145
0 ASSAM POWER DISTRIBUTION COMPANY LTD. (CAR) BIDDING DOCUMENT CONSTRUCTION & COMMISSIONING WORKS UNDER PMAGY SCHEME ON “TURNKEY” BASIS SCHEME: DEPOSIT NIT REFERENCE: CEO/APDCL (CAR)/PMAGY (DEPOSIT)/ T-6 /13-14/2837 Dt: 8.1.14

Download Bid Document

Embed Size (px)

Citation preview

Page 1: Download Bid Document

0

ASSAM POWER DISTRIBUTION COMPANY LTD. (CAR)

BIDDING DOCUMENT

CONSTRUCTION & COMMISSIONING WORKS UNDER PMAGY SCHEME

ON

“TURNKEY” BASIS

SCHEME: DEPOSIT

NIT REFERENCE: CEO/APDCL (CAR)/PMAGY (DEPOSIT)/ T-6 /13-14/2837

Dt: 8.1.14

Page 2: Download Bid Document

1

ASSAM POWER DISTRIBUTION COMPANY LIMITED

Office of the Chief Executive Officer, Morigaon Electrical Circle, Morigaon

Phone No:- 03678-241968 E_mail:- [email protected]

NIT No: CEO/MEC/APDCL(CAR)/PMAGY(Deposit)/T-6/2014/2837 Dated:8.1.14

TENDER NOTICE

Sealed tenders are invited from experienced & financially sound Electrical Contractor(s)

(individual or joint venture)/Firm(s) having valid electrical contractor license up to 11 KV for 11 KV

line construction & 33 KV for 33/11 KV Sub-Station construction, issued by the competent authority

of the Govt. Of Assam for construction of the following works under Morigaon Electrical Circle of

APDCL(CAR).

Name of Work:

1) PMAGY(Dep/J/1):- Construction of new 11 Kv line (1.700 KM), LT 3 Ph 4 W line

(5.000KM), installation of new distribution transformers (100 KVA-1 nos., 63 KVA-1

nos.), and new service connections (128 nos.) under Jagiroad Electrical Sub-Division.

2) PMAGY(Dep/Jh/2):- Construction of new 11 KV line (3.179 KM), LT 3 Ph 4 W line

(2.830 KM), Conversion of 1 Ph 2 W LT line to 3Ph 4 W LT line(1.33 KM), installation

of new distribution transformers (100 KVA-2 nos., 63 KVA-2 nos.) augmentation of 16

KVA Sub-Station to 63 KVA Sub-Station (1 no) and new service connections(47 nos.)

under Jhargaon Electrical Sub-Division.

3) PMAGY(Dep/L/3):- Construction of new 11 KV line (3.600 KM), LT 3 Ph 4 W line

(5.500 KM),installation of new distribution transformers (100 KVA-1 nos., 63 KVA-3

nos.), and new service connections(59 nos.) under Laharighat Electrical Sub-Division.

4) PMAGY(Dep/M/4):- Construction of new 11 KV line (0.600 KM), LT 3 Ph 4 W line

(1.500 KM), installation of new distribution transformers (100 KVA-1 no.) and new

service connections (21 nos.) under Morigaon Electrical Sub-Division.

The last date of sale of tender document - 19.01.2014

Date of submission - 24.01.2014 (up to 13:00 Hrs.)

Date of opening - 24.01.2014 (at 13:30 Hrs.)

Detail information can be obtained in APDCL website www.apdcl.gov.in.

Chief Executive Officer

Morigaon Electrical Circle

APDCL(CAR), Morigaon

Memo No: CEO/MEC/APDCL(CAR)/PMAGY(Deposit)/T-6/2014/ 2837 Dated:8.1.14

Copy to:

1. The CGM(D), APDCL (CAR), Bijulee Bhawan, Guwahati-01 for favour of information.

2. The PRO, APDCL. He is requested to publish the tender notice in one issue of approved

English and an Assamese daily.

3. The OSD to CMD, APDCL. He is requested to upload the detail tender notice in APDCL’s

website.

Chief Executive Officer

Morigaon Electrical Circle

APDCL(CAR), Morigaon

Page 3: Download Bid Document

2

SECTION-1 (NOTICE INVITING TENDER)

Page 4: Download Bid Document

3

ASSAM POWER DISTRIBUTION COMPANY LIMITED

Office of the Chief Executive Officer, Morigaon Electrical Circle, Morigaon

Phone No:- 03678-241968 E_mail:- [email protected]

NIT No: CEO/MEC/APDCL(CAR)/PMAGY(Deposit)/T-6/2014/2837 Dated:8.1.14

TENDER NOTICE

Sealed tenders are invited from experienced & financially sound Electrical Contractor(s)

(individual or joint venture)/Firm(s) having valid electrical contractor license up to 11 KV for 11 KV

line construction & 33 KV for 33/11 KV Sub-Station construction, issued by the competent authority

of the Govt. Of Assam for construction of the following works under Morigaon Electrical Circle of

APDCL(CAR).

Name of Work:

5) PMAGY(Dep/J/1):- Construction of new 11 Kv line (1.700 KM), LT 3 Ph 4 W line

(5.000KM), installation of new distribution transformers (100 KVA-1 nos., 63 KVA-1

nos.), and new service connections (128 nos.) under Jagiroad Electrical Sub-Division.

6) PMAGY(Dep/Jh/2):- Construction of new 11 KV line (3.179 KM), LT 3 Ph 4 W line

(2.830 KM), Conversion of 1 Ph 2 W LT line to 3Ph 4 W LT line(1.33 KM), installation

of new distribution transformers (100 KVA-2 nos., 63 KVA-2 nos.) augmentation of 16

KVA Sub-Station to 63 KVA Sub-Station (1 no) and new service connections(47 nos.)

under Jhargaon Electrical Sub-Division.

7) PMAGY(Dep/L/3):- Construction of new 11 KV line (3.600 KM), LT 3 Ph 4 W line

(5.500 KM),installation of new distribution transformers (100 KVA-1 nos., 63 KVA-3

nos.), and new service connections(59 nos.) under Laharighat Electrical Sub-Division.

8) PMAGY(Dep/M/4):- Construction of new 11 KV line (0.600 KM), LT 3 Ph 4 W line

(1.500 KM), installation of new distribution transformers (100 KVA-1 no.) and new

service connections (21 nos.) under Morigaon Electrical Sub-Division.

The last date of sale of tender document - 20.01.2014

Date of submission - 27.01.2014 (up to 13:00 Hrs.)

Date of opening - 27.01.2014 (at 13:30 Hrs.)

Detail information can be obtained in APDCL website www.apdcl.gov.in.

Chief Executive Officer

Morigaon Electrical Circle

APDCL(CAR), Morigaon

Memo No: CEO/MEC/APDCL(CAR)/PMAGY(Deposit)/T-6/2014/ 2837 Dated:8.1.14

Copy to:

4. The CGM(D), APDCL (CAR), Bijulee Bhawan, Guwahati-01 for favour of information.

5. The PRO, APDCL. He is requested to publish the tender notice in one issue of approved

English and an Assamese daily.

6. The OSD to CMD, APDCL. He is requested to upload the detail tender notice in APDCL’s

website.

Chief Executive Officer

Morigaon Electrical Circle

APDCL(CAR), Morigaon

Page 5: Download Bid Document

4

ASSAM POWER DISTRIBUTION CO. LTD CENTRAL ASSAM REGION

NIT No. CEO/MEC/APDCL(CAR)PMAGY(DEPOSIT)/T-6/2013-14/2837 Dtd.8.1.14

Sealed Tenders are invited from experienced & financially sound Electrical Contractor(s) (individual or joint

venture)/Firm(s) having valid electrical contractor license up to 11KV for 11KV Line construction & 33kV for 33/11 KV

S/S construction, issued by the competent authority of the Govt. of Assam for construction of the following works under

Morigaon Electrical Circle of APDCL (CAR).

Name of the work: As per table below.

Eligibility Criteria: Average annual turnover of the bidder for last three consecutive financial years against the package

should be as per the requirements shown in the table below.

Cost of Tender Paper for the Package:- Rs. 3,000.00 only for package No DEP/J/1, Rs. 3,000.00 for package No

DEP/JH/1, Rs. 3,000.00 only for package No DEP/L/1, Rs. 3,000.00 only for package No DEP/M/1, in the form of A/C

Payee Demand Draft/Banker‟s Cheque (non-refundable) duly pledged in favour of “CHIEF EXECUTIVE OFFICER,

MORIGAON ELECTRICAL CIRCLE, ASSAM POWER DISTRIBUTION COMPANY LIMITED (CAR)”.

Tender paper can be purchased on all working days w.e.f. 16.01.14 to 20.01.14 from the office of the Chief Executive

Officer, APDCL(CAR), Morigaon, the Bid document can be downloaded from the APDCL‟s website: www.apdcl.gov.in

for tender submission purpose. The bidder using downloaded document will attach with their Bid an A/C payee demand

draft/Banker‟s cheque (non- refundable) amounting to Rs. 3,000.00 only for package No DEP/J/1, Rs. 3,000.00 for

package No DEP/JH/1, Rs. 3,000.00 only for package No DEP/L/1, Rs. 3,000.00 only for package No DEP/M/1, duly

pledged in favour of “CHIEF EXECUTIVE OFFICER, MORIGAON ELECTRICAL CIRCLE, ASSAM POWER

DISTRIBUTION COMPANY LIMITED (CAR)” as cost of the tender paper.

Bidder will ensure that the payment instrument submitted against the Bid must be procured on or before the

closing date of sale for Bid documents & also ensure that the documents in full is downloaded and used.

Earnest money: As shown in the table below. However, in case of SC/ST/OBC bidders, the amount will be 50% of the

shown value.

Date of submission of Tenders: Up to 13-00 Hrs. of 27-01-2014.

Date of opening of Bid: Techno commercial bids will be opened at 13-30 Hrs. Of 27.01.14 and the price bid on a

date to be notified later on.

Package No.

Description of work

Completion

period

Earnest Money

(in Rs.)

Average annual

Turnover

requirement (in

Lacs)

PMAGY(Dep/J/1)

Construction of new 11 KV line (1.700

KM), LT 3 Ph 4 W line (5.000 KM),

installation of new distribution transformers

(100 KVA- 1 nos., 63 KVA- 1 nos.), and

new service connections (128 nos.) under

Jagiroad Electrical Sub-Division.

90 days

1,00,000.00

28.00

PMAGY(Dep/JH/2)

Construction of new 11 KV line (3.179

KM), LT 3 Ph 4 W line (2.830 KM),

conversion of 1 Ph 2 W LT line to 3 P

4 W LT line (1.33 KM), installation of

new distribution transformers (100

KVA- 2 nos., 63 KVA- 2 nos.),

augmentation of 16 KVA Sub-Station

to 63 KVA Sub-Station (1 no.) and new

service connections (47 nos.) under

Jhargaon Electrical Sub-Division.

90 days

1,00,000.00

30.00

PMAGY(Dep/L/3)

Construction of new 11 KV line (3.600

KM), LT 3 Ph 4 W line (5.500 KM),

installation of new distribution

transformers (100 KVA- 1 nos., 63

KVA- 3 nos.), and new service

connections (59 nos.) under Laharighat

Electrical Sub-Division.

90 days 1,00,000.00 35.00

Page 6: Download Bid Document

5

PMAGY(Dep/M/4)

Construction of new 11 KV line (0.600

KM), LT 3 Ph 4 W line (1.500 KM),

installation of new distribution

transformers (100 KVA- 1 no.) and

new service connections (21 nos.)

under Morigaon Electrical Sub-

Division.

45 days 20,000.00 7.00

Note:

1. The work should be carried out as per latest REC specification and construction standard.

2. The tenderers may submit tender(s) against one package or both the packages.

3. Bids must be submitted in two parts as Techno Commercial and Price bid in two separate envelope super

scribing (a) Tender No. (b) Name of the bidder with full address (c) Name of the package against which the

bid is offered.

4. The bid against each package should be submitted in separate sealed envelopes.

5. Earnest money as stipulated should be submitted with the Techno Commercial bid in the form of

NSC/KVP/Term Deposit/FD /Bank Call Deposit only, pledged in favour of “Chief Executive Officer,

Morigaon Electrical Circle, APDCL(CAR), Morigaon”. Any tender without earnest money in the form

mentioned, will be rejected outright.

6. Part-I of the Bid shall consists of information as required and all Technical Bidding Schedules (GTP), all

Price Bidding Schedules with all quantities filled up but without any Price, etc and Part-II shall consists of

Price Bidding Schedules with all quantities and prices filled up. Details are available in General Requirements

in Section-2, Volume-1 of the Bid Document

7. Quoted rate should be inclusive of all taxes and duties and firm. Taxes should be shown separately

8. Quote rate must valid for minimum 180 days.

9. The tender should be addressed and submitted in the office of the Chief Executive Officer, Morigaon

Electrical Circle, APDCL(CAR), Morigaon and will be opened on the scheduled date & time in presence of

the intending tenderers and/or their representative.

10. Only those bidders whose Part-I Bid i.e. Techno Commercial bid (Qualification) is found acceptable, shall

be considered for opening of Price Bid. The date and time of opening of Part-II Bid (Price) shall be

communicated to those bidders whose bids are qualified for opening.

11. 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.

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

circumstances.

13. The bidder who has downloaded the documents from our website must intimate the same to our e-mail

address without fail.

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

Chief Executive Officer

Morigaon Electrical Circle

APDCL(CAR), Morigaon.

Memo No. CEO/MEC/APDCL(CAR)PMAGY(DEPOSIT)/T-6/2013-14/ 2837 -42 Dtd.8.1.14

Copy to: -

1.PS to the Chairman cum Managing Director, APDCL, Bijulee Bhawan for kind appraisal of the CMD.

2.The General Manager, N.A Zone, APDCL (CAR), Tezpur for information.

3.The DGM, Tezpur Electrical Circle, APDCL (CAR), Tezpur, for information & necessary action.

4.The PRO, ASEB, Bijiulee Bhawan, Paltan Bazar, Guwahati for publication of the above tender in one issue of local daily

in English & Assamese” on 08 /05/2013

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

Chief Executive Officer

Morigaon Electrical Circle

APDCL(CAR), Morigaon.

Page 7: Download Bid Document

6

SECTION-2

Page 8: Download Bid Document

7

ASSAM POWER DISTRIBUTION COMPANY LTD

OFFICE OF THE CHIEF EXECUTIVE OFFICER, MORIGAON ELECTRICAL CIRCLE

APDCL, (CAR), MORIGAON. TENDER INVITING PROPOSALS WITH TERMS & CONDITIONS

FOR CONSTRUCTION OF 11 KV LINE, LT LINE & INSTALLATION OF 11/0.4 KV

DISTRIBUTION TRANSFORMER AND SERVICE CONNECTIONS ON TURNKEY BASIS

1. 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 of construction of

11 KV LINE, LT LINE & INSTALLATION OF 11/0.4 KV DISTRIBUTION TRANSFORMER AND

SERVICE CONNECTIONS on turnkey basis as per the scope of work described below.

2. 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. Site unloading, storage and handling of all materials supplied including watch and ward for safe custody.

iii. Site fabrication work as per requirement.

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

v. Project management and site organization.

vi. Obtaining clearance from statutory Agencies, Govt. Departments, and Village Panchayats etc.

vii. Submission of specification/Test Certificate/Drawings etc. of all materials supplied.

viii. A list of various items normally involved in proposed type of work is provided in this document. This,

however, is not to be considered as limiting but only typical. Vendors‟ scope will include all other items and

materials as may be required to effectively complete the work.

ix. Required Jungle cutting.

Above all, the scope of work of the vendor/contractor will include all items and facilities as may be necessary

to complete the electrification work on turnkey basis and as binding requirement.

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

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

that of REC specification and construction standards.

ii. For ready reference, the basic specification of major items, namely- Conductor, Disc insulator 45 KN, Disc

attachment for Rabbit conductor and Weasel conductor, 11 KV Porcelain Pin insulator, M.S. Channel, HT

Stay set, Guy insulator, Stay wire, CI earth pipe, GI wire 8/6 SWG, Nuts & bolts, Danger plate, pole clamps,

11KV GOAB&D.O, XLPE cable,G.I. pipes,L.A, 11/0.4KV transformer etc. are to be provided in the

Technical Specification Section. Based on this, the vendor shall draw total specification for procurement after

approval of Company.

iii. 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 consumer most effectively and in an intrinsically safe manner.

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

All equipment supplied and installed shall be provided stable and adequate weather protection, system

earthing etc.

v. All items, which may require frequent opening up/ dismantling for maintenance, shall be adequately sealed against any tampering/ theft etc.

vi. Supply and erection of materials and system shall meet the requirement laid down by REC for rural

electrification works.

Page 9: Download Bid Document

8

4. Submission of bid : The bid shall be submitted in a sealed envelope as follows:

i. Techno-commercial bid

The Techno Commercial Bid will include defined vendors scope of work, responsibilities, guarantees,

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

similar assignments, registration details, etc. as per requirement. Tender format for techno-commercial Bid is

enclosed as Annexure-I.

ii. Price Bid

The Price Bid will include rates of supply and erection of different items for electrification according to the

BOQ. The tender format for price Bid is enclosed as Annexure-II. 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.

For the items in the BOQ indicated as “APDCL Supply’’, the erecting and commissioning charges only to be

offered for such items in the price bid.

b. No separate declaration offering discount on price will be allowed. Offered price in the price schedule

will be final.

c. (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.

C) For the items in the BOQ indicated as “APDCL Supply’’, the erecting and commissioning charges only

to be offered for such items.

5. Estimation of material requirement: The total quantity of materials required in each package is indicated

in the BOQ in Section 1, as Annexure-III for Pkg-03, Annexure-IV for Pkg-04)

6. Award of work:

i) The evaluation of bids will be carried out, first of techno-commercial bid and thereafter opening the price

bid of only those bidders who qualify and meet the technical requirements.

ii) Company reserves the right not to order/ award the job to the price-wise lowest party if the party during

any part of evaluation is found technically non responsive.

iii) Work should be started within ten (10) days from the date of issue of the work order, failing which order

will be cancelled without further correspondence.

iv) The line & S/S after completion also should be under custody of the contractor till the date of

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

commissioning and charging.

7. Period of completion:

a) 3(Three) months, for pkg. (03) from the date of award of work contract.

Page 10: Download Bid Document

P a g e |

8. Implementation schedule:

Construction of new 11 KV line (1.700 KM), LT 3 Ph 4 W line (5.000 KM), installation of new distribution transformers (100 KVA-

1 nos., 63 KVA- 1 nos.), and new service connections (128 nos.) under Jagiroad Electrical Sub-Division,

Construction of new 11 KV line (3.179 KM), LT 3 Ph 4 W line (2.830 KM), conversion of 1 Ph 2 W LT line to 3 P 4 W LT line (1.33

KM), installation of new distribution transformers (100 KVA- 2 nos., 63 KVA- 2 nos.), augmentation of 16 KVA Sub-Station to 63

KVA Sub-Station (1 no.) and new service connections (47 nos.) under Jhargaon Electrical Sub-Division.

Construction of new 11 KV line (3.600 KM), LT 3 Ph 4 W line (5.500 KM), installation of new distribution transformers (100 KVA-

1 nos., 63 KVA- 3 nos.), and new service connections (59 nos.) under Laharighat Electrical Sub-Division.

Construction of new 11 KV line (0.600 KM), LT 3 Ph 4 W line (1.500 KM), installation of new distribution transformers (100 KVA-

1 no.) and new service connections (21 nos.) under Morigaon Electrical Sub-Division.

For package : DEP/J/1, DEP/L/1, DEP/JH/1.

Sl

no. Description

EXECUTION PERIOD

5 d

ays

3 d

ays

30

days

30

days

1

0

days

12

days

1 Signing of Agreement

2 Survey works

3 Manufacture & supply of

materials

4 Erection of equipments

5 Testing & commissioning

For package : DEP/M/1

Sl

no. Description

EXECUTION PERIOD

5

days

3

days

10

days

10

days

8

days

9

days

1 Signing of Agreement

2 Survey works

3 Manufacture & supply of

materials

4 Erection of equipments

5 Testing & commissioning

Page 11: Download Bid Document

P a g e |

9. 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.

10.1 Terms of Payment: During currency of the Contract, maximum 3(Three) nos. of

progressive Bills will be allowed. Each progressive Bill should contain items of works which are

completed in all respect of supply, erection for the identified locations. 80% of each progressive

Bill shall be paid retaining 20% by the company (APDCL). Final Bills will be paid comprising

balance works beyond the works already claimed in the progressive Bills along with 20% of the

amount retained against the progressive Bills subject to testing and commissioning & fulfilment

of clause-14(d).

10.2 Earnest Money Deposit (EMD): The Tender must be accompanied with earnest money as

mentioned in the NIT against each package to be deposited in the form of NSC/KVP/Term

Deposit/FD/Bank Call Deposit, pledged in favour of “CHIEF EXECUTIVE OFFICER,

MORIGAON ELECTRICAL CIRCLE, APDCL(CAR), MORIGAON”. The earnest money to the

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

bidder will be released on submission of Security Deposit at the time of execution of the

agreement.

10.3 Security deposit and agreement: The successful bidders shall have to deposit security

money in the form of Bank Guarantee issued by any Nationalized Bank/Scheduled Bank in

Company‟s standard format on non-judicial stamp of appropriate value for an amount equal to

2.5% of the contract value at the time of execution of agreement. The security deposit is liable to

be forfeited in case of non-execution of contract/ work order. The security deposit will be

released on successful commissioning and testing of the materials ordered and after depositing

performance B/G as per clause 14(d).

11. Basic qualifying requirement: The prospective bidder must fulfil the following pre-bid

qualifying requirement

a. The bidder must have valid electrical Contractor Licence and Supervisor License (HT) up to

at least 11KV for Pkg.- 1,2,3 and 4 issued by the Licensing Authority of Govt. Of Assam. .

b. The bidder for must have adequate experience of doing similar 11KV and LT Line construction

job on turnkey basis for at least 15 KM in total and which must be in satisfactory operation for at

least 1(one) year as on the date of bid opening.

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

least as per the requirement shown in the table against particular package or packages and the

annual turnover should be certified by a registered Chartered Accountant with balance sheet.

d. The bidder shall furnish latest Income Tax clearance certificate and sales tax registration and

valid Labour License, Employees’ P.F registration and WCT registration Certificate.

e. 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 actual date of completion duly certified by the competent authority as per

format enclosed as Annexure-IA. This requirement shall be treated as one of the major

qualifying criteria for technical evaluation of the bid.

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

g. Power of attorney should be a registered one.

12. Other requirements: The Tenderer

i) Should be acquainted himself or his associate 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.

13. 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

Page 12: Download Bid Document

P a g e |

soft tools. Following are the major activities/deliverables to be organized /generated for

submission to the Board. (I) Work Progress Report:

milestones.

Fortnightly progress report will invariably be submitted to the concern Chief Executive

Officer, Assistant General 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.

(II) Site Organization.

The vendor at each working site shall establish the following.

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

without frequent references to head Work‟s/offices.

14. 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 case of detection of

any defect in individual equipment or system as a whole, the same shall be replaced by the vendor

free of cost within 15 days of intimation by the Company’s representative.

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

for the following items

of Insulators with Hardware fittings.

PSC Pole

Transformer,

ally covered under Manufacturer’s warranty

d) A performance Bank Guarantee from a Nationalized Bank/Scheduled Bank in APDCL’s

standard format on Non judicial stamp paper of appropriate value with a validity of 18 (eighteen)

months @ 10% of total value of work executed shall have to be furnished by the Contractor

before final payment.

e) All Bank Guarantees (BG) to be submitted as per the clauses above should be from any branch of

nationalized or scheduled Bank of RBI having their regional offices in Assam. 15. Approvals/Clearances:

1. Concerned CEO, APDCL, Morigaon shall approve all site and documents prepared by the

contractor for construction of the Line.

2. GTP and drawings of all equipment/ materials shall be approved by CEO, APDCL (CAR),

Morigaon.

3. The contractor shall obtain all statutory approvals and clearances from the statutory authorities

before charging the system at his/her own

16. Environmental Considerations:

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

contractor. If so done, the contractor will have to compensate the same to the satisfaction of the

concerned authority.

17. Submission of documents.

a) With bids.- i) Detail list of makes and materials offered with catalogues, technical specification etc.

Page 13: Download Bid Document

P a g e |

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

the vendor has to be certified by Chartered Account.

iii) Details past experience.

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

v) Details of manpower to be engaged for the assignments, Employees’P.F. registration.

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

vii) Copies of contractor and supervisor’s license, Income Tax clearance certificate, turnover, etc.

viii) Photo copy of the PAN card.

b) During project execution :-

i) All documents for approval shall be submitted in 2 copies.

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

requirement of the authority.

18. Funding of the project.

The proposed work is to be done under PMAGY Scheme- Deposit Head.

19. Disclaimer:

While the Company will make every endeavour 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 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.

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

Company’s General Terms and Conditions of supply and erection.

Page 14: Download Bid Document

P a g e |

Annexure - I Tender Proforma part – I (Techno-commercial Bid)

NIT No. CEO/MEC/APDCL(CAR)/PMAGY(DEPOSIT)/T-6/2013-2014/2837 dt: 8.1.14

Due date of Tender: 27.01.2014

1. Name and full address of the Tenderer.:

2. Particulars of payment made for Purpose of

tender documents money Receipt No: and Date.

3. Amount of earnest money paid with

Money receipt No and date Deposit No. and Date.:

4. Whether Sales Tax and Income Tax Yes / No

Clearance certificate submitted:

5. Sales Tax Registration No:

6. WCT registration certificate with validity:

7. P.F Registration No.:

8. Acceptance of guarantee clause of

Materials /equipment and system Installed individually

and for integrated operation.:

9. Acceptance of penalty clause:

10. Acceptance of terms of payment:

11. Certificate/ documents regarding works

Done with value with last three years if any

(Awarded by APDCL and other successor Companies)-

a separate sheet if required may be enclosed as per Annexure-I(A)

12. Details about carrying out electrification

Work of at least one (one) similar to this work:

13. Details of manpower and T&Ps including

Vehicles available with the firm to be enclosed separately:

14. List of documents enclosed with serial number:

(All enclosures should be in chronological order

as per the list of documents enclosed.)ANNEXURE I(B) . Signature With full name and Designation of the Bidder / (Authorized person)

Page 15: Download Bid Document

P a g e |

ANNEXURE-I(A)

List of ongoing & completed project of APDCL & other Successor companies .

Sl No

Name of work

Order No

Contact Value

Scheme Stipulated date of completion as per order

Date of actual completion ,(if not completed the present status).

Remarks

1

2

3

4

5

Note : This annexure must be certified by concern officer not less than the rank

of CEO.

BIDDER’S INFORMATION SHEET

Bidder’s Information

Bidder’s legal name

In case of JV, legal name of each partner

Bidder’s country of constitution

Bidder’s legal name on country of constitution

Bidder’s authorized representative

(name ,address, telephone no., email address.)

Attached are the copies of the following original documents.

a) 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.

Page 16: Download Bid Document

P a g e |

Sl

No. Qualification Requirement

Furnished

at

Annexure

Page

No. 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/Notaries power of attorney of the signatory of the Bidder to participate in the Bid.

4 Board resolution of the company to authorizing the signatory

5 Information regarding any litigation, current or during the last five years, in which the Bidder

is involved, the parties concerned, and disputed amount

6 Valid Electrical Contractor's License

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 EMD (FD/KVP/TD/Bank Call Deposit)

C Technical ability and experience

1 Experience in works of a similar nature and volume for each of the 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

Page 17: Download Bid Document

P a g e |

5 List of technical personnel and their qualification and experience with organisation 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 BOQ&their GTPs

Page 18: Download Bid Document

P a g e |

SECTION-3 BILL OF QUANTITY AND PRICE BID

SCHEDULE

ANNEXURE- I(B) Tender Proforma part-II (Price Bid)

NIT No. CEO/MEC/APDCL(CAR)/PMAGY(DEPOSIT)/T-6/2013-14/2837 Due date of Tender:

27.01.2014

Page 19: Download Bid Document

P a g e |

Performa for unit rate inclusive of all duties & taxes in respect of supply, erection,testing and

commissioning

Package for which tendered: -

Name and full address of the Tenderer:

Sl. No Item Unit Quantity

Cost of materials

inclusive of freight,

insurance handling

from manufacturer

unit to work site

(inclusive of all taxes

& duties) Rs.

Cost of

erection/dismantling

of materials & testing

& commissioning

(inclusive of all taxes &

duties) Rs.

Grand total

in Rs.

Unit

Rate Total

Unit

Rate Total

1

2

3

4

5

6=(4x5)

7

8=(4x7)

9=(6+8)

As per

BOQ

As per

BOQ

As per

BOQ

Signature with full name

And designation of the Bidder

(Authorized person)

Page 20: Download Bid Document

P a g e |

DETAIL WORK PARAMETER FOR Package PMAGY(Dep/J/1)

under Jagiroad Electrical Sub-Division.

Sl No Item of Description Unit

Quantity

1 Construction of 11KV Line on 8.5M PSC Pole

a) Borpak Jungle 0.7 Km

b) Thengbhanga 1.0 Km

Km

1.7 Km

2. Construction of LT Line 3Ph 4 Wire on 8.5M

PSC Pole

a) Borpak Jungle 1.0 Km

b) Thengbhanga 4.0 Km

Km

5.0 Km

3. Construction of 11/0.433 KV Sub Station

a) Borpak Jungle - 63KVA 1 No

b) Thengbhanga - 100 KVA 1 No

Total 100 KVA = 1 No

Total 63 KVA = 1 No

No

No

1 No

1 No

4. New Service Connection to the House hold

a) Borpak Jungle 49 Nos

b) Thengbhanga 5 Nos

c) Bodoloni 74 Nos

No

128 Nos

ANNEXURE – III

BOQ for Construction of new 11 KV line (1.700 KM), LT 3 Ph 4 W line (5.000 KM),

Page 21: Download Bid Document

P a g e |

installation of new distribution transformers (100 KVA- 1 nos., 63 KVA- 1 nos.), and new

service connections (128 nos.) under Morigaon Electrical Circle under Jagiroad Electrical Sub-

Division.

( ERECTION OF THE MATERIALS INCLUDING FITTING ,FIXING, LAYING, DISMANTLING &

COMMISSIONING AS REQUIRED)

Sl.

No. Brief Item Description Unit Quantity

A Construction of 11 KV line with PSC Poles

1

Supply and erection of 8.5 Mtr PSC pole including boulder

packing for 11 KV line. No 37

2

Supply, Fitting and Fixing of MS Channel (100x50x6x2200

mm) on pole structure with necesssary pole clamp, nuts

and bolts, drilling of holes etc.

No 19

3

Supply, fitting and fixing of 11 KV T Cross arm, nuts and

bolts, drilling of holes etc. No 24

4

Supply, Fitting and Fixing of MS Channel (75x40x6x2200

mm) with necesssary pole clamp, nuts and bolts, drilling of

holes etc.

No 17

5

Supply, fitting and fixing of M.S. Angle for cross braching

(50x50x6x5000 mm) with nuts and bolts, drilling of holes

etc.

No 20

6

Supply, fitting and fixing of 11 KV Disc Insulator 45 KN

(T&C) with hardware fittings, tension clamps etc. as per

direction.

No 61

7 Supply, fitting and fixing of 11 KV Pin Insulator with GI Pin. No 97

8

Supply and stringing of AAA Rabbit Conductor, tensioning

with clamp, bindings, jumpering with PG clamps, jointing

sleeves for line

Cond. Km 5.610

9 Supply, fitting and fixing of HT stay set complete with

digging of earth along with fitting of stay wire 7/10 SWG

and HT guy insulator for line.

Set 14

Page 22: Download Bid Document

P a g e |

10 Supply, fitting and fixing of Barbed wire on HT poles @ 2 kg

per pole as anti climbing device. Kg 56

11

Supply, fitting and fixing of CI earth pipe by digging of pit as

per direction with necessary connection with strips, GI wire

6 SWG for earthing as per direction (for guard earthing).

No 9

12 Supply, fitting and fixing of HT Danger plate on 8.5 m PSC

pole No 37

B)

Construction of 11/0.4 KV 63 KVA Sub-Station, 11/0.4 KV

100 KVA Sub-Station, augmentation of 16 KVA to 63 KVA

Sub-Station including metering in LV side.

1 Supply and erection of 8.5 Mtr PSC pole including boulder

packing. No 4

2

Supply , installation and commissioning of 11/0.4 KV, 63

KVA Transformer including all accessories( Lugs, Clamps

and MS Nuts and Bolts etc.) with security fencing.

No 1

3

Supply , installation and commissioning of 11/0.4 KV, 100

KVA Transformer including all accessories( Lugs, Clamps

and MS Nuts and Bolts etc.) with security fencing.

No 1

4

Supply, Fitting and Fixing of MS Channel (100x50x6x2200

mm) on DP structure with necesssary MS pole clamp, nuts

and bolts, drilling of holes etc. for S/S.

No 16

5 Supply, Fitting and Fixing of LT Angle Cross Arm

(40x40x5x500 mm). No 12

6 Supply, fitting and fixing of 11 KV 9 KA L.A. on top channel

of Sub-Station as per direction. Set 2

7 Supply, fitting and fixing of 11 KV D.O. fuse set with M.S

Nuts and bolts on MS channel as per direction. Set 2

8

Supply, Fitting and Fixing of 11 KV GOAB switch with

necessary MS Nuts and Bolts on MS Channel and as per

direction for DTR Sub-Station

Set 2

9 Supply, fitting and fixing of 11 KV Pin Insulator with GI Pin. No 12

Page 23: Download Bid Document

P a g e |

10

Supply, fitting and fixing of CI earth pipe by digging of pit as

per direction with necessary connection with strips, GI wire

6 SWG for earthing as per direction (for sub-station

earthing).

No 12

11

Supply, fitting and fixing of Cubicle (with necessary bus bar,

Trivector meter, MCCB, LT CT etc.) suitable for 63 KVA

transformer

No 1

12

Supply, fitting and fixing of Cubicle (with necessary bus bar,

Trivector meter, MCCB, LT CT etc.) suitable for 100 KVA

transformer

No 1

13 Supply and stringing of AAA Rabbit Conductor with PG

clamps, bindings required in Sub-Station Km 0.060

14 Supply, fitting and fixing of 11 KV Danger plate on 8.5 m

PSC Pole No 4

15 Supply and fitting of L.T. XLPE Cable 1 core 120 sq. mm (Al)

for 63 KVA DTR Mtr 60

16 Supply and fitting of L.T. XLPE Cable 1 core 120 sq. mm (Al)

for 100 KVA DTR Mtr 60

17 Supply and fitting of H.T. bimetallic cable connector No 6

18 Supply and fitting of L.T. bimetallic cable connector No 8

C)

Construction of 3 Ph 4 Wire LT line with rabbit conductor

with conversion of 1 P 2 W to 3 P 4 W LT line .

1 Supply and erection of 8.5 Mtr PSC pole including boulder

packing for LT line. No 105

2

Supply, fitting and fixing of LT angle X arm (40x40x5x500)

with necessary MS pole clamps, MS nuts and bolts, drilling

of holes etc.

No 84

3 Supply , fitting and fixing of LT pin insulator with GI pin No 420

4 Supply, fitting and fixing of Shackle Insulator with shackle

straps with MS nuts and bolts No 160

Page 24: Download Bid Document

P a g e |

5

Supply, fitting and fixing of LT stay set complete with

digging of earth along with fitting with stay wire 7/14 SWG

and LT Guy Insulator for LT line

Set 40

6

Supply and stringing of AAA Rabbit conductor tensioning

with clamp, bindings, jointing sleeves etc. in LT line

including jungle cutting as per direction.

Cond. Km 22

7 Supply, fitting and fixing of LT Danger plate on 8.5 m PSC

Pole No 130

D) New Service Connection

1 Supply, fitting and fixing of GI Pipe 25 sq. mm Mtr 397

2 Supply, fitting and fixing of GI Bend 25 sq. mm No 256

3 Supply, fitting and fixing of Pipe clamps No 256

4 Supply, fitting and fixing of GI Socket 25 Sq. mm. No 256

5

Supply, fitting and fixing of CI earth pipe by digging of pit as

per direction with necessary connection with strips, GI wire

8 SWG for earthing as per direction.

No 128

6 Supply and fitting of PVC Cable 1 core 4 sq. mm. Mtr 5760

7 Supply, fitting and fixing of MCCB 32 A. No 128

8 Supply, fitting and fixing of Switch Board (Wooden) No 128

9 Supply of CFL bulb 15 W Philips/ Bajaj No 256

10 Supply, fitting and fixing of switch 5A (Havells make) No 256

N.B: Meter will be supplied by APDCL.

DETAIL WORK PARAMETER FOR Package PMAGY(Dep/JH/2) under

Jhargaon Electrical Sub-Division.

Page 25: Download Bid Document

P a g e |

Sl No Item of Description Unit Quantity

1 Construction of 11KV Line on 8.5M PSC Pole

a) Baramari Pam 0.6 Km

b) 1 No Murakata 2.0 Km

c) 2 No Murakata 0.579Km Km 3.179 Km

2. Construction of LT Line 3Ph 4 Wire on 8.5M

PSC Pole

a) Baramari Pam 0.7 Km

b) 1 No Murakata 2.13 Km

c) 2 No Murakata Km 2.83 Km

3. Conversion of LT Line from 1Ph 2 Wire to

3 Ph 4 Wire

A) Baramari Pam 1.33 Km Km 1.33 Km

4. Construction of 11/0.433 KV Sub Station

a) Baramari Pam - 63KVA 1 No

b) 1 No Murakata - 63KVA+100KVA, 1+1 No

c) 2 No Murakata -100KVA 1 No

Total 100 KVA = 2 Nos No 2 Nos

Total 63 KVA = 2 Nos No 2 Nos

5. Augmentation of 16 KVA DTR to 63 KVA DTR

a) Baramari Pam 1 No No 1 No

6. New Service Connection to the House hold

a) Baramari Pam 21 Nos

b) 2 No Murakata 26 Nos No 47 Nos

Page 26: Download Bid Document

P a g e |

ANNEXURE-IV

Name of work:- Construction of new 11 KV line (3.179 KM), LT 3 Ph 4 W line (2.830 KM), conversion of 1 Ph 2 W LT line to 3 P 4 W LT line (1.33 KM), installation of new distribution transformers (100 KVA- 2 nos., 63 KVA- 2 nos.), augmentation of 16 KVA Sub-Station to 63 KVA Sub-Station (1 no.) and new service connections (47 nos.) under Morigaon Electrical Circle under

PMAGY Scheme (JHARGAON PACKAGE). ( ERECTION OF THE MATERIALS INCLUDING

FITTING ,FIXING, LAYING, DISMANTLING & COMMISSIONING AS REQUIRED)

Sl. No. Brief Item Description Unit

Quantity

A Construction of 11 KV line with PSC Poles

1

Supply and erection of 8.5 Mtr PSC pole including boulder packing for 11 KV line.

No 70

2 Supply, Fitting and Fixing of MS Channel (100x50x6x2200 mm) on pole structure with necesssary pole clamp, nuts and bolts, drilling of holes etc.

No 35

3 Supply, fitting and fixing of 11 KV T Cross arm, nuts and bolts, drilling of holes etc.

No 45

4 Supply, Fitting and Fixing of MS Channel (75x40x6x2200 mm) with necesssary pole clamp, nuts and bolts, drilling of holes etc.

No 32

5 Supply, fitting and fixing of M.S. Angle for cross braching (50x50x6x5000 mm) with nuts and bolts, drilling of holes etc.

No 38

6 Supply, fitting and fixing of 11 KV Disc Insulator 45 KN (T&C) with

hardware fittings, tension clamps etc. as per direction. No 114

7 Supply, fitting and fixing of 11 KV Pin Insulator with GI Pin. No 181

8 Supply and stringing of AAA Rabbit Conductor, tensioning with clamp, bindings, jumpering with PG clamps, jointing sleeves for line

Cond. Km

10.491

9 Supply, fitting and fixing of HT stay set complete with digging of earth along with fitting of stay wire 7/10 SWG and HT guy insulator for line.

Set 25

10 Supply, fitting and fixing of Barbed wire on HT poles @ 2 kg per pole as anti climbing device.

Kg 105

11 Supply, fitting and fixing of CI earth pipe by digging of pit as per direction with necessary connection with strips, GI wire 6 SWG for earthing as per direction (for guard earthing).

No 16

12 Supply, fitting and fixing of HT Danger plate on 8.5 m PSC pole

No 70

Page 27: Download Bid Document

P a g e |

B) Construction of 11/0.4 KV 63 KVA Sub-Station, 11/0.4 KV 100 KVA Sub-Station, augmentation of 16 KVA to 63 KVA Sub-Station including metering in LV side.

1 Supply and erection of 8.5 Mtr PSC pole including boulder packing. No 8

2 Supply , installation and commissioning of 11/0.4 KV, 63 KVA Transformer including all accessories( Lugs, Clamps and MS Nuts and Bolts etc.) with security fencing.

No 3

3 Supply , installation and commissioning of 11/0.4 KV, 100 KVA Transformer including all accessories( Lugs, Clamps and MS Nuts and Bolts etc.) with security fencing.

No 2

4 Supply, Fitting and Fixing of MS Channel (100x50x6x2200 mm) on DP structure with necesssary MS pole clamp, nuts and bolts, drilling of holes etc. for S/S.

No 40

5 Supply, Fitting and Fixing of LT Angle Cross Arm (40x40x5x500 mm).

No 26

6 Supply, fitting and fixing of 11 KV 9 KA L.A. on top channel of Sub-Station as per direction.

Set 4

7 Supply, fitting and fixing of 11 KV D.O. fuse set with M.S Nuts and bolts on MS channel as per direction.

Set 5

8 Supply, Fitting and Fixing of 11 KV GOAB switch with necessary MS Nuts and Bolts on MS Channel and as per direction for DTR Sub-Station

Set 5

9 Supply, fitting and fixing of 11 KV Pin Insulator with GI Pin. No 24

10 Supply, fitting and fixing of CI earth pipe by digging of pit as per direction with necessary connection with strips, GI wire 6 SWG for earthing as per direction (for sub-station earthing).

No 30

11 Supply, fitting and fixing of Cubicle (with necessary bus bar, Trivector meter, MCCB, LT CT etc.) suitable for 63 KVA transformer

No 3

12 Supply, fitting and fixing of Cubicle (with necessary bus bar, Trivector meter, MCCB, LT CT etc.) suitable for 100 KVA transformer

No 2

13 Supply and stringing of AAA Rabbit Conductor with PG clamps, bindings required in Sub-Station

Km 0.120

14 Supply, fitting and fixing of 11 KV Danger plate on 8.5 m PSC Pole No 8

15 Supply and fitting of L.T. XLPE Cable 1 core 120 sq. mm (Al) for 63 KVA DTR

Mtr 180

16 Supply and fitting of L.T. XLPE Cable 1 core 120 sq. mm (Al) for 100 KVA DTR

Mtr 120

17 Supply and fitting of H.T. bimetallic cable connector No 15

18 Supply and fitting of L.T. bimetallic cable connector No 20

Page 28: Download Bid Document

P a g e |

C)

Construction of 3 Ph 4 Wire LT line with rabbit conductor with conversion of 1 P 2 W to 3 P 4 W LT line .

1 Supply and erection of 8.5 Mtr PSC pole including boulder packing for LT line.

No 59

2 Supply, fitting and fixing of LT angle X arm (40x40x5x500) with necessary MS pole clamps, MS nuts and bolts, drilling of holes etc.

No 159

3 Supply , fitting and fixing of LT pin insulator with GI pin No 294

4 Supply, fitting and fixing of Shackle Insulator with shackle straps with MS nuts and bolts

No 112

5 Supply, fitting and fixing of LT stay set complete with digging of earth along with fitting with stay wire 7/14 SWG and LT Guy Insulator for LT line

Set 23

6 Supply and stringing of AAA Rabbit conductor tensioning with clamp, bindings, jointing sleeves etc. in LT line including jungle cutting as per direction.

Cond. Km

15

7 Supply, fitting and fixing of LT Danger plate on 8.5 m PSC Pole

No 74

D) New Service Connection 1 Supply, fitting and fixing of GI Pipe 25 sq. mm Mtr 146

2 Supply, fitting and fixing of GI Bend 25 sq. mm No 94

3 Supply, fitting and fixing of Pipe clamps No 94

4 Supply, fitting and fixing of GI Socket 25 Sq. mm. No 94

5 Supply, fitting and fixing of CI earth pipe by digging of pit as per direction with necessary connection with strips, GI wire 8 SWG for earthing as per direction.

No 96

6 Supply and fitting of PVC Cable 1 core 4 sq. mm. Mtr 2115

7 Supply, fitting and fixing of MCCB 32 A. No 47

8 Supply, fitting and fixing of Switch Board (Wooden) No 47

9 Supply of CFL bulb 15 W Philips/ Bajaj No 94

10 Supply, fitting and fixing of switch 5A (Havells make) No 94

N.B.: Meter will be supplied by APDCL.

DETAIL WORK PARAMETER FOR Package PMAGY(Dep/L/3) under

Laharighat Electrical Sub-Division.

Sl No Item of Description Unit Quantity

Page 29: Download Bid Document

P a g e |

1 Construction of 11KV Line on 8.5M PSC Pole

a) Jengpori 1.5 Km

b) 1 No Borpathar 0.6 Km

c) 2 No Sundubatup 1.5Km Km 3.6 Km

2. Construction of LT Line 3Ph 4 Wire on 8.5M

PSC Pole

a) Jengpori 2.0 Km

b) 1 No Borpathar 1.0 Km

c) 2 No Sundubatup 2.5 Km Km 5.5 Km

3. Construction of 11/0.433 KV Sub Station

a) Jengpori - 63KVA 1 No

b) 1 No Borpathar - 100KVA 1 No

c) 2 No Sundubatup -63KVA 2 No

Total 100 KVA = 1 No No 1 No

Total 63 KVA = 3 Nos No 3 Nos

4. New Service Connection to the House hold

a) Jengpori 20 Nos

b) 1 No Borpathar 21 Nos

c) 2 No Sundubatup 18 Nos No 59 Nos

ANNEXURE-V

Name of work:- Construction of new 11 KV line (3.600 KM), LT 3 Ph 4 W line (5.500 KM), installation of new distribution transformers (100 KVA- 1 nos., 63 KVA- 3 nos.), and new service

Page 30: Download Bid Document

P a g e |

connections (59 nos.) under Morigaon Electrical Circle under PMAGY Scheme. (LAHARIGHAT

PACKAGE). ( ERECTION OF THE MATERIALS INCLUDING FITTING ,FIXING, LAYING,

DISMANTLING & COMMISSIONING AS REQUIRED).

Sl. No. Brief Item Description Unit

Quantity

A Construction of 11 KV line with PSC Poles

1

Supply and erection of 8.5 Mtr PSC pole including boulder packing for 11 KV line.

No 79

2 Supply, Fitting and Fixing of MS Channel (100x50x6x2200 mm) on pole structure with necesssary pole clamp, nuts and bolts, drilling of holes etc.

No 40

3 Supply, fitting and fixing of 11 KV T Cross arm, nuts and bolts, drilling of holes etc.

No 50

4 Supply, Fitting and Fixing of MS Channel (75x40x6x2200 mm) with necesssary pole clamp, nuts and bolts, drilling of holes etc.

No 36

5 Supply, fitting and fixing of M.S. Angle for cross braching (50x50x6x5000 mm) with nuts and bolts, drilling of holes etc.

No 43

6 Supply, fitting and fixing of 11 KV Disc Insulator 45 KN (T&C) with

hardware fittings, tension clamps etc. as per direction. No 130

7 Supply, fitting and fixing of 11 KV Pin Insulator with GI Pin. No 205

8 Supply and stringing of AAA Rabbit Conductor, tensioning with clamp, bindings, jumpering with PG clamps, jointing sleeves for line

Cond. Km

11.880

9 Supply, fitting and fixing of HT stay set complete with digging of earth along with fitting of stay wire 7/10 SWG and HT guy insulator for line.

Set 29

10 Supply, fitting and fixing of Barbed wire on HT poles @ 2 kg per pole as anti climbing device.

Kg 119

11 Supply, fitting and fixing of CI earth pipe by digging of pit as per direction with necessary connection with strips, GI wire 6 SWG for earthing as per direction (for guard earthing).

No 18

12 Supply, fitting and fixing of HT Danger plate on 8.5 m PSC pole

No 79

Page 31: Download Bid Document

P a g e |

B) Construction of 11/0.4 KV 63 KVA Sub-Station, 11/0.4 KV 100 KVA Sub-Station, augmentation of 16 KVA to 63 KVA Sub-Station including metering in LV side.

1 Supply and erection of 8.5 Mtr PSC pole including boulder packing. No 8

2 Supply , installation and commissioning of 11/0.4 KV, 63 KVA Transformer including all accessories( Lugs, Clamps and MS Nuts and Bolts etc.) with security fencing.

No 3

3 Supply , installation and commissioning of 11/0.4 KV, 100 KVA Transformer including all accessories( Lugs, Clamps and MS Nuts and Bolts etc.) with security fencing.

No 1

4 Supply, Fitting and Fixing of MS Channel (100x50x6x2200 mm) on DP structure with necesssary MS pole clamp, nuts and bolts, drilling of holes etc. for S/S.

No 32

5 Supply, Fitting and Fixing of LT Angle Cross Arm (40x40x5x500 mm).

No 24

6 Supply, fitting and fixing of 11 KV 9 KA L.A. on top channel of Sub-Station as per direction.

Set 4

7 Supply, fitting and fixing of 11 KV D.O. fuse set with M.S Nuts and bolts on MS channel as per direction.

Set 4

8 Supply, Fitting and Fixing of 11 KV GOAB switch with necessary MS Nuts and Bolts on MS Channel and as per direction for DTR Sub-Station

Set 4

9 Supply, fitting and fixing of 11 KV Pin Insulator with GI Pin. No 6

10 Supply, fitting and fixing of CI earth pipe by digging of pit as per direction with necessary connection with strips, GI wire 6 SWG for earthing as per direction (for sub-station earthing).

No 24

11 Supply, fitting and fixing of Cubicle (with necessary bus bar, Trivector meter, MCCB, LT CT etc.) suitable for 63 KVA transformer

No 3

12 Supply, fitting and fixing of Cubicle (with necessary bus bar, Trivector meter, MCCB, LT CT etc.) suitable for 100 KVA transformer

No 1

13 Supply and stringing of AAA Rabbit Conductor with PG clamps, bindings required in Sub-Station

Km 0.120

14 Supply, fitting and fixing of 11 KV Danger plate on 8.5 m PSC Pole

No 8

15 Supply and fitting of L.T. XLPE Cable 1 core 120 sq. mm (Al) for 63 KVA DTR

Mtr 240

16 Supply and fitting of L.T. XLPE Cable 1 core 120 sq. mm (Al) for 100 KVA DTR

Mtr 38

17 Supply and fitting of H.T. bimetallic cable connector No 12

18 Supply and fitting of L.T. bimetallic cable connector No 16

Page 32: Download Bid Document

P a g e |

C)

Construction of 3 Ph 4 Wire LT line with rabbit conductor with conversion of 1 P 2 W to 3 P 4 W LT line .

1 Supply and erection of 8.5 Mtr PSC pole including boulder packing for LT line.

No 116

2 Supply, fitting and fixing of LT angle X arm (40x40x5x500) with necessary MS pole clamps, MS nuts and bolts, drilling of holes etc.

No 231

3 Supply , fitting and fixing of LT pin insulator with GI pin No 462

4 Supply, fitting and fixing of Shackle Insulator with shackle straps with MS nuts and bolts

No 176

5 Supply, fitting and fixing of LT stay set complete with digging of earth along with fitting with stay wire 7/14 SWG and LT Guy Insulator for LT line

Set 44

6 Supply and stringing of AAA Rabbit conductor tensioning with clamp, bindings, jointing sleeves etc. in LT line including jungle cutting as per direction.

Cond. Km

24

7 Supply, fitting and fixing of LT Danger plate on 8.5 m PSC Pole

No 143

D) New Service Connection 1 Supply, fitting and fixing of GI Pipe 25 sq. mm Mtr 183

2 Supply, fitting and fixing of GI Bend 25 sq. mm No 118

3 Supply, fitting and fixing of Pipe clamps No 118

4 Supply, fitting and fixing of GI Socket 25 Sq. mm. No 118

5 Supply, fitting and fixing of CI earth pipe by digging of pit as per direction with necessary connection with strips, GI wire 8 SWG for earthing as per direction.

No 59

6 Supply and fitting of PVC Cable 1 core 4 sq. mm. Mtr 2655

7 Supply, fitting and fixing of MCCB 32 A. No 59

8 Supply, fitting and fixing of Switch Board (Wooden) No 59

9 Supply of CFL bulb 15 W Philips/ Bajaj No 118

10 Supply, fitting and fixing of switch 5A (Havells make) No 118

N.B.: Meter will be supplied by APDCL.

DETAIL WORK PARAMETER FOR Package PMAGY(Dep/M/4) under

Morigaon Electrical Sub-Division.

Page 33: Download Bid Document

P a g e |

Item of Description Unit Quantity

1 Construction of 11KV Line on 8.5M PSC Pole

a) Chutagarjan 0.6 Km Km 0.6 Km

2. Construction of LT Line 3Ph 4 Wire on 7.5M

PSC Pole

a) Chutagarajan 1.5 Km Km 1.5 Km

3. Construction of 11/0.433 KV 100KVA Sub Station

a) Chutagarjan 1 No No 1 No

4. New Service Connection to House hold

a) Chutagarjan 21 Nos No 21 Nos

ANNEXURE-VI

Name of work:- Construction of new 11 KV line (0.600 KM), LT 3 Ph 4 W line (1.500 KM), installation of new distribution transformers (100 KVA- 1 no.) and new service connections (21

Page 34: Download Bid Document

P a g e |

nos.) under Morigaon Electrical Circle under PMAGY Scheme. (MORIGAON PACKAGE) ( ERECTION OF THE MATERIALS INCLUDING FITTING ,FIXING, LAYING,

DISMANTLING & COMMISSIONING AS REQUIRED).

Sl. No. Brief Item Description Unit

Quantity

A Construction of 11 KV line with PSC Poles

1

Supply and erection of 8.5 Mtr PSC pole including boulder packing for 11 KV line.

No 9

2 Supply, Fitting and Fixing of MS Channel (100x50x6x2200 mm) on pole structure with necesssary pole clamp, nuts and bolts, drilling of holes etc.

No 2

3 Supply, fitting and fixing of 11 KV T Cross arm, nuts and bolts, drilling of holes etc.

No 7

4 Supply, Fitting and Fixing of MS Channel (75x40x6x2200 mm) with necesssary pole clamp, nuts and bolts, drilling of holes etc.

No 6

5 Supply, fitting and fixing of M.S. Angle for cross braching (50x50x6x5000 mm) with nuts and bolts, drilling of holes etc.

No 0

6 Supply, fitting and fixing of 11 KV Disc Insulator 45 KN (T&C) with

hardware fittings, tension clamps etc. as per direction. No 24

7 Supply, fitting and fixing of 11 KV Pin Insulator with GI Pin. No 24

8 Supply and stringing of AAA Rabbit Conductor, tensioning with clamp, bindings, jumpering with PG clamps, jointing sleeves for line

Cond. Km

1.980

9 Supply, fitting and fixing of HT stay set complete with digging of earth along with fitting of stay wire 7/10 SWG and HT guy insulator for line.

Set 6

10 Supply, fitting and fixing of Barbed wire on HT poles @ 2 kg per pole as anti climbing device.

Kg 0

11 Supply, fitting and fixing of CI earth pipe by digging of pit as per direction with necessary connection with strips, GI wire 6 SWG for earthing as per direction (for guard earthing).

No 0

12 Supply, fitting and fixing of HT Danger plate on 8.5 m PSC pole

No 9

Page 35: Download Bid Document

P a g e |

B) Construction of 11/0.4 KV 63 KVA Sub-Station, 11/0.4 KV 100 KVA Sub-Station, augmentation of 16 KVA to 63 KVA Sub-Station including metering in LV side.

1 Supply and erection of 8.5 Mtr PSC pole including boulder packing. No 2

2 Supply , installation and commissioning of 11/0.4 KV, 63 KVA Transformer including all accessories( Lugs, Clamps and MS Nuts and Bolts etc.) with security fencing.

No 0

3 Supply , installation and commissioning of 11/0.4 KV, 100 KVA Transformer including all accessories( Lugs, Clamps and MS Nuts and Bolts etc.) with security fencing.

No 1

4 Supply, Fitting and Fixing of MS Channel (100x50x6x2200 mm) on DP structure with necesssary MS pole clamp, nuts and bolts, drilling of holes etc. for S/S.

No 6

5 Supply, Fitting and Fixing of LT Angle Cross Arm (40x40x5x500 mm).

No 0

6 Supply, fitting and fixing of 11 KV 9 KA L.A. on top channel of Sub-Station as per direction.

Set 1

7 Supply, fitting and fixing of 11 KV D.O. fuse set with M.S Nuts and bolts on MS channel as per direction.

Set 1

8 Supply, Fitting and Fixing of 11 KV GOAB switch with necessary MS Nuts and Bolts on MS Channel and as per direction for DTR Sub-Station

Set 0

9 Supply, fitting and fixing of 11 KV Pin Insulator with GI Pin. No 3

10 Supply, fitting and fixing of CI earth pipe by digging of pit as per direction with necessary connection with strips, GI wire 6 SWG for earthing as per direction (for sub-station earthing).

No 6

11 Supply, fitting and fixing of Cubicle (with necessary bus bar, Trivector meter, MCCB, LT CT etc.) suitable for 63 KVA transformer

No 0

12 Supply, fitting and fixing of Cubicle (with necessary bus bar, Trivector meter, MCCB, LT CT etc.) suitable for 100 KVA transformer

No 1

13 Supply and stringing of AAA Rabbit Conductor with PG clamps, bindings required in Sub-Station

Km 0.030

14 Supply, fitting and fixing of 11 KV Danger plate on 8.5 m PSC Pole

No 2

15 Supply and fitting of L.T. XLPE Cable 1 core 120 sq. mm (Al) for 63 KVA DTR

Mtr 0

16 Supply and fitting of L.T. XLPE Cable 1 core 120 sq. mm (Al) for 100 KVA DTR

Mtr 45

17 Supply and fitting of H.T. bimetallic cable connector No 0

18 Supply and fitting of L.T. bimetallic cable connector No 0

Page 36: Download Bid Document

P a g e |

C) Construction of 3 Ph 4 Wire LT line with Weasel conductor

1 Supply and erection of 7.5 Mtr PSC pole including boulder packing for LT line.

No 31

2 Supply, fitting and fixing of LT angle X arm (40x40x5x500) with necessary MS pole clamps, MS nuts and bolts, drilling of holes etc.

No 72

3 Supply , fitting and fixing of LT pin insulator with GI pin No 76

4 Supply, fitting and fixing of Shackle Insulator with shackle straps with MS nuts and bolts

No 72

5 Supply, fitting and fixing of LT stay set complete with digging of earth along with fitting with stay wire 7/14 SWG and LT Guy Insulator for LT line

Set 18

6 Supply and stringing of AAA Weasel conductor tensioning with clamp, bindings, jointing sleeves etc. in LT line including jungle cutting as per direction.

Cond. Km

6.60

7 Supply, fitting and fixing of LT Danger plate on 8.5 m PSC Pole

No 31

D) New Service Connection 1 Supply, fitting and fixing of GI Pipe 25 sq. mm Mtr 65

2 Supply, fitting and fixing of GI Bend 25 sq. mm No 42

3 Supply, fitting and fixing of Pipe clamps No 42

4 Supply, fitting and fixing of GI Socket 25 Sq. mm. No 42

5 Supply, fitting and fixing of CI earth pipe by digging of pit as per direction with necessary connection with strips, GI wire 8 SWG for earthing as per direction.

No 21

6 Supply and fitting of PVC Cable 1 core 4 sq. mm. Mtr 945

7 Supply, fitting and fixing of MCCB 32 A. No 21

8 Supply, fitting and fixing of Switch Board (Wooden) No 21

9 Supply of CFL bulb 15 W Philips/ Bajaj No 42

10 Supply, fitting and fixing of switch 5A (Havells make) No 42

N.B.: Meter will be supplied by APDCL.

Page 37: Download Bid Document

P a g e |

SECTION- 4

GENERAL REQUIREMENTS

GENERAL REQUIREMENTS

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

Page 38: Download Bid Document

P a g e |

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 purchasers’ 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 Program me 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 .

Page 39: Download Bid Document

P a g e |

A list of administrator and work procedures required to achieve contractors

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.

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 contractors’ work procedures appropriate to each activity.

Inspection during fabrication /construction.

Final inspection and test.

2.0 Training of Personnel

The contractor shall provide necessary facilities for training personnel at their

works/principals works relating to design, manufacture, assembly and testing and operation

maintenance for six personnel free of cost. However, travel and incidental charges of the

personnel will be borne by the purchaser. 3.0 Inspection

3.1 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.

3.2 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.

3.3 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.

3.4 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.

3.5 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.

4.0 Additional Tests

4.1 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

Page 40: Download Bid Document

P a g e |

the Specifications.

4.2 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.

5.0 Test Reports

5.1 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.

5.2 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.

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

periodic inspection by the Owner's representative.

5.4 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. 6.0 List of Drawings and Documents:

6.1 The bidder shall furnish the following along with bid. 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.

6.2 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.

6.3 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.

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

the first instance of supply

Page 41: Download Bid Document

P a g e |

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

6.4.2 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.

7.0 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 42: Download Bid Document

P a g e |

SECTION-5

FORMS OF BID

FORMA OF BANK GUARANTEE FOR BID GUARANTEE/SECURITY

Page 43: Download Bid Document

P a g e |

(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 Executive Officer,

Morigaon Electrical Circle.

APDCL, CAR, Morigaon

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 Bid deposit 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 …………………………

Page 44: Download Bid Document

P a g e |

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 45: Download Bid Document

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 Executive Officer,

Morigaon Electrical Circle.

APDCL, CAR, Morigaon

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 issued of Owner’s Letter of Award No…………… dated……………….. and the same having been

acknowledged by the contractor, resulting in a contract bearing No…………….. dated contractor having

agreed to provide a Contract Performance Guarantee for the faithful performance of the entire Contract

equivalent to……………… being(%) (Percent *) 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 all monies payable by the contractor to be

extent of …………………. As aforesaid 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

Page 46: Download Bid Document

P a g e |

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

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)

Page 47: Download Bid Document

P a g e |

Attorney as per power

Of Attorney No…………..

Date……………………..

Notes

* This sum shall be 10%(Ten) of the Contract price.

** The date will be 90(Ninety) days after the end of the Warranty Period as specified in the contract.

1. The stamp paper of appropriate value shall be purchased in the name of issuing bank.

Page 48: Download Bid Document

P a g e |

PROFORMA OF EXTENSION OF BANK GUARANTEE

Ref………………………….. Date…………………….

To

The Chief Executive Officer,

Morigaon Electrical Circle.

APDCL, CAR, Morigaon

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 49: Download Bid Document

P a g e |

PROFORMA OF BANK GUARANTEE FOR ADVANCEPAYMENT

( To be stamped in accordance with Stamp Act )

Ref………………………….. Bank guarantee No……………………

Date…………………….

To

The Chief Executive Officer,

Morigaon Electrical Circle.

APDCL, CAR, Morigaon

Dear Sirs/ Madam,

In consideration of Assam Power Distribution Company Ltd.(hereinafter referred to as the ‘Owner’, which

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

administrators and assigns) having awarded to M/s…………………………… hereinafter referred to as the

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

successors, administrators, executors and assigns), a Contract by issue of Owner’s letter of Award

No…………………… Dated……………………and the same having been acknowledged by the contractors,

resulting in a Contract bearing no…………………. Dated…………………. Valued (at………………………………( in words

and figures). For ………………………….Contract (space of work)………………………………….. (hereinafter called the

‘Contract’) and the Owner having agreed to make an advance payment to the Contractor for performance

of the above contract amounting ……………………………… (in words and figures) as an advance against Bank

Guarantee to be furnished by the Contractor.

We…………………………..( Name of the Bank) having its Head Office at……………………………… ( hereinafter

referred to as the ‘Bank’, which expression shall, unless repugnant to the context or meaning thereof ,

include its successors, administrators, executors and assigns) do hereby guarantee and undertake to pay

the owner , immediately on demand any or, all monies payable by the contractor to the extent of

………………..as aforesaid at any time upto…………………….. (a….) without any demur, reservation, contest,

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

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

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

Page 50: Download Bid Document

P a g e |

We agree that the guarantee herein contained shall be irrevocable and shall continue to be enforceable

till the owner discharge this guarantee.

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

guarantee, from time to time to vary the advance or to extent the time for performance of the contract by

the Contractor. The Owners 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 manner, and either to enforce any covenants,

contained or implied, in the contact between the Owner and the Contractor or any other course or

remedy or security available to the Owner. The Bank shall not be released of its obligations under this

presents by any exercise by the owner of its liberty with reference to the matter aforesaid of any of them

or by reason of any other act or forbearance or other acts of omission or commission on the part of the

owner or any other indulgence shown by the owner or by any other matter or thing whatsoever which

under law would be 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 that the owner may have in relation to the contractors

liabilities.

Notwithstanding anything hereinabove our liability under this guarantee is limited to………… and it shall

remain in force upto an including ……………………….( @ and shall be extended from time to time for such

period ( not exceeding 1 year as may be desired by M/s…………………………………………………………………...dated

this ………. Day of ……………….. 20……. At……………………………..

WITNESS……………………………………..

……………………………… …….………………………..

(Signature) (Signature)

……………………………. ………………………………

(Name) (Name)

…………………………..….

(Designation)

Page 51: Download Bid Document

P a g e |

(Official Address) (With Bank Stamp)

Attorney as per Power of attorney No……………………… …. Dated………………….

Strike whichever is not applicable

@ The date will be 90(ninety) days after the date of completion of the Contract.

Page 52: Download Bid Document

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”.

Page 53: Download Bid Document

P a g e |

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 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

Page 54: Download Bid Document

P a g e |

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.

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

Page 55: Download Bid Document

P a g e |

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 56: Download Bid Document

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

………………………………………………………………………………………………………….....(he

rein 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.

Page 57: Download Bid Document

P a g e |

for and on behalf of

the Partners of Joint

Ventures

The Common Seal of the above Partners of the Joint Venture:

The Common Seal has been affixed there unto in the presence of :

WITNESS

1. Signature _________________________

Name___________________________

Designation_______________________

Occupation ________________________

2. Signature _________________________

Name___________________________

Designation_______________________

Occupation ________________________

Page 58: Download Bid Document

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.

Page 59: Download Bid Document

P a g e |

NOW THIS INDENTURE WITNESSETH AS UNDER:

In consideration of the above premises and agreements all the Partners to this ,Joint Venture do hereby now

agree as follows:

1. In consideration of the award of the Contract by the Owner to the Joint

Venture partners, we, the Partners to the Joint Venture agreement do hereby agree that

M/S__________________ shall act as Lead Partner and further declare and confirm that we shall

jointly and severally be bound unto 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.

Page 60: Download Bid Document

P a g e |

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.

1. 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)

Name

Signature

Designation

Name Common Seal of the Company

Designation

2. 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 61: Download Bid Document

P a g e |

SECTION- 6

TECHNICAL SPECIFICATION

Page 62: Download Bid Document

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

a. 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 63: Download Bid Document

P a g e |

6.1 TECHNICAL SPECIFICATION FOR EXECUTION OF WORK

(FOR 11 KV LINES)

1.0 SCOPE : ERECTION OF 33 KV AND LINES WITH 9.75 M PSC POLES The scope covers the survey of the proposed route, tree clearance wherever necessary transport of

materials to the locations, erection of the line testing of the line and handing over to the APDCL as

per specification. Materials such as steel, cement, PSC Poles, top cleats, clamps, washers, earth

wires, HBG metal, sand, water, cost of bolts and nuts etc., as given in Annexure-1 are to be procured

by the contractor cost of which shall be included in the bid.

1.1 General :The Contractor should be well acquainted with the IE Rules 1956 as amended from time to time and with the Indian Telegraph Act 1889 so that necessary provisions therein may be followed.

1.2 ELECTRICAL CLEARANCE As per Indian Electricity Rules, 1956 ( amended version )

Sl. No. Particulars 33 KV line 11 KV Lines

1 Minimum height of any conductor of an

overhead line across any street

6.4 metres 6.1M

2 Minimum height of any conductor of an

overhead line along any street

6.1 metres 5.8M

3 Minimum height of any conductor (bare )of an

overhead line erected elsewhere

5.2 metres 4.6M

4 Minimum height of any conductor (insulated

)of an overhead line erected elsewhere

4.0 metres 4M

5 Minimum Clearance of an overhead line from

building

3.7mtr. (vertical )

2.0 mtr. (

horizontal)

Same

6 Clearance between over-head line and

communica-tion line

2.130 meters 1.525M

7 Minimum Clearance from another line 0.270 meters 0.180M

8 Phase to phase clearance ( min) 1370 mm 900mm

9 Span 50 m 50M

10 Minimum clearance between LT line with 11

KV & 33 KV

6.1 6.2 2.44M

Page 64: Download Bid Document

P a g e |

1.3 SURVEY OF THE ROUTE

The Tentative route map of the line to be erected will be furnished by the APDCL to the Contractor

along with the copy of the concluded agreement.

The Contractor is required to carry out the detailed survey of the route of the line and fix up the

locations at the average span indicated in the schedule and mark the locations and submit a detailed

route map to the Engineer in charge of the work within 30 days for approval. In the course of

surveying by the contractor, any conspicuous variations in the change and physical feature to those

indicated in the route map and as actually existing are noticed, the deviations must be brought to

the notice of the APDCL Engineer. The APDCL Engineer if considered necessary shall make

alterations, which shall be carried out accordingly and the APDCL after inspecting the surveyed route

and the revised route map shall be given for final approval in writing. The contractor shall not

commence the work until the final approval of the route map is given by the Engineer in charge in

writing to the contractor.

1.4 WAY LEAVES AND TREE CUTTINGS

Proposals for way leaves and right of way shall be submitted by the contractor. Permission will be

obtained by the APDCL within reasonable time for which due notice shall be given by the Contractor.

The Contractor shall arrange for tree cutting or tree branches cutting also.

The widths of tree clearance to be adopted for lines of various voltages are as detailed below:

a. 33 KV LINE (Trunk Line) All growth within 6.096 M (20 ft) from the center line of support and all trees which may fall and

foul the line.

b. The Contractor shall take all possible steps to see that standing crops, etc. are not damaged while attending to tree cutting. When such damage is inevitable the compensation will be borne by the APDCL provided the damage is with the prior concurrence of the Engineer. The Contractor shall bear the compensation for damage caused by the gangs without prior concurrence of the Engineer concerned.

c. No trees shall be cut until the APDCL has made necessary arrangement with the authorities concerned and permission is given to the Contractor to fell such trees. The contractor shall arrange to remove the obstacles as soon as possible.

d. At such times, when it may not possible for APDCL, to arrange right-of-way for excavation of pole pits or erecting the poles of stringing the line, then at all such times, the contractor shall shift his gangs to other areas. The rates quoted shall cover all such contingencies and no extra payments shall be claimed for such contingencies.

1.3 EXCAVATION OF POLE PITS, STAY PITS AND D.P. PITS a. After the final survey of the line and after marking the pole locations with pegs, excavation work

has to be commenced in accordance to the approved route map. Excavation is generally done by pick axes, crow V-bars and showers although some times earth augers are used. Excavation of pole pits in very hard or rocky soil or in rock beds, may involve blasting with suitable explosives. The pits for the supports are excavated in the direction of the line as this will facilitate the erection of support are excavated in the direction of the line as this will facilitate the erection of support, in addition to giving greater lateral stability, the depth of the foundation to be

Page 65: Download Bid Document

P a g e |

excavated for poles shall be in accordance with relevant sketch for the erection of pole or stay of D.P. etc.

1.4 ERECTION OF POLES : a. PSC POLE :

PSC poles should be erected perpendicular to ground level including excavation of earth pit

having depth equal to 1/5 th the length of pole and cross-section 75 cm x 50 cm as directed by

department including dragging and carrying of pole to site as per soil condition as given below.

(i) earth filling with soil at bottom and surrounding with vigorous ramming;

(ii) earth filling with soil at bottom and surrounding with vigorous with boulder packing including

supply of boulder by contractor ( size of boulder 150mm x 200mm);

(iii) grouting and mufflering in proportion 1:2:4 RCC foundation and filling of cement concrete as

per specification including supply of cement , stone chips, shuttering etc. as directed ]

b. POLE CLAMP: The pole clamp is to be made of MS flat of size 40 mm x 6 mm with necessary drilling of holes

and painting with primer and anti corrosive paint suitable for different size of steel tubular pole

and PSC pole.

1.5 ERECTION OF SUPPORTS After the excavation of pits is completed the supports to be erected may be brought to the pits

location. Then the pole may be erected inside the pit. Wooden support may be utilized to

facilitate lifting of the pole at the pit locations.

Before the pole is put into pit, RCC padding may be laid below the pole to increase the surface

contact between the pole and the soil. The padding will distribute the weight of the pole

uniformly on the soil.

Having lifted the pole, the same should be kept in a vertical position with the help of manila rope

of 25 mm dia using the rope as a temporary anchor.

As the poles are being erected say from the pole already erected to the next location where the

pole is being erected, the alignment of the poles are to be checked and set right by visual check.

The verticality’s of the poles are to be checked with a spirit level on both transverse and

longitudinal directions.

Having satisfied that the verticality and alignment are all right, earth filling or concreting is to be

done.

In swampy and special locations, however, before earth filing, the poles are to be concreted up to

ground level of the pit.

After the poles have been set the temporary anchors are to be removed. The supports shall be

buried to a depth as per REC construction standard.

Page 66: Download Bid Document

P a g e |

1.6 ERECTION OF D.P. STRUCTURES FOR ANGLE LOCATIONS (FOR 11 KV LINES) Generally, for angles of deviation more than 20° double pole structures of spacing 1.2 mts (4.0 ft)

may be erected. The pits are to be excavated as per bisection of the angle of deviation.

After the poles are erected, the horizontal / cross bracing should be fitted and the supports held in a

vertical position with the help of temporary guys of manila rope of at least 25 mm dia. Ensuring that

the poles are held in a vertical position (this can be checked with a spirit level) the concreting of the

poles with cement, granite chips of size 20/30 mm mesh and sand in the ratio M400 conforming to

ISS is to be done from the bottom of the support to the ground level. Before lifting the pole in the

pit, concrete padding of not less than 75 mm thickness may be put for the distribution of the load of

the support on the soil.

After the concreting is done, the pit may be filled with earth after curing of the concrete is

completed.

Four stays along the line, two in each direction and two stays along the bisection of angle of

deviation are to be provided.

Stay concreting may be done with M 400 concrete mixture

The D.P. shall be erected as per the approved drawing.

1.7 ANCHORING AND PROVIDING GUYS FOR SUPPORTS Fitting of stay set on overhead line including digging of earth pit of area 90cm x 60 cm and depth of

1.4 m placing the stay rod with G.I stay wire Guy insulator on pole clamp , fixing of thimble bow etc

with hard soil packing and ramming to fill up pit to ground level.

Guys are to be provided to the supports at the following places (i) Angle locations, (ii) Dead end

locations, (iii) Tee-off points, (iv) Steep gradient locations to avoid uplifted on the poles.

The installation of guy will involve the following works:

i) Excavation of pit and fixing of stay rod. ii) Fastening guy wire to the support. iii) Tightening guy wire and fastening to the anchor

The marking of the guy pit for excavation, the excavation of pits and setting of the anchor rod must

be carefully carried out. The stay rod should be placed in the position such that the angle of

inclination of the rod with the vertical face of the point is 30°/45° as the case may be. The concreting

of the stay at the bottom should then be carried out. The back filling and ramming must be well done

thereafter, and allowed to set for at least 7 days. The free end of the guy wire is passed through the

eye of the anchor rod, bent back parallel to the main portion of the guy and bound after inserting

the G.I. Thimble. The loop is protected by the G.I. Thimble, where it bears on the anchor rod. Where

the existence of guy wire proves hazardous, it should be protected with suitable asbestos pipe, filled

with concrete of about 2 mts length above the ground level, duly painted with white and black stripe

so that it may be visible at night. The turn buckle shall be mounted at the pole end of the stay and

guy wire so fixed that the eye bolt turn buckle is half way in the working position, thus giving the

maximum movement for tightening or loosening.

Page 67: Download Bid Document

P a g e |

Guy insulators are placed to prevent the lower part of the guy from becoming electrically energized

by a contact of the guy when the conductors snap and fall on them of due leakage. No guy insulator

shall be located less than 2.6 mts. from the ground.

The anchoring and providing guys for supports (Single guy Bow guy fly guy) shall be done as per

sketch enclosed. Bow guy and fly guy shall be provided as per field conditions.

HT GUY INSULATOR

Power

line

Voltage

Designation

of Insulator

Dry one minute

power frequency

withstand voltage

Wet one minute

power frequency

withstand

voltage

Minimum failing

load

33 KV C 27 KV ( r.m.s) 13 KV ( r.m.s) 88 KN

[ for 33 KV , 2 insulators to be used in series]

1.8 FIXING OF CROSS ARMS INSULATORS

After the erection of supports and providing guys, the next step would be to mount the cross arms on

the support erected. The lineman should climb the support having requisite tools with him and the

cross arm is then tied to a hand line and pulled up by the ground man and should station himself well

to one side so that if any material drops from the top of the pole it may not strike him. All the

materials required should be lifted or lowered by means of the hand line. In no case, the materials of

the tools should be dropped or thrown from the pole top.

The fixing of 33 KV Cross arms shall be in accordance to spacing detailed in Sketch. G.I. bolts and nuts

and spring washers of good quality only shall be used which will have to be procured by the

contractor.

1.9 Back Clamps

The back clamps for fixing of the seating channels, “V” cross arms, horizontal cross arms and top

cleats will have to be procured by the contractor and shall be in accordance with sketch enclosed

and the clamp shall be fabricated with 75 X 8 mm M.S. Flat for 33 KV

2.0 Top Cleats

The top cleats shall be got fabricated with M.S. Channel of size 75 X 40 mm for 33 KV and shall be in

accordance with REC construction standard.

2.1 INSULATORS

Page 68: Download Bid Document

P a g e |

The pins for insulators shall be fixed in the holes provided in the cross arms and the pole top

brackets. The insulators shall be mounted in their places over pins and tightened. In the case of

strain or angles supports, where strain fittings are provided for this purpose, one strap of the strain

fitting is placed over the cross arm before placing the bolts in the hole of the cross arms. The nut of

the strap is so tightened that the strap can move freely in horizontal direction, as this is necessary to

fix the strain insulator.

The insulator shall be cleaned and examined for defects before fixing, it shall be ensured that all the

current carrying parts are smooth and without dirt, cracks or chips.

Disc Insulator Strings

Each insulator string shall consist of following numbers of Disc Insulator units.

Sl

No

Type of String No of Disc Insulator

Unit for 33 KV

No of Disc Insulator Unit

for 11 KV

1. Suspension 3 2

2. Tension 3 2

2.2 STRINGING OF THE LINE CONDUCTORS

For the guidance of the contractor certain do’s and don’ts are given below before the workmen

actually commence the stringing work.

a. Do’s and Don’ts DO’s

i. Use proper equipment for handling aluminum conductors at all times. ii. Use skids, or similar method for lowering reels or coils from transport or

ground. iii. Examine reel before unreeling for presence of nails or any other object, which

might damage the conductor. iv. Rotate the reel or coil while unwinding conductor. v. Grip all strands while pulling out the conductor. vi. Control the unreeling speed with suitable braking arrangement. vii. Use wooden guards of suitable braking arrangement. viii. Use long straight, parallel jaw grip with suitable liners when pulling conductor

thus avoiding nicking or kinking of the conductor. ix. Use free running sleeves or blocks with adequate grooves for drawing/paving

conductors. x. Use proper sag charts. xi. Mark conductors with crayons or adhesive tape of such (other) material, which

will not damage the strand. xii. Make all splicing with the proper tools. xiii. Use a twisting wrench for twisting the joints. xiv. Chromite or graphite conducting oxide-inhibiting grease should be used before

cleaning with wire brush. DON’Ts

i. Do not handle conductors without proper tools at any stage. ii. Do not pull conductors without ensuring that there are no obstructions on the

ground.

Page 69: Download Bid Document

P a g e |

iii. Do not pull out excess quantity of conductor than is required. iv. Do not make jumper connections on dirty or weathered conductor. v. Do not handle aluminum conductors in a rough fashion but handle it with care

it deserves. b. Conductor erections

The erection of overhead line conductor is a very important phase in construction. The erection

of conductors can be sub-divided into 4 separate parts as follows:

i. Transport of conductors to work site. ii. Paving and stringing of conductors. iii. Tensioning and sagging of conductors. iv. Joining of conductors. At the important crossing of roads, canals, navigable rivers, railways etc., flagmen should be in

attendance to ensure that normal services are not unduly interrupted. These crossing should only

be carried out in conjunction with and with the approval of the proper authorities concerned.

The conductor drums shall be transported to the tension point without injuring the conductor, if,

it is necessary to roll the drum on the ground for a small distance, it should be slowly rolled in the

direction of the marked on the drum. The drum should be so supported that it can be rotated

freely. For this purpose the drum should either be mounted on the cable drum supports of jacks

or hung by means of chain pulley of suitable capacity, suspended from a tripod. In case if it is not

possible to raise the conductor drum by any of the above method, a trench of suitable depth

slightly bigger than the conductor drum may be dug, so as to facilitate free rotation of the cable

drum when it is suspended in the trench by means of M.S. Shaft. While paving, care should be

taken to see that conductor does not rub against any metallic fitting of the pole or on the

bad/rocky ground. Wooden trusses should be used for this purpose to support the conductor.

The conductor should be passed over the poles on wooden or aluminum snatch pulley blocks

provided with low friction bearings. While conductor is being paved out slowly, some braking

arrangement should be made so that the rotation of the drum may be stopped in emergency.

In case the length of one piece of the conductor is less than the length of the section in which

conductor paving is being done, it is easy to stretch one length of all phases from one end the

remaining length from another end of the section any part of the conductor shall be left at a

height of less than that of 5 meters, above the ground by rough sagging.

c. Mid Span Jointing of Conductors The mid span jointing of conductors can be carried by twisting the joint at the ends and the wire

should project a few centimeter, beyond the end of the sleeves. The projected wires are given a

sharp bend to keep them from slipping out of the sleeve. The end of the sleeves are then held

tightly by twisting wrenches and then 4 to 5 turns in one direction generally anti-clock wise

direction. Crimping Tools are preferably to be used for joints and jumpers.

d. Sagging and tensioning On the completion of the paving of the conductors and making mid span joints if any, tensioning

operations will commence. Temporary guys will have to be provided for both the anchoring

supports in the section where the stringing has to be done. At the tensioning end, one of the

conductors is pulled manually up to a certain point and then come along clamp is fixed to the

conductor to be tensioned. The grip to the come along clamp is attached to double sleeve pulley

block or the pulley lift machine and gradually tensioned.

Page 70: Download Bid Document

P a g e |

The conductor should then be sagged in accordance with the sag temperature chart for the

particular conductor and span. The sag should then be adjusted in the middle span of the section.

The sag chart is to be provided. The stretch of the conductor has to be taken out before stringing

in order to avoid the gradual increase in sag due to the setting down of the individual wires.

There are ways of accomplishing this:

a) Pre-stressing In this method the conductor is pulled up to tension considerably above the correct figures, but

never exceeding 50% of breaking load for a short period of say twenty minutes. As this method

requires more time and involves the use of stronger tackle to secure the higher tension the other

method of over tensioning is commonly adopted.

b) Over-tensioning This method consists of pulling up the conductor to a tension a little above the theoretical

tension for prevailing temperature and fixed it up at that tension with correspondingly reduced

sag. After a certain time the conductor will settle down to the correct sag and tension. A tension

of five to eight percent more than the theoretical value has been found to be suitable for the

sizes of ACSR and AAAC conductors standardized by REC. The ambient temperature during

sagging may be recorded correctly.

Conductors can be sagged correctly only when the tension is the same in each span throughout

the entire length of section. Use of snatch blocks reduces the friction and chances of inequality of

tension in various spans.

Sagging can be accomplished by several different methods but most commonly used method is

“Slighting”. The slighting sag method of measuring sag is by the use of targets placed on the

supports below the cross arms. The targets may be light strip of wood clamped to the pole at a

distance equal to the sag below the conductor when the conductor is placed in snatch block. The

lineman sees the sag from the next pole. The tension of the conductor is then reduced or

increased, until the lowest part of the conductor in the span coincides with the lineman’s line of

sight.

When sagging is completed, the tension clamps shall be fixed. The clamp can be fitted on the

conductor without releasing the tension. A mark is made on the conductor at a distance from the

cross-arm equal to the length of complete strain insulator. Before the insulator set is raised to

position, all nuts should be free. Come along clamp is placed on the conductor beyond the

conductor clamp and attached to the pulling unit. The conductor is pulled in sufficiently to allow

the insulator assembly to be fitted to the clamp. After the conductor is clamped to insulator,

assembly unit may be released gradually.

If the tension is released with a jerk, an abnormal stress may be transferred to conductor and

support, which may result in the failure of the cross arm, stay or pole in some cases. After the

stringing is completed, all poles, cross arms, insulators, fittings etc. are checked upto ensure that

there have been no deformities etc.

The next step is to place the conductor on the top of the pin insulator from the snatch block and

removing snatch blocks. Conductors are then fastened to insulator by the use of aluminum wires.

The following points should be observed:

Page 71: Download Bid Document

P a g e |

i) Proper size of the tie binding wire which can be readily handled and with adequate strength is to be used.

ii) The length of tie wire should be sufficiently long for making complete tie including the end allowances for gripping with ends.

iii) A good tie should provide a secure binding between the line conductor and insulator and should reinforce the conductor on either side of the insulator.

iv) The use of cutting pliers for binding the tie wire should be avoided. v) The tie wire which has been used previously should be reused

Before tying the conductor to the insulator two layers of Aluminum tapes should be wrapped

over the conductor in the portion where it touches the insulator. The width and thickness of

aluminum tape to be used for a specific size of conductors has been specified in hand books of

aluminum conductor manufacturers and the same be referred to. The Aluminum tapes should

also be used at the tension clamp and for proper grip.

Normally in straight runs of line, the conductors are run on the top of insulators. When there is

small of deviation the conductor is placed inside groove and bound. Accordingly, there are two

methods of tying the conductors to insulators. The binding wire/tie wire has to be procured by

the contractor and the bid price shall include the cost of this.

The contractor shall be entirely responsible for any damage to the supports, other accessories

and conductor. He shall also be responsible for proper distribution of the conductor drums to

keep number and lengths of cut pieces of the conductor to a minimum.

e. Conductor damage and repair If the conductor is damaged for whatever reasons, and damage is not repaired by aluminum

sleeves, etc., it shall be brought to the notice of the Engineer and shall not be used without his

approval. Even repairing of conductor surfaces shall be done only in case of minor damages, scuff

marks etc., which are safe from both electrical and mechanical points of view. The final;

conductor surface shall be clean, smooth, without any projection sharp points, cut or abrasion

etc. giving satisfactory corona and R.I. performance.

No joints or splice be made in span’s crossing over main roads, railways, small rivers or intension

spans. Not more than one joint per conductor shall be allowed in one span. The strength of the

joint shall conform to IE Rule 75.

f. Stringing. Whatever necessary ground clearances have to be measured to ensure obtaining adequate line

clearance as per IE Rule 77 (i)

GUARDING :

When an overhead line crosses or is in proximity of any telecommunication line arrangement shall be made to provide protective device or guarding.

When an overhead line crosses or is in proximity of to another over head line or overhead lines of different voltage on same supporting structure guarding arrangement shall be provided so as to guard against the possibility of their coming into contact with each other.

Every guard-wire shall be an actual breaking strength of not less than 635 kg and if made of iron or steel shall be galvanize.

Every guard-wire shall be connected with earth at each point at which its electricity continuity is broken.

EARTHING

Page 72: Download Bid Document

P a g e |

g. Pipe earthling At D.P Locations, Pits are to be excavated the steel and metal parts are to be earthed by pipe

earthing as per the drawing or sketch enclosed to this specification. Duly filling the pits with

finely broken coke having granule sizes not more than 25 mm thick. The coke shall be maintained

up to a distance of 300 mm for the pipe on all sides. The top edge of the pipe shall be at least 200

mm below the ground level. The CI strips shall be fixed not less than 300 mm deep from the

ground level.

The tenders shall quote the charges for earthing inclusive of the cost of coke, excavation and

back filling.

h. Pole Earthing: All Supports shall be properly earthed.

2.3 CONCRETING

The cement concrete used for the foundations shall be of M 400 grade.

The full concreting for the poles if erected in excavated act shall be done so that the complete

block will be of dimensions( 0.6 X 0.6 X 1.6) + 0.2 X 0.2 Mtr. (0.6 X 0.6 X 1/35) + 0.2 X 0.2 X 0.2

Mtrs. so as to maintain as exposed portion for 0.2 Mtrs height above the ground level.

If augur is used for making pole pits, ramming shall be done after erection of pole.

2.4 WORKMANSHIP

The contractor shall entirely be responsible for correct erection of all support as per the

approved drawings, and their correct setting and alignment, as approved by the engineer. If the

supports and D.P. structures after the erection are found to differ from approved route maps and

drawings or to be out of alignment, the contractor shall dismantle and re-erect them correctly at

his own cost without extension of time. The supports must be truly vertical and in plumb after

erection and no straining will be permitted to bring them to vertical position. Verticality of each

support shall be measured by the contractor and furnished to the Engineer.

2.4.1 Location numbers for each pole shall be painted on the pole.

2.4.2 Anti-climbing devices, and danger boards are to be provided at all railway crossings and road

crossings. No extra charges shall be admissible even though separate gangs may have to be sent

by the contractor for fitting these accessories and attachments on the support at the appropriate

time.

2.5 FINAL CHECKING, TESTING AND COMMISSIONING

After the completion of the work final patrolling and checking of the line shall be done by the

contractor to ensure that all foundations work, pole erection and stringing have been done as

Page 73: Download Bid Document

P a g e |

approved by the Engineer, and also to ensure that they are completed in all respects. Contractor

shall prepare pole schedules and hand it over to the Engineer. All works shall be thoroughly

inspected keeping in view of the following main points.

i) Sufficient back filled earth is lying over each foundation pit and it is adequately compacted.

ii) Concreting and coping of poles are in good and finally shaped conditions. iii) All the accessories and insulators are strictly as per drawings and are free from any

defects or damages, what-so-ever. iv) All the bolts and nuts should be of G.I material and as per contractual provisions. v) The stringing on the conductor has been done as per approved sag and desired

clearances are available. vi) No damage, minor or major to the conductor, earth wire, accessories and insulator

strings still unattended are noticed. vii) For all points double jumpers shall be provided to each phase. The jumpers provided at

the cut points are connected rigidly to the tension hardware utilizing all the jointing bolts provided for the purpose.

The contractor shall submit a report to the above effect to the Engineer. In case, it is noticed

later that some or any of the above are not fulfilled the Engineer will get such items rectified

through other agencies and recover the cost of such works from the bills payable to the

contractor against that contract or any other contract executed by him for APDCL.

After final checking, the lines shall be tested for insulation in accordance with tests prescribed by

the Engineer. All arrangements for such testing or any other tests desired by the Engineer shall

be done by the Contractor and necessary labour, transport and equipment shall be provided by

him. Any defects found out as a result of such tests, shall be rectified by the Contractor,

forthwith, without any extra charges to APDCL,.

In addition to the above, the Contractor shall be responsible for testing and ensuring that the

total and relative sags of the conductors are within the specified tolerance. Such tests shall be

carried out at selected points along the route as required by the Engineer and the Contractor

shall provide all necessary equipment and labour to enable the tests to be carried out.

The APDCL, will arrange statutory inspection of the line and indicate the defects noticed. The

Contractor has to rectify all such defects and intimate to APDCL, Engineer.

After satisfactory tests on the line and an approval by the Engineer the line shall be energized at

full operating voltage before handing over.

2.6 SUPPLY OF CONSTRUCTION MATERIALS BY THE CONTRACTOR

The Contractor has to make his own arrangements for procurement, supply and use of

construction materials like cement, M.S. rounds, HBG metal and sand.

Page 74: Download Bid Document

P a g e |

2.6.1 CEMENT

The contractor has to make his own arrangements for the procurement of cement to require

specifications required for the work subjected to the follows:

a) The contractor shall procure cement, required for the works only from reputed cement

factories (Man producer) acceptable to the Project Manager. The contractor shall be required to

be furnished to the Engineer-in –Charge bills of payment and test certificates issued by the

manufacturers to authenticate procurement of quality cement from the approved cement

factory. The contractor shall make his own arrangement for adequate storage of cement.

b) The contractor shall procure cement in standard packing of all 50 kg per bag from the

authorized manufactures. The contactor shall make necessary arrangement at his own cost to

the satisfaction of Project Manager for actual weighment of random sample from the available

stock and shall conform to the specification laid down by the Indian Standard Institution or other

standard foreign institutions as the case may be. Cement shall be got tested for all the tests as

directed by Project Manager at least one month in advance before the use of cement hags

brought and kept on site Godown. Cement bags required for testing shall be supplied by the

contractor free of cost. However, the testing charges for cement will be borne by the APDCL. If

the tests prove unsatisfactorily, then the charges for cement will be borne by the contractor.

c) The contractor should store the cement of 60 days requirement at least one month in advance

to ensure the quality of cement so brought to site and shall not remove the same without the

written permission of the Project Manager.

The contractor shall forthwith remove from the works area any cement that the Project Manager

may disallow for use, an account of failure to meet with required quality and standard.

d) The contractor shall further, at all times satisfy the Project Manager on demand, by production

of records and books or by submission of returns and other proofs as directed, that the cement is

being used as rested and approved by Project Manager for the purpose and the contractor shall

at all times, keep his records upto date to enable the Project Manager to apply such checks as he

may desire.

e) Cement which has been unduly long in storage with the contractor or alternatively has

deteriorated due to inadequate storage and thus become unfit for use in the works will be

rejected by the department and no claim will be entertained. The contractor shall forthwith

remove from the work area, any cement the Project Manager may disallow for use on work and

replace it by cement complying with the relevant Indian Standards.

2.6.2 STEEL

The contractor shall procure mild steel reinforcement bars, high yield strength deformed(HYSD)

bars, rods and structural steel etc. required for the works only from the main or secondary

producers manufacturing steel to the prescribed specifications of Bureau of Indian Standards or

equivalent and licensed to affix ISI or other equivalent certification marks and acceptable to the

Project Manager. Necessary ISI list certificates are to be produced to Project Manager before use

on works. The unit weight and dimensions shall be as prescribed in the relevant Indian Standard

specification for steel.

Page 75: Download Bid Document

P a g e |

2.7 INFORMATION AND DATA

a) The information furnished is the best available however, the APDCL does not guarantee the correctness of interpretations, deductions or conclusions which are given as supplementary information in the Bid Documents or in any reports, maps, drawings, diagrams or in other reference information available to the bidder from APDCL of or otherwise. The information has been produced as found, communicated to ascertained or

otherwise/learned by the APDCL.

b) it will be the Bidder’s responsibility to satisfy himself from the “Reference Information” supplied and or inspection of the site that sufficient quantities of construction materials required for the works shall exist in the designated borrow areas or quarry sites. The APDCL does not accept any responsibility either in handing over the quarries or

procuring the materials or any other facilities. The Tenderer will not be entitled for any extra

rate or claim for the misjudgment on his part for the quantity and quality of materials

available in the quarries.

Failure by the Bidder to have done all the timings which is in accordance with this condition

he is deemed to have done shall not relieve the successful Bidder of the responsibility for

satisfactorily completing the work as required at the rates quoted by him.

Page 76: Download Bid Document

P a g e |

6.2 TECHNICAL SPECIFICATION FOR PSC POLES [9.75 M]

1.0 SCOPE

This covers design manufacturing, testing at works, transport to site, insurance, storage, erection

and commissioning of PSC poles shall be of solid rectangular with an overall length of 9.75M

suitable for use in overhead 33KV / 11 KV lines

2.0 Applicable Standards

The pre-stressed concrete pole (psc ) shall comply with the relevant provisions mentioned' in the'

following Indian Standards or the latest versions thereof or equivalent international specifications.

a) IS: 1678, Specification for pre-stressed concrete poles for overhead power, traction and

telecommunication lines.

b) IS: 2905, Method of test for concrete poles for overhead power and telecommunication lines.

c) IS: 7321, Code of Practice for selection, handling and erection of concrete poles for overhead

power and telecommunication lines.

REQUIRED TECHNICAL PARAMETERS FOR 9.75 M PSC POLES

3.0 Terminology

For the purpose of this specification, following definitions shall apply:

3.1 Average Permanent Load

That fraction of the working load which may be considered of long duration over a period of one

year.

3.2 Load Factor

The ratio of ultimate transverse load to the transverse load at first crack.

3.3 Transverse

The direction of the line bisecting the angle contained by the conductor at the pole. In the case of

a straight run, this will be normal to the run of the line.

3.4 Transverse Load at First Crack

For design, the transverse load at first crack shall be taken as not less than the value of the

working load.

3.5 Working Load

The maximum load in the transverse direction, that is ever likely to occur, including the wind

pressure on the pole. This load is assumed to act at a point· 600 mm below the top with the butt

end of the pole planted to the required depth as intended in the design.

3.6 Ultimate Failure

The condition existing when the pole ceases to sustain a load increment owing to either crushing

of concrete, or snapping of the pre-stressing tendon or permanent stretching of the steel in any part

of the pole.

3.7 Ultimate Transverse Load

The load at which failure occurs, when it is applied at a point 600 mm below the top and

perpendicular to the axis of the pole along the transverse direction with the butt end of the pole

planted to the required depth as intended in the design.

4.0 Application

4.1 9.75 M PSC Pole

4.2 These poles shall be used for 33 kV lines, and for special locations in 11 kV lines, such as road

crossings, etc.

5.0 Material

6.0 Cement

The cement used in the manufacture of pre-stressed concrete poles shall be ordinary or rapid

hardening Portland cement conforming to IS: 269 (Specification for ordinary and low heat Portland

cement) or IS: 8041 E (Specification for rapid hardening Portland cement), or high strength

ordinary Portland cement conforming to IS: 8112 (Specification of high strength ordinary Portland

cement).

Page 77: Download Bid Document

P a g e |

7.0 Aggregates

Aggregates used for the manufacture of pre-stressed concrete poles shall confirm to IS: 383

(Specification for coarse and fine aggregates from natural sources for concrete) or equivalent

international specifications. The nominal maximum size of aggregates shall in no case exceed 10

mm (for poles above 9.0 M) and 12 mm (for 7.5 and 8.0 M poles).

8.0 Water

Water should be free from chlorides, sulphates, other salts and organic matter, Potable water will

be generally suitable.

8.1 Admixture

Admixture should not contain Calcium Chloride or other chlorides and salts which are likely to

promote corrosion of pre-stressing steel.

8.2 Pre-stressing Steel

The pre-stressing steel wires including those used as un-tensioned wires (See Annexure. I, II &

III), should conform to IS: 1785 (part-I) (Specification for plain hard-drawn steel wire for pre-

stressed concrete. Part-I cold drawn stress relieved wire), IS: 1785 (part-II) (Specification for

plain hard-drawn steel wire) or IS: 6003 (Specification for indented wire for pre-stressed

concrete). The type designs given in Annexure-I, II and III are for plain wires of 4 mm diameter

with a guaranteed ultimate strength of 175 kg/mm2.

The concrete mix shall be designed to the requirements laid down for controlled concrete (also

called design mix concrete) in IS: 1343 (Code of practice for pre-stressed concrete) and IS: 456

(Code of practice for plain and reinforced concrete), subject to the following special conditions:

a) Maximum works cube strength at 28 days should be at least 400 kg/cm2 (for poles above 9.0 M) and

420 kg/cm2 (for 7.5 and 8.0 M poles).

b) The concrete strength at transfer should be at least 200 kg/cm2 (for poles above 9.0 M) ·and 210

kg/cm2 (for 7.5 and 8.0 M poles).

c) The mix should' contain at least 380 kg of cement per cubic meter of concrete.

d) The mix should contain as Iowa water content as is consistent with adequate workability. If it becomes

necessary to add water to increase the workability, the cement content also should be raised in such a

way that the original value of water cement ratio is maintained.

9.0 DESIGN REQUIREMENTS

The poles shall be designed for the following requirements:

a) The poles shall be planted directly in the ground with a planting depth as per IS:

1678 or equivalent international specifications.

b) The working load on the poles should correspond to those that are likely to come on the pole

during their service life. Designs given in Annexure I,ll and III are for 140 kg, 200 kg, 300 kg,

and 400 kg., applied at 0.6 M from top.

c) The factor of safety for all poles above 9.5 M shall not be less than 2.0. For 7.5 M and 8.5 M

poles, the factor of safety shall not be less than 2.5.

d) The average permanent load shall be 40% of the working load.

e) The F.O.S. against first load shall be 1.0.

f) At average permanent load, permissible tensile stress in concrete shall be 30 kg/cm2.

g) At the design value of first crack load, the modulus of rupture shall not exceed 53.0 kg/cm2

for M-400 concrete and 55.2 kg/cm2 for M-420 concrete.

h) At the design value of first crack load, the modulus of rupture shall not exceed 53.0 kg/cm2

for M-400 concrete.

i) The ultimate moment capacity in the longitudinal direction should be at least

one fourth of that il1 the transverse direction.

j) The maximum compressive stress in concrete at the time of transfer of pre-stress should not exceed

0.8 times the cube strength.

k) The concrete strength at transfer shall not be less than half the 28 days strength ensured in the design,

i.e., 400 x 0.5 = 200 kg/cm2 or 420 x 0.5 = 210 kg/cm

2.

Page 78: Download Bid Document

P a g e |

10.0 Service Conditions

PSC poles have to be designed to suit the following climatic conditions:

a) Maximum temperature of air in shade 40°C

b) Minimum temperature of air in shade 2°C

c) Maximum temperature of air in sun 45°C

d) Maximum humidity 93%

e) Average number of thunder storm days per 45 Days

annum

f) Maximum rainfall per annum 3500 mm

g) Average rainfall per annum 2200 mm

h) Wind pressure 97.8 Kg/m2

i) Altitude above MSL 100 to 1000 M

11.0 Dimensions and Reinforcements

The cross-sectional dimensions and the details of pre-stressing wires should conform to the

particulars given in Annexure-I, II and III.

The provisions of holes for fixing cross-arms and other fixtures should conform to the REC

standards .

12.0 Manufacture

12.1 Attire--stressing wires and reinforcements shall be accurately fixed as shown in drawings and

maintained in position during manufacture. The un-tensioned reinforcement, as indicated in the

drawings, should be held in position by the use of stirrups which should go round all the wires.

AII wires shall be accurately stretched with uniform pre-stress in each wire. Each wire or a group

of wires shall be anchored positively during casing. Care should be taken to see that the

anchorages do not yield before the concrete attains the necessary strength.

13.0 Cover

The cover of concrete measured from the outside of pre-stressing tendon shall be normally 20 Nm.

14.0 Welding and Lapping of Steel

The high tensile steel wire shall be continuous over the entire length of the tendon. Welding shall

not be allowed in any case. However, jointing or coupling may be permitted provided the strength

of the joint or coupling is not less than the strength of each individual wire.

15.0 Compacting Concrete shall be compacted by spinning, vibrating, shocking or other suitable mechanical means.

Hand compaction shall not be permitted.

16.0 Curing The concrete shall be covered with a layer of sacking, canvass, Hessian or similar absorbent

material and kept constantly wet up to the time when the strength of concrete is at least equal to

the minimum strength of concrete at transfer of pre-stress. Thereafter, the pole may be removed

from the mould and watered at intervals to prevent surface cracking of the unit, the interval

should depend on the atmospheric humidity and temperature.

The pre-stressing wires shall be detensioned only after the concrete has attained the specified

strength at transfer (i.e., 200 or 210 kg/cm2 as applicable). The cubes cast for the purpose of

determining the strength at transfer should be cured, as far as possible, under conditions similar to

those under which the poles are cured. The transfer stage shall be determined based on the daily

tests carried out on concrete cubes till the specified strength indicated above is reached.

Thereafter the test on concrete shall be carried out as detailed in IS: 1343 (Code of practice for

pre-stressed concrete). The manufacturer shall supply, when required by the owner or his

representative, result of compressive test conducted in accordance with IS: 456 (Code of practice

for plain and reinforced concrete) on concrete cubes made from the concrete used for the poles. If

the owner so desired, the manufacturer shall supply cubes for test purposes and such cubes shall

be tested in accordance with IS: 456 (Code of practice for plain and reinforced concrete).

Page 79: Download Bid Document

P a g e |

The detensioning shall be done by slowly releasing the wires, without imparting shock or sudden

load to the poles. The rate of detensioning may be controlled by any suitable means either

mechanical (screw type) or hydraulic.

The poles shall not be detensioned or released by cutting the pre-stressing wires using flames or

bar croppers while the wires are still under tension.

Separate eye-hooks or holes shall be provided for handling the transport, one each at a distance of

0.15 times the overall length, from either end of the pole. Eye-hooks, if provided, should be

properly anchored and should be on the face that has the shorter dimension of the cross-section.

Holes, if provided for lifting purposes, should be perpendicular to the broad face of the pole.

Stacking should be done in such a manner that the broad side of the pole is vertical. Each tier in

the stack should be supported on timber sleeper located as 0.15 times the overall length,

measured from the end. The timber supported in the stack should be aligned in a vertical line.

Poles should be transported with their broad faces placed vertically and, in such a manner that the

shocks are avoided. Supports should be so arranged that they are located approximately at a

distance equal to 0.15 times the overall length from the ends. The erection of the pole should be

carried out in such a way that the erection loads are applied so as to cause moment with respect to

the major axis, i.e., the rope used for hoisting the pole should be parallel to the broader face of

the pole.

17.0 Earthing

17.1 Earthing shall be provided by having length of 8 SWG GI wire embedded in concrete during

manufacture and the ends of the wires left projecting from the pole to a length of 100 mm at 250

mm from top and 150 mm below ground level.

17.2 Earth wire shall not be allowed to come in contract with the pre-stressing wires.

17.3 Tests

18.0 Transverse Strength Test

Poles made from ordinary Portland cement shall be tested only on the completion of 28 days and

poles made from rapid hardening cement only on the completion of 14 days, after the day of

manufacture.

The poles may be tested in either horizontal or vertical position. If tested in horizontal position,

provisions shall be made to compensate for the overhanging weight of the pole, for this purposed,

the overhanging portion of the pole may be supported on a movable trolley or similar device.

The pole shall be rigidly supported at the butt end for a distance equal to the agreed depth of

planting.

Load shall be applied at a point 600 mm from the top of the pole and shall be steadily and

gradually increased to the design value of the transverse load at first crack. The deflection at this

load shall be measured.

A pre-stressed concrete pole shall be deemed not to have passed the test if visible cracks appear at

a stage prior to the application of the design transverse load for the first crack.

The load then be reduced to zero and increased gradually to a load equal to the first crack load plus

10% of the minimum ultimate transverse load, and held up for 2 minutes. This procedure shall be

repeated until the load reaches the value of 80 per cent of the minimum ultimate transverse load

and thereafter increased by 5 per cent of the minimum ultimate transverse load until failure occurs.

Each time the load is applied, it shall be held for 2 minutes. The load applied to pre-stressed

concrete pole at the point of failure shall be measured to the nearest five Kilograms.

The pole shall be deemed not to have passed the test if the observed ultimate transverse load is

less than the design ultimate transverse load.

19.0 Measurement of Cover

After completion of the transverse strength test, the sample pole shall be taken and checked for

cover. The cover of the pole shall be measured at 3 points, one within 1.8 meter from the butt end

of the pole. the ·second within 0.6 meters from the top and the third at an intermediate point and

the mean value compared with the specified value.

The mean value of the measured cover should not differ by more than (±) 1 mrn from the specified

cover. The individual values should not differ by more than (±) 3 mm from the specified value.

If these requirements are not met, the workmanship with reference to aligning of the end plates

and pre-stressing wires and assembly of moulds should be improved and inspection at pre-

production stage tightened suitably.

Page 80: Download Bid Document

P a g e |

20.0 Marking

The pole shall be clearly and indelibly marked with the following particulars either during or after

manufacture but before testing at a position so as to be easily read after erection in position.

a) Month and year of manufacture

b) Transverse strength of pole in Kg

c) Maker's serial No and mark and Project .

21.0 Inspection

Inspection may be carried out by the purchaser or third party nominee at any stage of manufacture.

The supplier 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.

SL

NO

ITEM PARAMETERS

1 Type of Pole 9.75 M P.S.C pole 8.5 M PSC Pole 7.5 M P.S.C pole

3 Length of pole 9.75 Mts. 8.5 Mts. 7.5 Mts.

4 Depth of Plantation 1.8 Mts. 1.5 Mts. 1.5 Mts.

5 Bottom Depth 350 mm 300 mm 250 mm

6 Top Depth 175 mm 162 mm 140 mm

7 Breath 120 mm 112 mm 105 mm

8 Diameter of pre-stressing wire 4 mm 4 mm 4 mm

9 No. of tensioned wire per pole 22 Nos of 4mm

dia.

16 Nos of 4mm

dia.

12 Nos of 4mm

dia.

10 Minimum Ultimate Tensile strength of

4 MM HT wire

175 KG / SQMM 175 KG / SQMM 175 KG / SQMM

11 Minimum initial pull of 4 mm wire 1865 kg / wire 1865 kg / wire 1750 kg / wire

12 Spacing HT wires As per IS : 1343

/1960

As per IS : 1343

/1960

As per IS : 1343

/1960

13 Quantity of HT wire/ pole 21.45 KG 13.60 KG 9.0 KG

14 Link & spiral 3.540 KG ( 4 nos

,5 mm in bottom

& 4 nos ,5 mm in

top

4 nos ,5 mm in

bottom & 4 nos ,5

mm in top )

4 nos ,5 mm in

bottom & 4 nos ,5

mm in top )

15 M.S spiral 3 mm dia of 150

c/c

3 mm dia of 150

c/c

3 mm dia of 150

c/c

Page 81: Download Bid Document

P a g e |

16 Maximum Aggregate size 12 mm 12 mm 12 mm

17 Total weight per pole 750 KG 550 KG 360 KG

18 Minimum clear cover 20 mm 20 mm 20 mm

19 Factor of safety 2.5 2.5 2.5

20 Concrete grade M-420 M-420 M-420

21 Ultimate Load 675 KG 500 KG 350KG

22 Earthing shall be provided by 4 MM

dia. Galvanized iron wire embedded in

concrete

Projecting from

the pole at length

of 50 MM at 215

from top & 150

MM below

ground level

Projecting from

the pole at length

of 50 MM at 215

from top & 150

MM below

ground level

Projecting from

the pole at length

of 50 MM at 215

from top & 150

MM below ground

level

23 one marks to be provided at ground

level

at 1.8 M at 1.5 M At 1.25 M

24 28 days cube strength of concrete (

Min) as per IS : 456/2000.

420 KG / SQ.CM 420 KG / SQ.CM 420KG/SQ.CM

Page 82: Download Bid Document

P a g e |

6.3 TECHNICAL SPECIFICATION FOR STEEL TUBULAR

POLES FOR OVERHEAD LINES

1.0 Scope : 1.1 This specification covers the general requirements towards design, manufacture, testing at

manufacturers works, supply and delivery for tubular steel poles of circular cross section ( swaged

type ) for overhead lines.

2.0 Standard :

2.1. The tubular steel poles shall conform to the latest edition of Indian Standard specification

IS: 2713 ( Part – I, III ) : 1980 Specification for Steel Tubular poles

The Steel Tubular Poles conforming to other internationally accepted, which ensure equal or higher quality than the standards, mentioned above also be acceptable. In case the bidder who wish to offer material conforming to the other standards, salient points of difference between adopted and specific standards with authentic English Translation shall be furnished.

3.0 Topography and Climatic Condition :

3.1. The materials offered, shall be suitable for operation in tropical climate and will be subjected to

the sun and inclement weather and shall be able to withstand wide range of temperature variation.

For the purpose of design, average atmospheric temperature may be considered to be 50 °C with

humidity nearing saturation.

4.0 Materials :

4.1. The materials used in construction of tubular steel poles shall be of the tested quality of steels of

minimum tensile strength 540 MPa ( : 55 Kgf/mm2 ). Or 410MPa as the case may be.

4.2. The materials, when analysed in accordance with IS : 228 ( Part-III : 1972 ) and

IS : 228 ( Part-IX) shall not show sulpher and phosphorous contents of more than 0.060

percent each.

5.0 Types, Size and construction :

5.1. Tubular Steel Poles shall be swaged type.

5.2. Swaged poles shall be made of seamless or welded tubes of suitable lengths swaged and jointed

together. No circumferential joints shall be permitted in the individual tube lengths of the poles. If

welded tubes are used they shall have one longitudinal weld seam only : and thelongitudinal

welds shall be staggered at each swaged joint.

5.3. Swaging may be done by any mechanical process. The upper edge of each joint shall be

chamfered if at an angle of about 45o. The upper edge need not be chamfered if a circumferential

weld is to be deposited in accordance with clause No. 5.3 2 of IS: 2713 ( Part-I) :1980.

5.4. The length of joints on swaged poles shall be in accordance with clause No. 5.4 of IS: 2713(Par-

I): 1980.

5.5. Poles shall be well-finished, clean and free from harmful surface defects. Ends of the poles shall

be cut square. Poles shall be straight, smooth and cylindrical. The weld joints, if any, shall be of

good quality, free from scale, surface defects, cracks, etc.

5.6. Tolerances for outside diameter, thickness, length, weight and straightness shall be in accordance

with IS: 2713 (Part-I) : 1980.

Page 83: Download Bid Document

P a g e |

5.7. The poles shall be coated with black bituminous paint conforming to IS : 158-1968 throughout,

internally and externally, upto the level which goes inside the earth. The remaining portion of the

exterior shall be painted with one coat of red oxide primer as specified in IS: 2074-1979 or

equivalent international specifications.

6.0 Earthing Arrangements :

6.1. For earthing arrangement a through hole of 14mm diameter shall be provided in each pole at a

height of 300mm above the planting depth.

7.0 Principal parameters:

Sl.

No.

ITEM DESCRIPTION PARAMETERS PARAMETER PARAMETERS

1. Type of Pole SP-76 SP-66 SP-60

2. Overall Length 14.5 M 12.0 M 12.0 M

3. Planting Depth 2.0 M 2.0 M 2.0 M

4. Load Applied from top at

a distance of

0.60 M 0.60 M 0.60 M

5. Height above ground 12.5 M 10.0 M 10.0 M

6. Length of sections

a. a Bottom 6.5 M 5.80 M 5.80 M

b. Middle 4.0 M 3.10 M 3.10 M

c. Top 4.0 M 3.10 M 3.10 M

7. Outside Diameter &

thickness of section

A Bottom, MM 219.1 x5.90 219.1 x5.90 165.1 x 5.40

B Middle ,MM 193.7 x4.85 193.7 x4.85 139.7 x 4.50

C Top,MM 165.1 x 4.5 165.1 x 4.5 114.3 x 3.65

8. Approx. Wt of pole 380 KG 322 KG 208 KG

9. crippling load 514 kgf 650 kgf 333 kgf

10. breaking load 724 kgf 916 kgf 469 kgf

11. Ultimate tensile strength 410 MPa ( 42 KGf /

mm2 )

410 MPa ( 42 KGf

/ mm2 )

410 MPa ( 42 KGf /

mm2 )

12. Base Plate A Mild Steel base

plate of size 400

mm x 400 mm x 8

mm shall be

welded at the

bottom of the

pole.

A Mild Steel base

plate of size

400×400×8 mm

shall be welded

at the bottom of

the pole.

A Mild Steel base

plate of size

400×400×8 mm shall

be welded at the

bottom of the pole.

13. Painting The inner side &

outer underground

portion of the pole

is to be painted

The inner side &

outer

underground

portion of the

The inner side &

outer underground

portion of the pole is

to be painted with

Page 84: Download Bid Document

P a g e |

with black

bituminous paint

conforming to IS :

158-1968

throughout,[

internally and

externally, up to

the level which

goes inside the

earth]. The balance

outer portion of the

pole 9 12.5m) is to

be painted with 2

coat of metal

primer and 2 coats

of aluminium paint.

pole is to be

painted with

black bituminous

paint conforming

to IS : 158-1968

throughout,[

internally and

externally, up to

the level which

goes inside the

earth]. The

balance outer

portion of the

pole 9 12.5m) is

to be painted

with 2 coat of

metal primer and

2 coats of

aluminium paint.

black bituminous

paint conforming to

IS : 158-1968

throughout,[

internally and

externally, up to the

level which goes

inside the earth]. The

balance outer

portion of the pole 9

12.5m) is to be

painted with 2 coat

of metal primer and

2 coats of aluminium

paint.

8.0 Tests and Test Certificates :

8.1. The following tests shall be conducted on finished poles :

A. Tensile test and chemical analysis for sulpher and phosphorous ,

B. Deflocation test,

C. Permanent set test, and

D. Drop test.

8.2. In addition to above verification of dimensions as per IS : 2713 (Part-III) : 1980 shall be carried

out during acceptance of lots.

8.3. Number of poles selected for conducting different tests shall be in accordance to clause No.10.1.1

and No. 10.1.12: of IS: 2713 (Part-I) 1980.

8.4. Tests shall be carried out before supply of each consignment at the manufacturers woks and test

certificates should be submitted to the purchaser for approval prior to delivery.

8.5. Re-tests, if any, shall be made in accordance with IS: 2713 (Part-I) 1980.

8.6. Purchaser reserves the right to inspect during manufacturing and depute his representative to

inspect/test at the works.

8.7. If any extra cost is required for carrying out the above specified tests, the same shall be borne by

the tenderer.

9.0 Marking :

9.1. The poles shall be marked with designation, manufacturer’s identification, year of manufacture

and name of the purchaser: APDCL

9.2. The poles may also be marked with the ISI certification mark if applicable.

10.0 Performance :-

10.1. The bidder shall furnish a list of the major supplies effected during the last 3 (three) years

indicating the volume of supply and actual delivery dates alongwith the bids.

Page 85: Download Bid Document

P a g e |

10.2. Bids may not be considered if the past manufacturing experience is found to be less that 3 (three)

years.

11.0 Deviation :-

13.1 Any deviation in technical specification shall be clearly indicated with sufficient reasons thereof.

Purchaser shall however reserve the right to accept and/or reject the same without assigning

any reasons what-so-ever.

12.0 Guaranteed technical particulars :

12.1. The tenderer shall furnish all necessary guaranteed technical particulars in the prescribed

proforma enclosed hereinafter.

Page 86: Download Bid Document

P a g e |

Annexure ‘B’

TECHNICAL GUARANTEED AND OTHER PARTICULARS.

(To be filled in by the Tenderer)

1. Type of Pole offered

2. a) Whether tubes are of seamless

constn. Or welded type.

b) Is it manually welded tubes? If so,

state name/address of manufacturer

c) It is ERW tubes? If so, state

name/address of manufacturer

3. Overall length

4. Effective length of section

a) Bottom

b) Middle

c) Top

5. Effective dia thickness of section

a) Bottom

b) Middle

c) Top

6. Approximate weight (Kg.)

7. Breaking Load (Kg.)

8. Working Load (Kg.)

9. Weight/Mtr.

Page 87: Download Bid Document

P a g e |

i) Top Section (kg)

ii) Middle Section (kg)

iii) Bottom Section (kg)

10. Crippling load (kg)

11. Load for permanent set

12. Load for temporary deflection

13. Joint length

Page 88: Download Bid Document

P a g e |

6.4 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 and 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 to the latest issue of the

relevant Indian Standards IS – 226:1975, 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 or equivalent international specifications

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 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 fielderection 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.

Page 89: Download Bid Document

P a g e |

xiii. The rolling and cutting tolerance for steel product conforming to IS: 266 shall be those specified in the

IS: 1852-1973 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. The raw materials and fabrication thereof in respect of cross arm shall be furnished along with

dimension.

xvii. The hole for fixing of insulator and pole clamp shall be provided as per requirement.

xviii. One copy of the drawing of cross arm for each size shall be furnished along with the technical bid.

a. REQUIRED TECHNICAL SPECIFICATION FOR GI CHANNEL CROSS ARM

[100x50x6x3200 ]

Sl. No. Description Particular

1 Type of cross arm G.I Channel cross arm

2 Size 100 x 50x 6 x 3200 mm

3 Material Mild Steel channel

4 Length 3200 mm

5 Breath 100 mm

6 Width 50 mm

7 Thickness 6 mm

8 Hole for fixing of insulator 26 mm

Page 90: Download Bid Document

P a g e |

9 Center to center distance of hole 1525 mm

10 Hole for pole clamp 18 mm

11 Weight 29.5 kg (approx)

12 Galvanization The cross arm shall be properly brushed to make it

free from rust and hot dip galvanized confirming

to IS: 2629 or equivalent international

specifications.

13 Standard applicable IS: 266; IS: 1852-1973 or equivalent international

specifications

b. REQUIRED TECHNICAL SPECIFICATION FOR GI CHANNEL CROSS ARM [75 x 40x 40x6 x 2200 ]

Sl No. Description Particular

1 Type of cross arm GI Channel cross arm

2 Size 75 x 40x 40x6 x 2200 mm

3 Material Mild Steel channel( galvanized)

4 Length 2200 mm

5 Breath 75 mm

6 Width 40 mm

7 Thickness 6 mm

8 Hole for foxing of insulator 20 mm

9 Center to center distance for

hole 1070mm

10 Weight 16 kg (approx)

11 Galvanization

The cross arm shall be properly brushed to make it

free from rust and hot dip galvanized confirming to IS:

2629 or equivalent international specifications.

6.5 TECHNICAL SPECIFICATION FOR 33 KV & 11KV DISC INSULATOR (B&S)

70 KN i) Scope: -

This specification covers design, manufacture, testing at manufacturers’ works, supply and delivery

of strain insulators use on 11 KV and 33 KV overhead power line.

Page 91: Download Bid Document

P a g e |

ii) Standard: - a) Strain insulators Ball & Socket type suitable for 11 kV & 33 kV lines shall be conforming to Indian

standard Specification IS: 731:1971 and IS: 3188 with its latest amendments and revisions and having mechanical failing load of 70 KN.

b) Insulators conforming to any other internationally accepted standard which ensure equal or higher quality than the standard mentioned will be acceptable.

c) Where the material is offered according to the internationally accepted standard a copy of the specification shall be attached with the tender.

iii) General requirements: - a) The porcelain shall be sound, free from defects, thoroughly vitrified and smoothly glazed. Unless

and otherwise specified glaze shall be brown in colour. The glaze shall cover all the porcelain parts of the insulator except those areas which serve as support during firing or are left unglazed for purpose of assembly.

b) The design of the insulator shall be such that stress due to expansion and contraction in any parts in any parts of the insulator shall not lead to deterioration. The porcelain shall not engage directly with hard matel.

c) Cement used in the construction of insulator shall not cause fracture by expansion or loosening by contraction and proper care shall be taken to locate the individuals’ parts correctly during commencing. The cement shall not give rise to chemical reaction with metal fittings and its thickness shall be uniform as possible.

i) The insulator shall be multi petticoat type./The insulator shall be in one piece.

iv) Basic Parameter: -

Sl.

No.

Item Particular

1 Type of insulator Disc insulator, 70 KV (B&S type)

2 Applicable Standard IS: 731:1971 and IS: 3188, IS: 2544/1973

3 Material Porcelain [sound, free from defects,

thoroughly vitrified and smoothly glazed]

4 Type Ball & Socket

5 Colour Brown

6 Size 255x145 mm

7 Minimum failing load 70 KN

8 Socket cap Malleable cast iron hot dip galvanized of size

16 mm dia

9 Ball pin High tensile/ forged hot dip galvanized

10 Security clip Phosphor bronze ‘W’ type

11 Creepage distance 580mm ( for 33 KV)& 400 mm ( for 11 KV)

Page 92: Download Bid Document

P a g e |

12 Nominal System voltage 33kV/11 KV

13 Highest system voltage (rms) 36 KV/12 KV

14 Wet one minute power frequency test(rms) 75 KV/35 KV

15 Dry one minute power frequency test (rms) 75 KV /35 KV

16 Power frequency puncture withstand (rms) 180 KV /105 KV

17 Impulse voltage withstand test(Peak) 170 KV / 75 KV

18 Power frequency flush and voltage (dry)

95 KV ( r.m.s)

19 Power frequency flush and voltage (wet)

80 KV ( r.m.s)

20 Visible discharge test 27 KV ( r.m.s)

v) Mechanical Load: - a) The minimum failing load of the insulator shall 70 KN and the load shall be applied transverse.

vi) Creepage Distance: - a) The minimum total creepage distance for insulator shall be suitable for heavily polluted and

humid atmospheric conditions and shall be 400mm (for 11KV) & 900mm (for 33 K) in vertical position.

vii) Marking: - a) Each insulator shall be legibly and indelibly marked to show the following: i) Name and trade mark of the manufacturer ii) Month and year of manufacture iii) Minimum failing load in KN iv) Country of manufacturer. v) ISI certificate marking if any The marking on porcelain shall be printed and shall be applied before firing.

viii) Packing: - a) All insulators shall be suitably packed and crated to standard packing practice as required

under Railway Regulation to withstand rough handling during transit.

ix) Tests: - The insulator shall stand the entire following test as per IS: 731/1971 (incorporating latest

amendments and revisions) or equivalent international specifications.

a) Type tests – The following type tests shall be conducted on the insulators (which have already passed the routine

test):

i) Visible discharge test (power frequency voltage) ii) Impulse voltage withstand test iii) Impulse voltage flashover test

Page 93: Download Bid Document

P a g e |

iv) Verification of dimension v) Wet one minute power frequency test and wet flashover tests vi) Visual examination vii) Mechanical failing load test viii) Porosity test b) The tenderer shall furnish copies of test certificates of the type test carried on identical

manufacturer with guaranteed performance data for the insulators which they offer for supply. The report of type tests (on the insulator which is passed the routine tests) tested in the National Test House, Alipore and or such similar Government recognized Test House/ Institutions shall be invariably submitted along with the tender.

c) Sample/ Acceptance tests: - The samples (after withstanding the routine test) shall also be subjected to the following sample

acceptance tests as per ISS.

ix) Verification of dimensions x) Temperature cycle test xi) Mechanical failing load test xii) Power frequency puncture withstands test xiii) Porosity test

d) The following routine and factory tests shall be conducted at the time of manufacture as per ISS.

xiv) Visual examination xv) Electrical test

x) Guaranteed technical particulars: - (To be filled by the tenderer)

1) Name and address of manufacturer. 2) Trade mark of manufacturer to the legibly marked in the insulator. 3) Mechanical characteristic. a. Total creepage distance in mm. b. Overall height of insulator in mm c. Overall diameter of insulator in mm. d. Overall weight of insulator in Kg. e. Minimum failing load in KN.

4) Electrical characteristic a. Visibly discharge voltage. (power frequency voltage) b. Dry one minute power frequency withstands voltage. c. Wet one minute power frequency withstands voltage. d. Power frequency puncture withstands voltage. e. Impulse (1/50 micro second wave) withstands voltage. f. Impulse flashover (1/50 micro second wave) voltage. g. Impulse flashover (1/50 micro second wave) voltage negative. h. Dry flash over voltage. i. Wet flash over voltage.

5) Standard specification to which insulator will conform. 6) Other particulars, if any.

xi) Inspection: -

Page 94: Download Bid Document

P a g e |

All tests and inspections shall be carried out at the place of manufacturer unless otherwise agreed

by the purchaser and the manufacturer at the time of purchase. The manufacturer shall afford the

inspector representing the purchaser all reasonable facilities, without charge to satisfy that the

materials are being purchased as per specifications. The purchaser reserves the right to have tests

carried out at his own cost by an independent agency, whenever there is dispute regarding the

quality of the material supplied.

xii) Drawing and Sample: - Drawing specifically showing all dimensions is to be submitted along with technical bids.

Sample should be furnished alongwith the tender for verifications. Firms whose samples have been

approved earlier need not submit the same.

Page 95: Download Bid Document

P a g e |

6.6 TECHNICAL SPECIFICATION FOR 33 KV COMPOSITE POLYMERIC

DISC INSULATORS 70 KN

1.0 SCOPE

This specification cover the design, manufactures, testing at manufacturer's works, transport

to site, insurance, storage, erection and commissioning of 33 kV composite polymeric disc

insulator for 33 kV line.

2.0 STANDARD

Strain insulators Tongue and Clevis type/ ball and socket type, suitable for 33 KV lines shall be

conforming to IEC : 1109 with its latest amendments and revision and having mechanical failing

load of 70 K.N. Insulators conforming to any other internationally accepted standards which ensure

equal or higher quality than the standard mentioned would also be acceptable. A high class quality,

corrosion resistant, fiberglass reinforced rod is the core of every insulator with ultimate mechanical

strength at least twice the maximum working load.

Where the material is offered according to the inter-national accepted standard a copy of the

specification shall be attached with the tender. The insulator should be of reputed make namely

Compaq International, Gold Stone, RELCO & Naresh potteries.

2.1 GENERAL REQUIREMENT:

The composite polymer insulator should be uni-body design and injection molded directly to the rod

and sealed to the end fittings with bead of silicon to give the insulator high dielectric strength and

protect it from all environmental conditions. The design of the insulator shall be such that stress due

to expansion and contraction in any part of the insulator shall not lead to deterioration.

2.2 The insulator shall be in one piece.

2.3 CLIMATIC CONDITIONS.:

i. Maximum ambient temperature in shade : 40°C

ii. Minimum daily average ambient air temperature : 35°C

iii. Maximum yearly average ambient air temperature : 30°C

iv. Maximum ambient temperature :2°C

v. Maximum relative humidity : 93%

vi. Average number of thunder storms days per annum : 45 days

vii. Average number of rainy days per annum : 150 days

viii. Average annual rainfall :2280 mm

ix. Number of months of tropical monsoon conditions : 5 months

x. Maximum wind pressure : 150 Kg/sq.m

xi. Altitude not exceeding :1000 M

2.4 BASIC INSULATION LEVEL

The test voltage (minimum requirement) of the insulator shall be as follows:

a) Highest system voltage : 36 KV(rms)

b) Min. Creepage distance : 1050mm

c) Section length : 680mm

d) Rated mechanical tensile load : 70 KN

e) Wet frequency 1 min. withstand voltage : 85KV

f) Dry lighting impulse withstand voltage : 230KV

2.5 MARKING

2.6 Each insulator shall be legibly and indelibly marked to show the following:

a) Name or trade mark of the manufacturer

b) Month and year of manufacture

c) Minimum failing load in KN

d) Country of manufacture

e) ISI certificate mark and name of the project under "TDF 2010-11"

The marking on insulator shall be printed and shall be applied before suitably.

3 TEST

3.1 Type test

The following type tests shall be conducted on a suitable number of individual insulator unit,

components, materials or complete strings:

3.2 Verification of dimensions

3.3 Thermal mechanical performance test

Page 96: Download Bid Document

P a g e |

3.4 Power frequency voltage withstand and flashover test (i) dry (ii) wet

3.5 Impulse voltage withstand and flashover test (dry)

3.6 Visible discharge test (dry)

3.7 RIV test (dry)

3.8 Mechanical failing Load Test (for pin insulator only)

3.9 24 hrs. mechanical strength test (for strain I string insulator only)

4.0 Acceptance Tests

a) Visual examination

b) Verification of dimensions

c) Temperature cycle test

d) Galvanizing test

e) Mechanical performance test

f) Test on locking device for ball and socket coupling

g) Eccentricity test

h) Metallurgical test

i) Grain size

j) Inclusion rating

k) Chemical analysis

l) Microstructure

m) Mechanical failing load test (for Pin Insulator only)

n) Electro-mechanical strength test (for Strain insulator only)

o) Porosity test

p) Puncture test (for strain Insulator only)

4.1 Routine Tests

a. Visual Inspection

b. Mechanical routine test for Strain Insulator only)

c. Electrical routine test (for Strain Insulator only)

4.2 Tests During Manufacture

On all components as applicable

a) Chemical analysis of zinc used for galvanizing

b) Chemical analysis, mechanical, metallographic test and magnetic particle inspection

for malleable castings.

c) Chemical analysis hardness tests and magnetic particle inspection for forgings

d) Hydraulic Internal Pressure tests On disc insulator shells

4.3 Test Reports

4.4 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.

4.5 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 despatch.

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

inspection by the Owner's representative.

4.7 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 INSPECTION

5.1 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.

5.2 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.

5.3 After placement of award, the Contractor shall submit fully dimensioned insulator drawings

containing all the details, in four (4) copies to Owner for approval. After getting approval from

Owner and successful completion of all the type tests, the Contractor shall submit 20 more copies of

the same drawing to the Owner for further distribution and field use at Owner's end.

Page 97: Download Bid Document

P a g e |

6.7 TECHNICAL SPECIFICATION FOR 11 KV COMPOSITE POLYMERIC

INSULATORS

1.0 SCOPE

This section covers the specifications for design, manufacture, shop & laboratory testing before

despatch of 11 kv composite polymeric pin insulators .The Composite insulator shall be pin insulator

for straight line location and Long rod insulator for conductors in tension application at angle/ cut

point, the insulator shall be of boll and socket type or tongue & Clevis type.

1.1 STANDARDS

Sl.

No.

Indian

Standard Title

International

Standard

1.

Definition, test method and acceptance criteria for

composite insulators for a. c. overhead lines above. IEC:61109

2. IS:731

Porcelain insulators for overhead power lines with a

nominal voltage greater than 1000V IEC:60383

3. IS:2071 Methods of High voltage testing IEC:60060-1

4.

IS:2486

Specification for insulator fitting for overhead power

lines with a nominal voltage greater than 1000V

General Requirements and tests Dimensional

Requirements locking devices.

IEC:60120

IEC:60372

5.

Thermal mechanical performances test on string

insulator units. IEC:60575

6. IS:13134

Guide for the selection of insulators in respect of

polluted conditions. IEC:60815

7.

Characteristics of string insulator units of the long

rod type. IEC:60433

8. Hydrophobicity classification STRI GUIDE 1.92/1

9.

Radio interference characteristics of overhead power

lines and high-voltage equipment CISPR:18-2 PART2

10. IS:8263 Methods of RI test of HV insulators IEC:60437

11.

Standard for insulators- composite distribution dead

end type ANSI c29.13-2000

12. IS:4759

Hot dip Zinc coatings on structural steel & other

allied products.

ISO:1459

ISO:1461

13. IS:2629

Recommendation of weight for hot, dip

galvanization for iron and steel ISO:1461(E)

14. IS:6745

Determination of weight of Zinc coatings on zinc

coated iron and steel articles ISO:1460

15. IS:3203

Method of testing of local thickness of electroplated

coating ISO:2178

16. IS:2633

Testing of uniformity of coating of zinc coated

articles

17. Standard specification for glass fiber standards ASTM D 578-05

18.

Standard test method for compositional analysis of

thermogravimetry ASTME 1131- 03

19. IS:4699 Specification for refined secondary Zinc

1.2 SERVICE CONDITION

Maximum ambient temperature :* *480 C

Minimum ambient temperature : - 50 C

Relative humidity : 0 to 100%

Page 98: Download Bid Document

P a g e |

The size of composite insulator, minimum creepage distance and mechanical strength alongwith hardware

fittings shall be as follows.

Sl.

No.

Type of

composi

te

insulato

r

Nomin

al

system

voltage

KV

(rms)

Higest

system

voltage

KV (rms)

Visible

discharge

test

voltage

KV (rms

Wet

power

frequen

cy

withstan

d

voltage

KV

(rms

Impulse

withstan

d

voltage

KV (rms

Minimum Creepage

distance (mm)

Min.

Failing

load KN

Pin

ball

shank

diame

ter

mm

Normal

&

moderat

ely

polluted

(20mm/

KV)

Hea

vily

pollu

ted

(25mm

/ KV)

I Long

rod

insulato

r

11 12 9 35 75 240 320 45 16

33 36 27 75 170 720 900 45/70**

Ii Post/

pin

insulato

r

11 12 9 35 75 240 320 5

33 36 27 75 170 720 900 10

Dimensional Tolerance of composite insulators ±(0.04d=1.5) mm when d < 300 mm

±(0.025d=6) mm when d < 300 mm

REQUIRED TECHNLCAL PARICULARS OF COMPOSIT POLYMERIC INSULATOR

FOR 11 KV , 5 KN PIN INSULATOR TYPE

Sl. no Description Unit 11KV , 5 KN , PIN INSULATOR

1. Type of Insulator Composite polymeric Insulators

2. Standard according to which the

Insulator manufacture and tested

IES-61109 with up to date

amendments

3. Name of material used in manufacture

Of the insulator with class/grade

Silicon/ Polyolefin material

(a) Material of core (FRP rod)

i) E-glass or ECR- glass

ii) Boron content

ECR glass boron content free

(b) Material of housing &Weather sheds

Silicon content by weight

36%

Page 99: Download Bid Document

P a g e |

(c) ( material of end fitting ) Hot dip galvanized high strength

steel

(d) Sealing compound for end fittings Silicon based sealants

4. Color Grey/ Red

5. Electrical characteristics

(a) Normal system voltage KV(rms ) 11 KV

(b) Highest system voltage KV(rms) 12 KV

(c) Dry power Frequency withstand voltage KV(rms ) 35 KV

(d) Wet power frequency withstand voltage KV (rms ) 35 KV

(e) Dry flashover voltage KV(rms) >35KV

(f) Wet flashover voltage KV(rms) >35KV

(g) Dry lighting impulse withstand voltage

a) Positive

b)Negative

KV(peak)

KV(peak)

75KV

75 KV

(h) Dry lighting impulse flashover voltage

c) positive

d) Negative

KV(peak)

KV(peak)

95KV

95 KV

(i) R/V at 1MHz when energized at

10KV/30KV(rms) under dry condition

Microvolt As per IES specification

(j) Creepage distance (mm) mm 320 mm

6. Mechanical characteristics

(a) Minimum failing load KN 5KN

Page 100: Download Bid Document

P a g e |

REQUIRED TECHNLCAL PARICULARS OF COMPOSIT POLYMERIC INSULATOR

FOR 11 KV , 45 KN ( T & C ) TYPE

Sl. no Description Unit 11KV , 45 KN , T& C type

1. Type of Insulator Composite polymeric Insulators

2. Standard according to which the

Insulator manufacture and tested

IES-61109 with up to date amendments

3. Name of material used in manufacture

Of the insulator with class/grade

Silicon/ Polyolefin material

(a) Material of core (FRP rod)

i) E-glass or ECR- glass

ii) Boron content

ECR glass boron content free

(b) Material of housing &Weather sheds

Silicon content by weight

36%

(c) ( material of end fitting ) Hot dip galvanized high strength steel

(d) Sealing compound for end fittings Silicon based sealants

4. Color Grey/ Red

5. Electrical characteristics

(a) Normal system voltage KV(rms ) 11 KV

(b) Highest system voltage KV(rms) 12 KV

(c) Dry power Frequency withstand voltage KV(rms ) 35 KV

(d) Wet power frequency withstand voltage KV (rms ) 35 KV

(e) Dry flashover voltage KV(rms) >35KV

(f) Wet flashover voltage KV(rms) >35KV

(g) Dry lighting impulse withstand voltage

a) Positive

b)Negative

KV(peak)

KV(peak)

75KV

Page 101: Download Bid Document

P a g e |

75 KV

(h) Dry lighting impulse flashover voltage

c) positive

d) Negative

KV(peak)

KV(peak)

95KV

95 KV

(i) R/V at 1MHz when energized at

10KV/30KV(rms) under dry condition

Microvolt As per IES specification

(j) Creepage distance (mm) mm 320 mm

6. Mechanical characteristics

(a) Minimum failing load KN 45KN

7. Dimension of insulator

Inter changeability The composite insulators including the end fitting connection shall be of standard design suitable for

use with the hardware fittings of any make conforming to relevant IEC/IS standards.

Corona and RI performance

All surfaces shall be clean, smooth without cuts, abrasions or projections. No parts shall be subjected

to excessive localized pressure. The insulator and metal parts shall be so designed and manufactured that it

shall avoid local corona formation and not generate any radio interference beyond specified limit under the

operating conditions.

Core

It shall be a glass – fiber reinforce epoxy resin rod of high strength (FRP rod). Glass fibers and resin

shall be optimized in the FRP rod. Glass fibers shall be Boron free electrically corrosion resistant(ECR)

glass fiber or boron free E- class and shall exhibit both high electrical integrity and high resistance to acid

corrosion . the matrix of the FRP rod shall be Hydrolysis resistant. The FRP rod shall be manufactured

through pultrusion process . the FRP rod shall be void free.

Housing (Sheath)

The FRP rod shall be covered by a seamless sheath of a silicon elastometric compound or silicon

alloy compound of a thickness of 3 mm minimum.

It should protect the FRP rod against environment influences, external pollution and humidity. It shall be

excluded or directly moulded on the core and shall have chemical bonding with the FRP rod. The strength of

the bond shall be greater than the tearing strength of the polymer. Sheath material in the bulk as in the

sealing/ bonding area shall be free from voids.

Weather sheds

The composite polymer weather sheds made of silicon elastomeric compound of silicon alloy shall

be firmly bounded to the sheath, vulcanized to the sheath or moulded as part of the sheath and shall be free

from imperfections. The weather sheds should have silicon content of minimum 30% by weight. The

strength of the weather sheds to sheath interface shall be greater than the tearing strength of the polymer.

The interface, if any, between sheds and sheath (housing) shall be free from voids.

End Fittings

End fittings transmit then mechanical load to the core. They shall be made of spheroid graphite cast

iron, malleable cast iron or forged steel or aluminium alloy. They shall be connected to the rod by means of a

controlled compression technique. The gap between fitting and sheath shall be sealed by a flexible silicon

elastomeric compound or silicon alloy compound sealant. System of attachment of end fitting to the rod shall

provide superior sealing performance between housing, i.e. seamless sheath and metal connection. The

sealing must be moisture proof.

The dimensions of end fittings of Insulators shall be in accordance with the standard dimensions stated in

Page 102: Download Bid Document

P a g e |

IS:2486/IEC:60120

Equipment Marking

5.1 Each insulator unit shall be legibly and marked with the following details as per IEC-61109

(a) Month & Year of manufacture

(b) Min. Failing load/ guaranteed mechanical strength in kilo Newton followed by the word KN to

facilitate easy identification.

(c) Manufacture’s name / trade mark.

5.2 One 10mm thick ring or 20mm thick spot of suitable quality of paint shall be marked on the end

fitting of each composite long rod of [particular strength in case of 33 KV insulators for identification in

case both type of insulators are procured by the utility. The paint shall be not have deteriorating effect on

the insulator performance, following codes shall be used as identification mark:

For 45 KN Long unit : Blue

For 70 KN Long unit : Red

6.0 Bid Drawings

6.1 The full description and illustration of the materials offered.

6.2 The bidder furnish alongwith the bid the outline drawing ( 3 copies ) of each insulator unit

including a cross sectional view of the long rod insulator unit. The drawing shall include but not be limited

to the following information.

(a) Long rod diameter with manufacturing tolerance.

(b) Minimum creepage distance with positive tolerance.

(c) Protected creepage distance.

(d) Eccentricity of the long rod unit

(i) Axial run out

(ii) Radial run out

(e) Unit mechanical and electrical characteristics

(f) Size and weight of ball and socket/ tongue & cleaves

(g) Weight of composite long rod units

(h) Materials

(i) Identification Mark

(ii) Manufacturer’s catalogue number

7.0 Type tests

Sl.

No.

Description of type test Test procedure / standard

1. Dry lightning impulse withstand voltage

test

As per IEC 61109 (Clause 6.1)

2. Wet power frequency test As per IEC 61109 (Clause 6.2)

3. Mechanical load- time test As per IEC 61109 (Clause 6.4)

4. Radio Interference test As per IEC 61109 (Clause 6.5) revised

5. Recovery of Hydrophobicity test Annexure-B This test may be repeated every

3 yrs by the manufacturer

6. Chemical composition test for silicon

content

Annexure-B or any other test method

acceptable to the owner

7. Brittle fracture resistance test Annexure-B

8.0 Acceptance (Sample) Tests

8.1 For Composite Insulators

A Verification of dimensions Clause 7.2 IEC:61109

B Verification of the locking system ( if possible) Clause 7.3 IEC:61109

C Galvanizing Test IS 2633 / IS 6745

D Verification of the specified mechanical load Clause 7.4 IEC:61109

8.2 Routine Tests

Sl.

No.

Description Standard

1. Identification of marking As per IEC:61109 Clause 8.1

2. Visual Inspection As per IEC:61109 Clause 8.2

3. Mechanical routine test As per IEC:61109 Clause 8.3

Page 103: Download Bid Document

P a g e |

8.3 Tests During Manufacture

Following tests shall also be carried our

A Chemical analysis of zinc used for galvanizing

B Chemical analysis, mechanical, metallographic test and magnetic particle inspection

for malleable castings

C Chemical analysis, hardness and magnetic particle inspection for forigngs

Page 104: Download Bid Document

P a g e |

6.8 TECHNICAL SPECIFICATION FOR HARDWARE FITTING FOR DISC INSULATOR,

70 KN( B&S)

1.0 Scope: - This specification covers design, drawings, manufacture, testing at manufacturers’ works, supply

and delivery of hardware fittings for strain insulator of ball & socket type .

The fitting shall consist of the following component conforming to relevant IS or equivalent

international specifications :

a) Cross arm strap conforming to IS: 2486 ( Pt-II)-1989. b) Forged steel ball eye for attaching the socket end of the strain insulator to the cross arm

strap. Forging shall be made of steel as per IS : 2004-1978. c) Aluminium alloy thimble socket made out of permanent mould cast , high strength

aluminium alloy for attaching to the strain insulator on one end and for accommodating the loop of the helically formed dead-end fittings at the other end in its smooth internal contour. The thimble socket shall be attached to the strain insulator with the help of locking pin as per the dimension given in IS: 2486(PT-II)-1989

d) Helically formed dead-end grip having a pre-fabricated loop to fit ito the grooved contour to the thimble on one end and for application over the conductor at the other end. The formed fitting shall conform to the requirement of IS:12048-1987.

2.0 Tests: The helically formed fittings for strain insulators shall be subjected to tests as per IS:12048-1987

and the other hardware fittings shall be tested as per IS:2486 (Part-I) or equivalent international

specifications.

3.0 Packing: For packing of strain clamps and related hardware, double gunny bags or wooden cases shall be

used. The fittings shall be properly protected against damage.

The gross weight of the packing shall not normally exceed 50 Kg. Helically formed fittings shall be

packed in card board / wooden boxes. Fittings for different sizes of conductors shall be packed in

different boxes and shall be complete with their minor accessories fitted in place and colour codes

on tags / fittings shall be marked to identify suitability for different sizes of conductors as per

IS:12048-1987 or equivalent international specifications.

4.0 Inspection: All tests and inspections shall be made at the place of manufactur unless otherwise especially

agreed upon by the manufacturer and purchaser at the time of purchase. The manufacturer shall

afford the inspector representing the purchaser all reasonable facilities, without charge, to satisfy

him that the material is being furnished in accordance with this specification.

The purchaser has the right to have the tests carried out at his own cost by an independent agency

whenever there is dispute regarding the quality of supply.

Page 105: Download Bid Document

P a g e |

6.9 TECHNICAL SPECIFICATION FOR POLYMERIC 33 KV AND 11 KV PIN INSULATOR

1.0 Scope

This specification covers design, manufacture, testing at manufacturer’s works, transport

to site, storage, insurance, erection and commissioning of polymeric 33 KV pin insulator

for 33 kV lines.

2.0 Standard

Polymeric compact insulator with suitable groove in upper pin and long threads in lower

part of the pin with nuts, suitable for 33 KV lines shall be conforming to IEC : 1109 with its latest

amendments and revision and having minimum mechanical failing load of 10 K.N. Insulators

conforming to any other internationally accepted standards which ensure equal or higher quality

than the standard mentioned would also be acceptable. A high class quality, corrosion resistant,

fiberglass reinforced rod is the core of every insulator with ultimate mechanical strength at least

twice the maximum working load.

3.0 General Requirements

4.0 The composite polymer insulator should be uni-body design and injection molded directly to the

rod and sealed to the end fittings with bead of silicon to give the insulator high dielectric strength

and protect it from all environmental conditions. The design of the insulator shall be such that

stress due to expansion and contraction in any part of the insulator shall not lead to deterioration.

5.0 The insulator shall be in one piece.

The dimensions of the pins insulator shall be as follows:

33 KV 11KV

a) Composite insulator length 310 mm 210 MM

b) Failing minimum load 10 KN 5 KN

c) Creepage distance (min) mm 925 mm 580 mm

d) Dry power frequency 1 min withstand voltage 70 kV (RMS) 70 kV(RMS)

e) Wet power frequency 1 min withstand voltage 70 kV (RMS) 70 KV(RMS)

f) Dry lightning impulse withstand voltage 170 Kvp 145 Kvp

6.0 Tests

Pin shall comply with the following tests.

1.1 Type test:

a) Visual examination test

b) Verification of dimensions

c) Checking of threads

d) Galvanizing test

e) Mechanical strength tests

1.2 Routine test:

a) Visual examination test

1.3 Acceptance test:

Checking of threads on heads

a) Galvanizing test

b) Mechanical test

7.0 Inspection

All tests and inspections or shall be carried out at the place of manufacturers unless otherwise

agreed by the purchaser and the manufacturers at the time of purchase. A manufacturer shall

afford the inspector or third party nominee representing the purchaser all reasonable facilities,

without charge to satisfy that the materials are being purchased as per specification. The purchaser

reserved the right to have the test carried out at his co.st by an independent agency, whenever

there is dispute regarding the quality of the materials supplied.

8.0 Marking

The pins shall be marked with name of manufacturer, year and name of project.

Page 106: Download Bid Document

P a g e |

6.10 TECHNICAL SPECIFICATION FOR 33 kV AND 11kV PIN INSULATOR

1.0 SCOPE

This specification covers the design, manufacture, testing at manufacturer's works, transport to

site, insurance, storage, erection and commissioning of insulators required for 33 kV and 11kV

lines.

2.0 STANDARD

The pin insulators shall comply with the Indian Standard specification IS : 731/1971 as amended

from time to time having mechanical failing load of 10 K.N for 33 kV insulator and 5KN for

11kV insulator.

Insulators conforming to any other internationally accreted standards which ensure equal

or higher quality than the standard mentioned would also be acceptable.

Where the material is offered according to the inter-national standard a copy of the

specification shall be attached with the tender.

2.1 General requirement: The porcelain should be sound, free from defects, thoroughly vitrified and

smoothly glazed.

2.2 Unless otherwise specified, the glaze shall be brown colour. The glaze shall cover all the porcelain

parts of the insulators except those areas which serve as support during firing or are left unglazed

for purpose of assembly.

2.3 The design of the insulator shall be such that stress due to expansion and contraction in any part of

the insulator shall not lead to deterioration. The porcelain shall not engage directly with hard

metal.

2.4 Cement used in the construction of insulator shall not cause fracture by expansion or loosening by

contraction and proper care shall be taken to locate the individual parts correctly during

cementing. The cement shall not give rise to chemical reaction with metal fitting and its thickness

shall be as uniform as possible.

2.5 The insulator shall be multi-petty-coat type.

3.0 BASIC PARAMETER:

Sl No Particulars

1 Type of insulator 33 KV Pin Insulator 11kV Pin Insulator

2 Applicable Standard IS : 731/1971

3 Material Porcelain sound, free from defects, thoroughly vitrified

and smoothly glazed.

4 Dimension 210x280x145 mm 155x160 mm

5 Minimum failing load 10 KN 5KN

6 Creepage distance 580 mm 320mm

7 Nominal System voltage 33kV

11kV

8 Highest system voltage

(rms)

36 KV

12kV

9 Wet one minute power

frequency test(rms)

75 KV

10 Dry one minute power

frequency test (rms)

95 KV

11 Power frequency flush

over voltage (Dry)

95 KV

12 Power frequency flush

over voltage (Wet)

80 KV

13 Power frequency puncture

withstand (rms)

180 KV

14 Impulse withstand voltage

test(Peak)

170 KV

Page 107: Download Bid Document

P a g e |

4.0 MECHANICAL LOADS

The minimum failing load of the insulators shall be 10 KN for 33 kV and 5KN for

11kV and the load shall be applied in transverse direction.

4.0 CREEPAGE DISTANCE

The minimum total creepage distance for 33kV insulators shall be 580 mm and 320mm

for 11 kV insulators.

5.0 MARKING

Each insulator shall be legibly and indelibly marked to show the following:

a. Name or trade mark of the manufacturer

b. Month and year of manufacture

c. Minimum failing load in KN

d. Country of manufacture

e. ISI certificate mark, if any

f. Name of the Project

The marking on porcelain shall be printed and shall be applied before firing.

6.0 Type Tests

The following type tests shall be conducted on 'a suitable number of individual insulator

unit, components, materials or complete strings:

a) Verification of dimensions

b) Thermal mechanical performance test

c) Power frequency voltage withstand and flashover test (i) dry (ii) wet

d) Impulse voltage withstand and flashover test (dry)

e) Visible discharge test (dry)

f) RIV test (dry)

g) Mechanical failing Load Test (for pin insulator only)

h) 24 hrs. mechanical strength test (for strain / string insulator only)

7.0 Acceptance Test

a) Visual examination

b) Verification of dimension

c) Temperature cycle test

d) Galvanizing test

e) Mechanical performance test

f) Test on locking device for ball and socket coupling

g) Eccentricity test

h) Metallurgical test

i) Grain test

j) Inclusion rating For metal fittings only (in black condition)

k) Chemical analysis

l) Microstructure.

m) Mechanical failing load test (for Pin Insulator only)

n) Electro-mechanical strength test (for strain insulator only)

o) Porosity test

p) Puncture test(for Strain Insulator only)

8.0 ROUTINE TEST

a) Visual Inspection

b) Mechanical routine test (for Strain Insulator only)

c) Electrical routine test (for Strain Insulator only)

9.0 Tests During Manufacture

On all components as applicable

a) Chemical analysis of zinc used for galvanizing

b) Chemical analysis, mechanical, metallographic test and magnetic particle inspection for

malleable castings.

Page 108: Download Bid Document

P a g e |

c) Chemical analysis hardness tests and magnetic particle inspection for forgings

d) Hydraulic Internal Pressure tests On disc insulator shells

10.0 Test Reports

11.1 Copies of type test reports shall be furnished in at least three (3) 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.

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 despatch. 11.2

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

inspection by the Owner's representative.

11.3 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.

11.0 Inspection

a) 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 ;1ub-Contractor's works, raw materials, manufacture of th::; material and

for conducting necessary test as detailed herein.

b) 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.

c) The bidder 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.

d) 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.

e) 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.

12.0 BID DRAWING

The Bidder shall furnish full description and illustration of the material offered.

The Bidder shall furnish along with the bid the outline drawing (6 copies) of each insulator unit

including a cross sectional view of the insulator shell. The drawing shall include but not limited

to the following information:

a. Dimensions with manufacturing tolerances

b. Minimum creepage distance with positive tolerance

c. Protected creepage distance

d. Eccentricity of the disc

i. Axial run out

ii. Radial run out

e. Unit mechanical and electrical characteristics

f. Size and weight of Pin Ball Shank / ball and socket parts

g. Weight of unit insulator disc

h. Materials

i. Identification mark

j. Manufacturer's catalogue number

After placement of award, the Contractor shall submit fully dimensioned insulator drawings

containing all the details, in four (4) 'copies to Owner for approval. After getting approval from

Owner and successful completion of all the type tests, the Contractor shall submit 20 more copies

of the same drawing to the Owner for further distribution and field use at Owner's end.

14.0 Guaranteed Technical Particulars

The guaranteed technical particulars in respect of the Pin Insulators offered shall be submitted

along with the tender.

Page 109: Download Bid Document

P a g e |

6.11 TECHNICAL SPECIFICATION FOR G.I. PIN OF 33kV and 11kV PIN INSULATOR

1.0 Scope 1.1. This specification covers design, manufacture, testing at manufacturer’s works, transport

to site, storage, insurance, erection and commissioning of galvanized forged steel pins for use in 11 KV and 33 kV lines.

2.0 Standard 2.1. The galvanized Iron forged steel pins shall be of type L-230 N conforming to IS 2486 (PT-I/1971) and

IS: 2486 (PT-11/1963) having stalk length of 300 mm and shank length of 150 mm with minimum failing load of 10 kN. Details of the pin are shown in the drawing.

2.2. The pins conforming to any other internationally accepted standards which ensure equal or higher quality than the standard mentioned would also be acceptable.

3.0 General Requirements 3.1. The pins shall be single piece obtained by process of forging. They shall not be made by joining,

welding, shrink fitting or any other process for more than one piece of materials. They shall be of good finish, free from flaws and other defects. The finish of the collar and the shank is avoided.

3.2. All ferrous pins, nuts spring washers shall be galvanized and small fittings like spring washers, nuts etc. may be electroplated with zinc. The threads of nuts and tapped holes etc. shall be rounded. The galvanizing should be as per ISS: 2633/1964.

3.3. The dimensions of the 33kV Pins shall be as follows:

Particulars 33kV Pin 11kV Pin

Minimum failing load 10KN 5KN

Stalk length 230mm 165mm

Shank length 150 mm 150mm

Thickness of collar 6 mm

5mm

Diameter of collar 50 mm 40mm

Diameter of shank 24 mm 20mm

Threaded length of shank 100 mm 100mm

Diameter of stalk head 27.78 mm 18.29

Threaded length of stalk 47 mm 40mm

3.4. The pins shall have minimum failing load of 10 kN and 5KN for 33 kV.and 11kV Pin respectively. 3.5. Tests

Pin shall comply with the following tests.

3.6. Type test: e) Visual examination test

f) Verification of dimensions

g) Checking of threads

h) Galvanizing test

e) Mechanical strength tests

Page 110: Download Bid Document

P a g e |

3.7. Routine test: a) Visual examination test

3.8. Acceptance test: Checking of threads on heads

c) Galvanizing test

d) Mechanical test

4.0 Inspection 4.1. All tests and inspections or shall be carried out at the place of manufacturers unless otherwise

agreed by the purchaser and the manufacturers at the time of purchase. A manufacturer shall afford the inspector or third party nominee representing the purchaser all reasonable facilities, without charge to satisfy that the materials are being purchased as per specification. The purchaser reserved the right to have the test carried out at his cost by an independent agency, whenever there is dispute regarding the quality of the materials supplied.

4.2. Marking The pins shall be marked with name of manufacturer, year and name of project.

Page 111: Download Bid Document

P a g e |

6.12 TECHNICAL SPECIFICATION FOR AAA “WOLF” & “RACCOON” 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.

2.0 Conductor Size xiii) 19/3.40 mm (175 mm² Alloy Area) – wolf xiv) 7/3.81 mm ( 80 mm² Alloy Area ) - Raccoon

3.0 Applicable Standards Unless otherwise stipulated in this specification, the conductor shall comply with IS:398 (Part-IV)-

1994 or the latest version thereof.

4.0 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

Diameter

Cross area

of

nominal

Dia wire

Mass

Maximum

breaking

load after

stranding

Resistance at 20° C

Nominal Min Max Max Stamdard

Mm mm mm mm2 Kg/Km KN Ohm/Km Ohm/Km

3.40 3.37 3.43 9.079 24.51 2.80 3.67 3.96

3.81 3.77 3.85 11.401 30.78 3.34 2.938 2.851

5.0 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)

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

173 19/3.40 172.52 17.00 474.02 0.1969 50.54

Page 112: Download Bid Document

P a g e |

80 7/3.81 79.81 11.43 218.26 0.425 23.41

6.0 Free From Defects The wire shall be smooth and free from all imperfection such as spills, splits etc.

7.0 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.

8.0 Stranding 8.1 The wires used in the construction of a stranded conductor shall before stranding satisfy all the

relevant requirements of this standard.

8.2 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

8.3 The outer layer shall be right handed. The wires in each layer shall be evenly and closely stranded.

9.0 Climatic Conditions The conductor shall be designed to suit for the climatic conditions specified in these bidding

documents.

10.0 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

11.0 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 TDF shall be indicated clearly

on the drums.

Page 113: Download Bid Document

P a g e |

10.1 Packing

10.1.1 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

10.1.2 The normal length of various conductors shall be as given in the following table:

Conductor size Normal Length

175 mm2

alloy area ( 19/3.40mm) 1.1 Km

80 mm² Alloy Area (7/3.81 mm) 1.3 KM

10.1.3 Longer lengths shall be acceptable. 10.1.4 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.

a) Manufacturer’s name. b) Trade Mark, if any. c) Drum or identification number. d) Size of conductor e) Number & lengths of conductor f) Gross Mass of the package g) Net mass of the conductor h) ISI certification mark. i) Name of the Project TDF

11 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 114: Download Bid Document

P a g e |

6.13 TECHNICAL SPECIFICATION FOR HARDWARE FITTINGS

INCLUDING TENSION CLAMP ASSEMBLY (Aluminium Alloy) FOR “RACCOON” AND

“WOLF” CONDUCTOR

1.0 Scope: - This specification covers design, drawings, manufacture, testing at manufacturers’ works, supply and

delivery of suspension clamp for use with Raccoon (7/3.81mm-80 sqmm)/Wolf (19/3.4mm-175

sqmm )conductors within the state of Assam.

2.0 Standard: - The material and process adopted in the manufacture shall conform to the provision of the following

standards amended up-to-date IS: 2486 specification or equivalent international specifications for

Insulator fitting for overhead power lines.

3.0 General: - The tension clamps offered shall be made of die cast high strength aluminium alloy and shall be

suitable for use with “Raccoon and Wolf” conductors together with one set of preformed armour

rods. Suitable sheet metal liner shall be provided.

The clamp shall move easy oscillation around horizontal axis.

The bidder is to quote separately for suspension clamp:

i) Envelope type ii) Bottom free centre type design. The single tension clamp shall consist of the following components: -

Description Quantity Material

1. Ball hook without provision for 1 no. Forged Steel

Arching horn

2. Socket type without provision for 1set. MCI

Arching horn

1. Tension clamp for AAAC 1 no Alumium alloy Raccoon /Wolf conductors

The clamp shall be of high corrosion resistant, light in weight, have low effective power loss and

small moment of inertia enabling it to follows freely the movements of the conductor

The tension clamp shall also be provided with suitable socket or clevis eye for connecting it to the

insulator string.

The seat and clamping surface should be smooth, without any projections or sharp bends and should

be formed to support the conductor on long, easy curves at the comparatively sharp bends.

Minimum failing load = 70 KN.

The slip strength of tension clamp shall not exceed 15% of the breaking load of the conductor.

Page 115: Download Bid Document

P a g e |

4.0 Tests: - The hardware fittings shall be subjected to all the tests in accordance with relevant Indian Standard

Specifications. The purchaser shall have the right to carryout acceptance tests, in the presence of

representatives of the purchaser.

The bidder shall submit type test certificate along with the tenders.

The following tests shall be carried out.

i) Type Test: -

(a) Slip Strength test for clamp. (b) Mechanical test for clamp & fittings (c) Heating cycle test. (d) Verification of dimensions. (e) Galvanizing / Electroplating test. (f) Visual examination test

ii) Acceptance Test:

a) Dimensional test. b) Galvanizing test. c) Mechanical test for clamp & fittings d) Electrical Resistance Test.

iii) Routine Test:

a) Visual examination test.

b) Routine mechanical test.

Guaranteed Technical Particulars (GTP) and drawing specifically showing all dimensions are

to be submitted along with technical bids.

Page 116: Download Bid Document

P a g e |

6.14 TECHNICAL SPECIFICATION FOR P.G CLAMP FOR AAA RACOON /WOLF CONDUCTOR

1.0 Scope:

The scope covers design, manufacturing, testing at work, transport at site, insurance,

storage, erection and commissioning of P.G. Clamp suitable for Conductor size

Wolf/Raccoon/Weasel/3 Bolt Type strictly conforming to the following standards:

2.0 Standards:

P.G. Clamps suitable for conductor size, wolf/raccoon/weasel 3 bolt types strictly conforming

to IS : 2121 and galvanizing conforming to IS: 2633 or equivalent international specifications

as per the following:

P.G. clamp body to be made from aluminium alloy

Clamps nuts and bolt and washer should be made of hot deep galvanized steel

Spring washer be made of electro-galvanize special steel.

Style

No.

Conductor Maximum

conductor

diameter in

mm

Dimensions

No of

Bolts

Approx.

Weight

Kg.

A

mm

B

mm

C

mm

D

mm

E

mm

A-83 Wolf

20.78 140 76 42 5/8 1 3 0.51

A-81 Racoon

14.45 95 57 30 1/2 2 2 0.18

3.0 Inspection may be carried out by the purchaser or third party nominee at any stage of

manufacture. The supplier 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 117: Download Bid Document

P a g e |

6.15 TECHNICAL SPECIFICATION FOR STAY SET (HT )

1.0 Scope: 1.1. This specification covers the design, manufacture testing at manufacturer's works, transport to

site, insurance, storage, erection and commissioning of the Stay Sets (HT) required from the distribution lines at designated locations.

2.0 Standard: 2.1. All the materials of stay sets shall comply in all respects with the requirements of the latest

edition of the relevant Indian or British Standard specification except in so far as they are modified this specification.

3.0 Design Consideration: 3.1. Stay Rods shall be Galvanised and shall be of circular Cross-section with bow, thimble, nuts and

bolts. The Rods shall be threaded at one end up to a minimum of 30 cm length and shall be complete with Galvanised M.S. Anchor Plates with all necessary accessories. All parts shall be heavily galvanised.

4.0 Testing: 4.1. Type and Routine Tests should be carried on different components of each stay sets as per

relevant Indian Standard specification and certified copies of the above should be submitted along with the tender.

5.0 Schedule Requirement: Stay sets complete with Thimble bow stay Rod/Anchor plate with nuts etc. and made of Rolled

mild Steel Rod and plates as per detailed given below:

5.1. Anchor Plate: I) Thickness not below 5 mm.

II) Size not below 300 mmX300 mm with smooth edges (for HT)

III) Well galvanised

IV) Materials M.S. Rolled plate

V) About 20 mm square hole at centre for locking the plate with the Anchor Rod (for HT)

5.2. Anchor Rod: VI) Length 1800 mm or above

VII) Threaded length 30 cm or above

VIII) Diameter 18 mm or above (for HT)

IX) Anchor plate and head: square size 30mm X 30mm with thickness 25 mm having

matching square size shank for locking the Anchor plate.

X) One ratched lock nuts, grooves must match the grooves at bow flange

XI) One check nut.

XII) Materials H.S.

XIII) Component well galvanised with extra care for the threaded portion.

XIV) Both lock and check nuts should be matching to the Anchor Rod thread such that

punching of thread after assembly at site safeguards them against removal.

5.3. Thimble: The match bow diameter and bend should be well galvanised. 5.4. Bow: Rod diameter 12mm/16mm or above overall length 35cm/40cm or above. Flange with well

formed locking grooves matching the locking nut, bow ends will be riveted securely with the flange. All items to be galvanised.

Page 118: Download Bid Document

P a g e |

6.0 Inspection: 6.1. All tests and inspections shall be carried out at the place of manufacturer unless

otherwise agreed by the purchaser and the manufacturers 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 the materials supplied.

7.0 Marking: The equipments shall be marked with name of manufacturer, year and name of project.

6.16 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.

2.0 Materials.

The wire shall be manufactured from steel, made by any suitable process and shall not contain

sulphur and phosphorus exceeding 0.065 percent each.

The wires shall be coated with Zinc Grade Zn 98 of IS:209-1966

The general requirements for the supply of Galvanized stay strand shall be in accordance with

IS:1387-1967 or equivalent international specifications.

3.0 Construction

3.1 Grades: The wire shall be of Grade-I and tensile strength range 45 up to and including Kg/mm

3.2 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.

3.3 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

3.4 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.

4.0 Freedom from Defects :

4.1 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.

5.0 Tests:

5.1 Chemical Analysis: Unless otherwise agreed to between the purchaser and the supplier, the

chemical analysis be carried out.

5.2 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.

5.2.1 The tensile strength of the finalised strand shall be not less tI~an 93 percent of the aggregate of the

single wires.

5.3 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.

5.3.1 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.

6.0 Marking:

6.1 Each coil shall be provided with a label, fixed firmly on the inneJ part of the coil, bearing 'the

following information.

a. Manufacturer's name or trade mark

b. Lot number and coil number

Page 119: Download Bid Document

P a g e |

c. A brief description and quality of the materials.

d. Weight and

e. Any other particulars specified by the purchaser

f. Name of the project TDF.

6.2 The label may also be marked with the ISI certification mark.

7.0 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 .

6.17 TECHNICAL SPECIFICATION OF HT GUY INSULATOR

1.0 Scope

This specification covers design, manufacture, testing, transport to site, insurance, storage,

erection and commissioning of the strain type porcelain Guy Insulator used in distribution

overhead power lines.

2.0 Standard

This insulators shall comply with Indian Standard specification IS: 5500/1969 and as amended

from time to time except where they conflict with the requirements in this specification.

Offers conforming to any other internationally accepted standard which ensure equal or higher

quality than the standard mentioned will be acceptable.

3.0 General Requirements

This porcelain shall be sound, free from defects, thoroughly vitrified and smooth glazed.

The design of the insulator shall be such that stresses to expansion and contraction at any part of

the insulator shall not load to its deterioration.

The glaze, unless otherwise specified, shall be brown in colour. The glaze shall cover the entire

porcelain surface parts except those areas that serves as supports during firing or area otherwise

required to be left unglazed.

4.0 Insulator Characteristics

The Guy Strain Insulators shall have the electrical and mechanical characteristics as shown

below:

H.T. Strain Type Porcelain Guy Insulator

1)Length 140 mm

2)Diameter 85 mm

3)Cable hole dia 25 mm + 1.5

4)Minimum failing load 88 KN

5)Creepage distance 48 mm

6) Dry one minute power frequency withstand 27 KV (rms) voltage

7) Wet one minute power frequency withstand 13 KV (rms) voltage

5.0 Test

All insulators shall comply the following test as per IS : 5300

A) Routine test:

The following shall be carried out as., routine test.

a) Visual Examination

Every insulators shall be visually examined. The insulators shall be free from physical distortion of

shape and defects, and thoroughly verified and smoothly glazed. They should be free from cracks or

any other defects likely to be prejudicial to the satisfactory performance in service.

b) Type test:

The following shall constitute the type test and those shall be conducted in the order given below:

i. Visual examination

ii. Verification of dimensions

iii. Temperature cycle test

iv. Dry one minute power frequency voltage withstand test

Page 120: Download Bid Document

P a g e |

v. Wet one minute power frequency voltage withstand test

vi. Mechanical strength test

vii. Porosity test.

The number of samples for type test are to be agreed to between the purchaser and the supplier.

c) Acceptance Test (to be conducted in the following order)

i. Verification of Dimensions

ii. Temperature cycle test

iii. Mechanical strength test

iv. Porosity test

The number of samples for acceptance test shall be in accordance to IS: 5300.

d) Type test certificate from National Test House/ Govt. recognized institutions/ Govt.

recognized public Testing Laboratories are also to be submitted along with the offer, failing

which the offer is liable for rejection.

6.0 Marking

Each insulator shall be legibly and indelibly marked to shown the following:

a.Name of trade mark of the manufacturer

b.Year of manufacture and name of project TDF 2010-11

Marking on porcelain shall be printed and shall be applied before firing. Insulators may also be

marked with the ISI certification mark.

7.0 Inspection

All tests and inspections shall be carried out at the place of manufacturer unless otherwise agreed

by the purchaser and the manufacturer at the time of purchase. The manufacturer shall afford the

inspector representing the purchaser or the third party nominee, all reasonable facilities, without

charge, to satisfy that materials are being furnished in accordance with the specification. The

purchaser reserves the right to have the test carried out at his own cost by an independent agency

whenever there is dispute regarding the quality of materials supplied.

8.0 Drawing

Drawing specifically showing all dimensions is to be submitted along with technical bid.

Page 121: Download Bid Document

P a g e |

6.18 TECHNICAL SPECIFICATION FOR G.I. WIRE

1.0 Scope

This specification covers the manufacturing, testing at works, transport to site, insurance,

storage, erection and commissioning of Galvanised Iron Wire of sizes 4 mm and 5 mm

diameter.

2.0 General requirements

It relating to the supply of mild steel wire shall be as per IS: 1387/1967 or equivalent

international specifications and the wire shall be drawn from the wire rods conforming to IS:

7887/1975 or equivalent international specifications.

The requirements for chemical composition for the wires shall conform to IS:7887/1975 or

equivalent international specifications.

Mild steel wire for General Engineering purpose shall be of following sizes:

I) 4mm - diameter (8 SWG)

II) 5mm - diameter (6 SWG)

Tolerance permitted on the diameter of wire shall be as per Table -1 of IS:280/1978.

3.0 Climatic Conditions

The cross arms should be suitable for the climatic condition mentioned In these bidding

documents:

4.0 Mechanical Properties

4.1 Tensile Test: Tensile strength of wire when tested in accordance with IS:

1521-1972, shall be within the limits given in Table-2 of IS: 280/1978.

4.2 Wrapping Test: Wires shall be subjected wrapping test in accordance with IS: 1755-1961 or

equivalent international specification. The wire shall withstand without breaking or splitting. being

wrapped eight times round its own diameter and subsequently straightened.

5.0 Surface finish

a. The wire shall have galvanized finishes. The galvanized coating of steel wire shall conform to

the requirements for anyone of the types of coatings given in IS: 4826-1968 as per agreement

with the purchaser.

b. The coating test for finishes other than galvanized, copper coated or tinned shall be subject to

between the purchaser and the manufacturer.

c. Unless otherwise agreed to the method of drawing representative samples of the material and

the criteria for conforming shall be as prescribed in Appendix (A) of IS: 280/1978.

d. All finished wires shall be well and cleanly drawn to the dimensions specified. The wire shall

be sound, free from splits, surface flaws, rough jagged and imperfect edges and other harmful

surface defects.

e. Each coil of wire shall be suitably bound and fastened compactly and shall be protected by

suitably wrapped.

6.0 Marking

Each coil of wire shall be marked legibly with the finish size of wire, lot number and trade mark of

the name of the manufacturer. The material may also be marked with the ISI certification mark and

name of the project TDF.

7.0 INSPECTION

Inspection may be carried out by the purchaser or third party nominee at any stage of manufacture.

The supplier 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 122: Download Bid Document

P a g e |

6.19 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 Climatic Conditions

I. Maximum ambient temperature in shade : 40°C

II. Minimum daily average ambient air temperature : 35°C

III. Maximum yearly average ambient air temperature : 30°C

IV. Maximum ambient temperature 2°C

V. Maximum relative humidity : 93%

VI. Average number of thunder storms days per annum : 45 days

VII. Average number of rainy days per annum : 150 days

VIII. Average annual rainfall : 2280 mm

IX. Number of months of tropical monsoon conditions : 5 months

X. Maximum wind pressure :150 Kg/sq.m

XI. Altitude not exceeding :1000 M

4.0 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.

5.0 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

Page 123: Download Bid Document

P a g e |

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 m

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.

6.0 TEST

1.0 Hammer test: Each pipe when tested for soundness by striking with a light hand hammer shall emit

a clear ringing sound.

1.1 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.

2.0 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.

3.0 Coating

Normally pipes, unless specially ordered, shall be supplied free of coating on surfaces.

4.0 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. Name of the project ABY shall

be marked.

Page 124: Download Bid Document

P a g e |

SECTION -7

GUARANTEED TECHNICAL

PARTICULARS

Page 125: Download Bid Document

P a g e |

GUARANTEED TECHNICAL PARTICULARS FOR PSC POLES [9.75M ]

(To be filled in by the bidder)

SL.

NO.

ITEM 9.75 Meter 8.5 Meter 7.5 Meter

1 Name and address of

manufacturer

2 Type of Pole

3 Applicable Standard

4 Length of pole

5 Depth of Plantation

6 Bottom Depth

7 Top Depth

8 Breath

9 Diameter of pre-

stressing wire

10 No. of tensioned wire

per pole

11 Minimum Ultimate

Tensile strength of 4

MM HT wire

12 Minimum initial pull of

4 mm wire

13 Spacing HT wires

14 Quantity of HT wire/

pole

15 Min Quantity of

cement

16 Quantity of Stone

chips

Page 126: Download Bid Document

P a g e |

17 Quantity of sand

18 Link & spiral

19 M.S spiral

20 Maximum Aggregate

size

21 Total weight per pole

22 Minimum clear cover

23 Factor of safety

24 Concrete grade

25 Ultimate Load

26 Earthing shall be

provided by 4 MM dia.

Galvanized iron wire

embedded in concrete

27 one marks to be

provided at ground

level

28 28 days cube strength

of concrete ( Min)

as per IS : 456/2000.

Page 127: Download Bid Document

P a g e |

GUARANTEED TECHNICAL PARTICULARS OF ALL ALUMINUM ALLOY CONDUCTOR (AAAC)

(To be filled in by the bidder)

Sl. No. Description Unit AAAC Wolf AAAC Raccoon

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

Page 128: Download Bid Document

P a g e |

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

Page 129: Download Bid Document

P a g e |

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 manufactured if required for

single stretch

Meter

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

Page 130: Download Bid Document

P a g e |

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 131: Download Bid Document

P a g e |

GUUAARRAANNTTEEEEDD TTEECCHHNNIICCAALL PPAARRTTIICCUULLAARRSS OOFF 3333 kkVV PPIINN IINNSSUULLAATTOORR

(To be filled in by bidder)

Sl. No. Description Particulars

1 Manufacturer’s Name & Address

2 Type of insulator offered

3 Drawing Numbers

4 Over all Dimensions (mm)

a)Height

b)Out Diameter

5 Nominal System Voltage(kV)

6 Highest System Voltage (kV)

7 Minimum Failing Load (kN)

8 Dry Power Frequency Flashover Voltage (kV)

9 Wet Power Frequency Flashover Voltage (kV)

10 Puncture Withstand Voltage (Power Frequency) (kN)

11 Min. Creepage Distance (mm)

12

Impulse Flashover Voltage : (kV)

a)1.2/50 Micro Sec. Wage of Positive Polarity

b)1.2/50 Micro Sec. Wage of Negative Polarity

13 Impulse Withstand Voltage : (kV)

a)1.2/50 Micro Sec. Wave of Positive Polarity

b)1.2/50 Micro Sec. Wave of Negative Polarity

14 Dry Power Frequency 1 Min. Withstand Voltage (kN)

15 Wet Power Frequency 1 Min. Withstand Voltage (kN)

16 Minimum Visible Discharge Test Voltage

17 Net Weight (Approx.) (Kg)

18 Standard According to which Porcelain Insulators be

Manufactured and Tested

19 Tolerance in Dimensions, if any (as per ISS)

20 Temperature Cycle Test (as per ISS)

21 Porosity Test (as per ISS)

22 Performance guarantee

Page 132: Download Bid Document

P a g e |

GGUUAARRAANNTTEEEEDD TTEECCHHNNIICCAALL PPAARRTTIICCUULLAARRSS OOFF GGII PPIINN FFOORR 3333 KKVV PPIINN IINNSSUULLAATTOORR

(To be filled in by the bidder)

Sl. No. PARAMETER GUARANTEED VALUE

1 Name & address of the manufacturer

2 Physical dimensions

a. Stalk length in mm

b. Shank length in mm

c. Thickness of collar in mm

d. Diameter of collar in mm

e. Diameter of shank in mm

f. Threaded length of shank in mm

g. Dia of stalk head in mm

h. Threaded length of stalk in mm

3 Gross weight in kg.

4 Weight of zinc coating in gms

5 Mechanical failing load in KN

6 Other particulars

7 Performance guarantee

Page 133: Download Bid Document

P a g e |

GGUUAARRAANNTTEEEEDD TTEECCHHNNIICCAALL PPAARRTTIICCUULLAARRSS OOFF 3333kkVV DDIISSCC IINNSSUULLAATTOORR –– 7700 kkNN ((BB && SS))

(To be Filled in by the bidder)

1 Manufacturer’s Name & Address Guaranteed Value

2 Type of insulator offered

3 Drawing Numbers

5 Nominal System Voltage (kV)

6 Highest System Voltage (kV)

7 Minimum Failing Load (kN)

8 Dry Power Frequency Flashover Voltage (kV)

9 Wet Power Frequency Flashover Voltage (kV)

10 Puncture Withstand Voltage (Power Frequency) (kN)

11 Min. Creepage Distance (mm)

12 Impulse Flashover Voltage : (kV)

a)1.2/50 Micro Sec. Wage of Positive Polarity

b)1.2/50 Micro Sec. Wage of Negative Polarity

13 Impulse Withstand Voltage : (kV)

a)1.2/50 Micro Sec. Wave of Positive Polarity

b)1.2/50 Micro Sec. Wave of Negative Polarity

14 Dry Power Frequency 1 Min. Withstand Voltage (kN)

15 Wet Power Frequency 1 Min. Withstand Voltage (kN)

16 Minimum Visible Discharge Test Voltage

17 Net Weight (Approx.) (Kg)

18 Standard According to which Porcelain Insulators be Manufactured and Tested

19 Tolerance in Dimensions, if any (as per ISS)

20 Temperature Cycle Test (as per ISS)

21 Porosity Test (as per ISS)

22 Performance guarantee

Page 134: Download Bid Document

P a g e |

GGUUAARRAANNTTEEEEDD TTEECCHHNNIICCAALL PPAARRTTIICCUULLAARRSS OOFF 1111 KKVV DDIISSCC IINNSSUULLAATTOORR –– 4455 kkNN ((BB && SS))

(To be filled in by the bidder)

SL.NO. PARAMETER GUARANTEED VALUE

1 Manufacturer’s Name & Address

2 Type of insulator offered

3 Drawing Numbers

4 Over all Dimensions (mm)

a) Height

b) Out Diameter

5 Nominal System Voltage (kV)

6 Highest System Voltage (kV)

7 Minimum Failing Load (kN)

8 Dry Power Frequency Flashover Voltage (kV)

9 Wet Power Frequency Flashover Voltage (kV)

10 Puncture Withstand Voltage (Power Frequency) (kN)

11 Min. Creepage Distance (mm)

12 Impulse Flashover Voltage : (kV)

a) 1.2/50 Micro Sec. Wage of Positive Polarity

b) 1.2/50 Micro Sec. Wage of Negative Polarity

13 Impulse Withstand Voltage : (kV)

a) 1.2/50 Micro Sec. Wave of Positive Polarity

b) 1.2/50 Micro Sec. Wave of Negative Polarity

14 Dry Power Frequency 1 Min. Withstand Voltage (kN)

15 Wet Power Frequency 1 Min. Withstand Voltage (kN)

16 Minimum Visible Discharge Test Voltage

17 Net Weight (Approx.) (Kg)

18 Standard According to which Porcelain Insulators be Manufactured and Tested

Page 135: Download Bid Document

P a g e |

19 Tolerance in Dimensions, if any (as per ISS)

20 Temperature Cycle Test (as per ISS)

21 Porosity Test (as per ISS)

22 Performance guarantee

Page 136: Download Bid Document

GGUUAARRAANNTTEEEEDD TTEECCHHNNIICCAALL PPAARRTTIICCUULLAARRSS OOFF HH..TT.. GGUUYY IINNSSUULLAATTOORR

(To be filled in by the bidder)

Sl. NO. PARAMETER GUARANTEED VALUE

1 Manufacturer’s Name & Address

2 Type of insulator

3 Standards to which insulator will conform

4 Dimensions

5 Hole diameter (mm)

6 Color of glaze

7 Dry Power Frequency withstand Voltage (kV)

8 Wet Power Frequency withstand Voltage (kV)

9 Minimum failing load (Newton)

10 Minimum Creepage distance (mm)

11 Weight per piece (Kg)

12 Temperature cycle test (as per ISS)

13 Porosity test (as per ISS)

14 Tolerance, if any (as per ISS)

15 Performance guarantee

Page 137: Download Bid Document

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 138: Download Bid Document

GUARANTEE TECHNLCAL PARTICULARS OF COMPOSIT POLYMERIC INSULATOR

FOR 11 KV , 45 KN ( T & C ) TYPE

Sl.

no

Description Unit 11KV , 45 KN , T& C type

Name of Manufacturer & Address

1. Type of Insulator

2. Standard according to which the

Insulator manufacture and tested

3. Name of material used in manufacture

Of the insulator with class/grade

(a) Material of core (FRP rod)

i) E-glass or ECR- glass

ii) Boron content

(b) Material of housing &Weather sheds

Silicon content by weight

(c) ( material of end fitting )

(d) Sealing compound for end fittings

4. Color

5. Electrical characteristics

(a) Normal system voltage KV(rms )

(b) Highest system voltage KV(rms)

(c) Dry power Frequency withstand voltage KV(rms )

(d) Wet power frequency withstand voltage KV (rms )

(e) Dry flashover voltage KV(rms)

(f) Wet flashover voltage KV(rms)

(g) Dry lighting impulse withstand voltage

a) Positive

b)Negative

KV(peak)

KV(peak)

Page 139: Download Bid Document

(h) Dry lighting impulse flashover voltage

c) positive

d) Negative

KV(peak)

KV(peak)

(i) R/V at 1MHz when energized at 10KV/30KV(rms)

under dry condition

Microvolt

(j) Creepage distance (mm) mm

6. Mechanical characteristics

(a) Minimum failing load KN

7. Dimension of insulator

(i) Weight Kg

(ii) Dia of FRP rod mm

(iii) Length of FRP rod mm

(iv) Die. Of Weather sheds mm

(v) Thickness of housing mm

(vi) Dry arc distance mm

Dimension drawing of insulator including weight

with clearances min weight enclosed

8. Method of fixing of sheds to housing (specify single

moulder Modular construction moulding )

9. No. of Weather sheds

10. Types of sheds

(i) Aerodynamic

(ii) With under ribs

11. Packing details

(a) Types of packing

(b) No. of insulator each pack

(c) Gross weight of package

12. Any other particulars which the bidder may like to

give

Page 140: Download Bid Document

GUARANTED TECHNICAL PARTICULARS OF COMPOSITE POLYMERIC INSULATOR

FOR 11 KV , 5 KN PIN INSULATOR TYPE

Sl.

no

Description Unit 11KV , 5 KN , PIN

INSULATOR

Name of Manufacturer & Address

1. Type of Insulator

2. Standard according to which the

Insulator manufacture and tested

3. Name of material used in manufacture

Of the insulator with class/grade

(a) Material of core (FRP rod)

i) E-glass or ECR- glass

ii) Boron content

(b) Material of housing &Weather sheds

Silicon content by weight

(c) ( material of end fitting )

(d) Sealing compound for end fittings

4. Color

5. Electrical characteristics

(a) Normal system voltage KV(rms )

(b) Highest system voltage KV(rms)

(c) Dry power Frequency withstand voltage KV(rms )

(d) Wet power frequency withstand voltage KV (rms )

(e) Dry flashover voltage KV(rms)

(f) Wet flashover voltage KV(rms)

(g) Dry lighting impulse withstand voltage

a) Positive

b)Negative

KV(peak)

KV(peak)

Page 141: Download Bid Document

(h) Dry lighting impulse flashover voltage

c) positive

d) Negative

KV(peak)

KV(peak)

(i) R/V at 1MHz when energized at 10KV/30KV(rms)

under dry condition

Microvolt

(j) Creepage distance (mm) mm

6. Mechanical characteristics

(a) Minimum failing load KN

7. Dimension of insulator

(i) Weight Kg

(ii) Dia of FRP rod mm

(iii) Length of FRP rod mm

(iv) Die. Of Weather sheds mm

(v) Thickness of housing mm

(vi) Dry arc distance mm

Dimension drawing of insulator including weight

with clearances min weight enclosed

8. Method of fixing of sheds to housing (specify

single moulder Modular construction moulding

)

9. No. of Weather sheds

10. Types of sheds

(i) Aerodynamic

(ii) With under ribs

11. Packing details

(a) Types of packing

(b) No. of insulator each pack

(c) Gross weight of package

12. Any other particulars which the bidder may like

to give

Page 142: Download Bid Document

Guaranteed Technical Particulars of Composite 33 KV Disc Insulator

Sl.

No. Description Unit

33 KV,70 KN

1. Type of Insulator

2. Standard according to which the

Insulator manufacture and tested

3. Name of material used in manufacture

of the insulator with class/grade

(a) Material of core(FRP rod)

i) E-glass or ECR-glass ii) Boron content

(b) Material of housing & Weather sheds

silicon content by weight

(c) (Material of end fitting)

(d) Sealing compound for end fittings

4. Colour

5. Electrical characteristics

(a) Normal system voltage KV(rms)

(b) Highest system voltage KV(rms)

(c) Dry power frequency withstand voltage KV(rms)

(d) Wet power frequency withstand voltage KV(rms)

(e) Dry flash over voltage KV(rms)

(f) Wet flash over voltage KV(rms)

(g) Dry lightning impulse withstand voltage

a) Positive b) Negative

KV(peak)

(h) Dry lightning impulse flash over voltage

c) Positive d) Negative

KV(peak)

(i) R/V at 1 MHz when energized at

10KV/30KV (rms) under dry condition.

Microvolt

(j) Creepage distance (mm) (mm)

6. Mechanical characteristics

Page 143: Download Bid Document

(a) Minimum failing load KN

7. Dimension of insulator

(i) Weight kg

(ii) Dia of FRP rod mm

(iii) Length of FRP rod mm

(iv) Dia. of Weather sheds mm

(v) Thickness of housing mm

(vi) Dry arc distance mm

Dimension drawing of insulator

including weight with clearances in

weight enclosed.

Yes/No.

8. Method of fixing of sheds to

housing(specify single moulder Modular

construction moulding)

9. No. of Weather sheds

10. Types of sheds

(i) Aerodynamic

(ii) With under ribs

11. Packing details

(a) Type of packing

(b) No. of insulator each pack

(c) Gross weight of package

12. Any other particulars which the bidder

may like to give.

Page 144: Download Bid Document

GUARANTED TECHNICAL PARTICULARS OF 33 KV COMPOSITE POLYMER PIN INSULATORS

Sl.

No Description

33 kV,

10 KN

1 Name of Manufacturer

2 Address:

(a) Registered Office

(b) factory

3 Type of Insulators

4 Standard specification to which the insulators manufactured and tested

5 Name of Material used in manufacture of the Insulator ( With class/ Grade)

(a) Material of core rod

(b) Material of Housing & Weather sheds (silicon content by weight)

(c) Material of end fittings : tongue/ clevis

(d) Sealing compound for end fitting

6 Colour Glaze of Insulator

7 Electrical Characteristics:

(a) Nominal System Voltage ( kV RMS)

(b) Highest System voltage (kV RMS)

(c) Dry power frequency withstand (kV RMS)

(d) Wet power frequency withstand (kV RMS)

(e) Dry flash over voltage (kV RMS)

(f) Wet flash over voltage (kV RMS)

(g) Dry lightening impulse withstand voltage

(a) Positive (kV Peak)

(b) Negative (kV Peak)

(h) Dry lightening impulse flashover voltage

(a) Positive (kV Peak)

(b) Negative (kV Peak)

(i) RIV at 1MHz when energised at 10kV/30kV(rms) under dry condition(microvolt)

(j) Creepage distance (min) mm

Page 145: Download Bid Document

8 Mechanical Characteristics:

Minimum failing load(KN)

9 dimensions of insulator:

(i) Weight(kg)

(ii) dia of FRP rod(mm)

(iii) Length of ERP rod(MM)

(iv) dia of weather sheds (mm)

(v) Thickness of housing (mm)

(vi) Dry arc distance(mm)

10

Dimensioned drawings of Insulator(inclluding weight with

tolerances in weight) enclosed

11

Method of fixing of sheds to housing specify):- Single mould or modular

construction( injection moulding/ compression moulding)

12 No. of weather sheds

13 Type of sheds

(i) Aerodynamic

(ii) With under ribs

14 Packing details

(a) Type of packing

(b) No. of Insulators in each pack

(c) Gross weight of package