degree

2.26

Time period for which secondary winding can be left open when rated primary current is flowing in primary winding

2.27 Quantity of oil litre

2.28 Total weight Kg

2.29 Whether PRV provided

Performance Guarantee

Page 95: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

95 | P a g e

GUARANTEED TECHNICAL PARTICULARS OF 33KV CURRENT TRANSFORMER FOR FEEDER

1.0 Name of Bidder

1.1 Name & address of Manufacturer

2.0 Current Transformer

2.1 Standard applicable

2.2 Type

2.3 Rated voltage kV

2.4 Rated frequency Hz

2.5 No of cores

2.6 Rated primary current

2.7 Rated secondary current

2.8 Turns ratio

Core Core-I (metering) Core-II(protection)

2.9 Rated output VA

2.10 Accuracy class

2.11 Accuracy limit factor

2.12 Instrument security factor

2.13 Maximum Knee point voltage ,V

2.14 Max. secondary resistance Ohm

2.15 Exciting current, mA

i) At knee point voltage

ii) at 50% of knee voltage

iii) at 50% of knee voltage( at highest ratio tab)

2.16 Rated output at different tap, VA

2.17

One minute power frequency withstand voltage, kV(rms) i) Primary winding ii) Secondary winding

2.18 Standard impulse withstanding voltage of primary winding kV(peak)

2.19 Creepage distance mm

2.20 Rated thermal current A

2.21 Rated short time current kA

2.22 Rated time for above current(sec)

2.23 Rated dynamic current kA(peak)

2.24 Class of insulation

2.25 Rated continuous current temp. rise over ambient degree

2.26

Time period for which secondary winding can be left open when rated primary current is flowing in primary winding

2.27 Quantity of oil litre

2.28 Total weight Kg

2.29 Whether PRV provided

Page 96: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

96 | P a g e

GUARANTEED TECHNICAL PARTICULARS OF ALL ALUMINIUM ALLOY CONDUCTOR (AAAC) (To be filled in by the bidder)

Sl.No. Description Unit Particulars

1.0 Maker’s name & Address

2.0 Conductor size and Code

3.0 IS Standard applicable

4.0 Wire diameter in mm mm

5.0 Diameter of complete conductor in mm mm

6.0 Number of strands Nos.

7.0 Sectional area of alloy Aluminum mm²

8.0 Total sectional area mm²

9.0 Particulars of Raw Materials

9.1 Aluminum

a) Minimum Purity of Aluminum %

9.2 Zinc %

a) Minimum Purity of Zinc

9.3.0 Aluminum Strands after stranding

9.3.1 Diameter

a) Nominal Mm

b) Maximum Mm

c) Minimum Mm

9.3.2 Minimum breaking Load Strand kN

9.3.3 Maximum Resistance of 1 M length Ohm

10.0 Galvanizing

a) Minimum weight of zinc coating per uncoated wire surface

gm/m²

b) Minimum number of one minute dips galvanized strand can withstand in the test

Nos.

c) Minimum number of twists in a gauge length times dia of wire which the strand can withstand in the torsion test (after stranding)

Nos.

11.0 AAAC stranded conductor

11.1 UTS of conductor kN

11.2 Lay ratio of conductor Max

a) 1st layer

b) 2nd

layer

11.3 D.C resistance of conductor at 20°C Ohm/Km

11.4 Standard length of conductor M

11.5 Continuous current rating at 75°C (Enclose supporting calculations)

11.6 Final modulus of elasticity

11.7 Co-efficient of Linear Expansion

11.8 Strand

a) Standard diameter mm

b) Minimum

c) Maximum

d) Cross-Sectional area of Nominal diameter wire mm²Nos.

e) Weight in Kg/KM

f) Minimum breaking load Before Stranding After stranding

Kg/kN

g) Coefficient of linear expansion

11.9 Joints in strands

a) Aluminum Alloy

b) Method of making joint

c) Ultimate tensile Strength of Joint

12.0 Maximum single length of conductor that can be Meter

Page 97: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

97 | P a g e

manufactured if required for single stretch

13.0 Tolerance of standard length of conductor %

14.0 Direction of lay for outside layer

14.1 Linear mass of the conductor

a) Standard Kg/KM

b) Minimum Kg/KM

c) Maximum Kg/KM

15.0 No. of cold pressure butt welding available at works

16.0 Standard according to which the conductor will be manufactured and tested

a) Certification mark if any

b) Test Certificate enclosed Yes/No

17.0 Initial & Final sag and tension charts furnished

18.0 Stress/Strain data corresponding to different tensions temperatures furnished

19.0 Curves/tables of creep compensation corresponding to different tension temperatures furnished

20.0 PERFORMANCE GUARANTEE

Page 98: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

98 | P a g e

GGUUAARRAANNTTEEEEDD TTEECCHHNNIICCAALL PPAARRTTIICCUULLAARRSS FFOORR GG..II.. WWIIRREE (To be filled in by the bidder)

A. G.I. Wire (4 mm dia) :

1. Size of Wire :

2. Tolerance in size of wire :

3. Tensile strength :

4. Wrapping list :

5. Galvanising conforming to IS : 4826 – 1968

:

6. Guarantee :

B. G.I.Wire (5 mm dia) :

1. Size of Wire :

2. Tolerance in size of wire :

3. Tensile strength :

4. Wrapping list :

5. Galvanising conforming to IS : 4826 – 1968

:

6. Performance guarantee :

Page 99: ASSAM POWER DISTRIBUTION COMPANY LTD BID ......1 | P a g e ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR FEEDER METERING & TRANSFORMER PROTECTION IN DIFFERENT SUBSTATIONS

99 | P a g e

GGUUAARRAANNTTEEEEDD TTEECCHHNNIICCAALL PPAARRTTIICCUULLAARRSS FFOORR CC..II.. PPIIPPEE ((EEAARRTTHH))

(To be filled in by the bidder)

Sl. No.

G.I. Wire (4 mm dia) :

1. Length of Pipe :

2. Diameter of Pipe :

3. External Dia of Pipe :

4. Thickness of Pipe :

5. Internal Dia of Socket :

6. Thickness of Socket :

7. Internal Depth of Socket :

8. Internal Radius of Socket :

9. Width of Grooves of Socket :

10. External Dia of Grooves Socket

11. Weight of Pipe :

12. Hydraulic Test :

13. Guarantee :