Government of Kerala Public Works Department
Kerala State Transport Project Tender No. 06/2014 dated 30/04/2014
Tender Document
For the Supply of: Electrical Items
(Ettumanur ‐ Muvattupuzha & Thiruvalla Bye Pass Roads)
Issued to
M/s. …………………………………………………………… ………………………………………………………………… ………………………………………………………………… …………………………………………………………………
Project Director
Kerala Public Works Department Kerala State Transport Project II (KSTP)
Project Management Team T.C.11/339, JAGAD Building
Keston Road, Nanthancode, Kowdiar.P.O Thiruvananthapuram
Government of Kerala Public Works Department
Kerala State Transport Project (KSTP II)
Tender Notice No. 753/AE‐5/2013/KSTP dated 30.04.2014 Sealed competitive tenders are invited for the supply of Electrical materials required for shifting electric posts and allied units for the upgradation works of KSTP II – roads viz Ettumanur – Muvattupuzha and Thiruvalla Bye pass Roads. The materials are to be supplied in the proposed site as directed by Executive Engineer, KSTP Muvattupuzha Division.
SI No Name of work Estimate PAC
Bid Security
Cost of Tender form
06/14 Upgradation works in the Ettumanur –Muvattupuzha and Thiruvalla Bye Pass Roads‐: Supply of ASCR Conductor, V cross arm, Stay set, C Channels, HT Pin Insulator, Disc Insulator, F Type bracket etc
Rs. 95 Lakhs Rs. 50000.00 Rs. 15750.00
Issue of Tender Document: Receipt of Tender: Opening of Tender: Period of Completion:
From 10.30 AM on 07/05/2014 to 2PM on 23/05/2014 Up to 3 PM on 23/05/2014 At 3.30 PM on 23/05/2014 To be completed within 45 days
Further details can be had from the office of the undersigned during office hours. The tenders can be purchased from the Offices of the Project Director, KSTP Thiruvananthapuram on payment by Demand Draft payable at Trivandrum in favour of the Finance Controller Kerala State Transport Project or can be downloaded from the website www.keralapwd.gov.in. For those who wish to download tender documents from the website shall enclose cost of tender form as Demand Draft payable at Trivandrum drawn in favour of Finance Controller KSTP. Thiruvananthapuram Sd Project Director (KSTP) Kerala State Transport Project II
T.C.11/339, JAGAD Building Keston Road, Nanthancode
Kowdiar.P.O, Thiruvananthapuram – 695003 On behalf of the Governor of Kerala
Instructions to Tenderers
1. The Tenderer shall be a supplier or manufacturer for items mentioned in the attached schedule. The Tenderers shall carefully study in detail, the General Conditions of Contract, Technical Specifications and Instructions to Tenderers before submission of the Tender.
2. Use of Tender Form: No alteration shall be made in the Tender Form or Schedules or the
specifications annexed hereto, except to the extent of filling in the Tender Forms and Schedules. 3. Clarifications: If the Tenderer has any doubt about any portion of the General Conditions of Contract,
Instructions to Tenderers or the Technical Specifications, he should get it clarified from the office of the undersigned before the submission of the Tender.
4. Contract Agreement: The successful Tenderer shall, within 20 days from the date of placement of
detailed order, execute the Contract Agreement, with Kerala State Transport Project for the proper and satisfactory fulfillment of the Contract, after furnishing the necessary Security Deposit as stated in clause 7 of the General Conditions of Contract.
5. Guarantee: The materials offered should be guaranteed for a minimum period of 18 months from
the date of acceptance of the materials at site or 12 months from the date of actual use of the materials whichever is earlier. Any defective or damaged material shall be replaced by the Supplier free of all costs to KSTP and to the full satisfaction of KSTP, during the Guarantee period. The Performance Security shall, subject to the condition specified herein, be returned to the Contractor after the expiry of the Guarantee period.
6. Terms of Payment: 90% of the payment with full taxes, duties, Freight & Insurance etc. shall be
made as soon as the materials are accepted by KSTP, on presentation of the following:
a. Contract agreement duly executed, b. Performance Security for 5% value of the Contract Price, c. Certificate for payment of Sale Tax as per clause 18 below; and d. Invoice duly certified by the Execute Engineer for having received the materials as per
the invoice, as per specification, in good condition. Balance payment of 10% shall be given on submission of utilization certificate of the materials by Executive Engineer, KSTP Division, Muvattupuzha
7. Failure to Supply: If the successful Tenderer fails to fulfill the contract in full within the delivery
period, any or all of the materials not supplied may be purchased by another tender or from the next higher Tenderer who has offered to supply these items. The damages and losses caused to KSTP in this regard will be recovered from the defaulted Tenderer.
8. Notice: Every notice hereby required or authorized to be given to the Supplier personally or left at
his residence or last known place of residence or last known place of abode or business, or may be handed over to his agent personally or may be addressed to the Supplier by Post at his usual or last known place of abode if so addressed to the Supplier and posted shall be deemed to have sufficiently served on the Supplier on the date which the ordinary course of mail would reach his place of abode or business.
9. Standards: The Tenderer shall undertake to supply the materials as per the latest relevant IS,
specifications and samples.
10. Deviations: The Specifications mentioned in the Tender documents are for the guidance of the Tenderer. Deviations from specifications will be considered on their relative merits in terms of performance, efficiency, durability and overall economy, but these should be in consistence with the requirement specified herein and should not be repugnant to the relevant IS.
11. Firmness of Prices: Prices quoted shall be firm. No representation for enhancement of rates once accepted will be considered.
12. Telegraphic/Fax quotations will not be considered for evaluation and award.
13. Price Split up: The prices quoted shall indicate clearly, the Ex‐Works Price, all taxes, duties, packing and Freight & Insurance charges etc. which may become payable, by the Supplier under the existing or future laws or rules of the country of origin or supply during the course of execution of the Contract. In the absence of specific stipulation to the contrary in the Tenders, it will be assumed that the prices quoted are inclusive of all such Taxes, Duties, packing, Freight & Insurance charges etc. Extra claims therefore will not be entertained. The ruling rates of taxes and duties and other items as above, as applicable shall be stated in the Tender.
14. Validity of the Offer: The Offer shall remain valid for a period of 3 months from the date of Tender opening.
15. Terms of the Offer: Special conditions if any, mentioned in the offer by the Tenderer or in any other communication from him, repugnant to the clauses in this Tender will not be applicable to the Contract, unless they are expressly accepted in writing by the Purchaser.
16. Incidental expenses and Bank charges: All incidental expenses and Bank charges incurred by KSTP for making payment outside the District in which the claim arises shall be borne by the Supplier
17. Liability: Any sums of money due and payable to the Supplier (including Security Deposit returnable to him) under this Contract may be appropriated by the Purchaser and set off against any claim of the Purchaser for the payment of a sum of money arising out of or under any other Contract made by the Purchaser.
18. Certificate for payment of Sale Tax: The Tenderer shall furnish the following certificate with their bills for payment Certified that the goods on which Sales Tax has been charged have not been exempted under Sales Tax Act or the State Sales Tax Act or the rules made there under and the charges on account of Sales Tax on these goods are correct under revision of relevant Act or the Rules made under. Certified further that we (or our Branch or Agent) are registered as dealers in the State of……………………………. under Registration No. …………………….. .. .. ………………………………… for purpose of Sales Tax.
19. Alteration in Quantity: There may be slight change in the quantities mentioned in the Tender schedule.
20. Packing: All materials to be supplied should be packed safely in suitable packages before dispatching to the respective consignee. The packages shall be sufficiently strong to withstand damages even on rough handling in transit.
21. Consignee: The materials need to be delivered to the proposed site as directed by the Executive Engineer, KSTP Muvattupuzha Division. Executive Engineer’s authorised representative will certify the receipt of goods as per specification with the help of Electrical Consultant.
22. Item to Quote: The Tenderer can quote for any or all of the items of the Tender Schedule furnished in the Tender.
23. Delivery: ‘TIME’ is the Essence of this Contract. The materials shall be Door delivered positively
within 45 days from the date of supply order. Failure to supply all the items within the delivery period will be construed, as the breach of the entire Contract and action will be taken accordingly.
24. ‘ISI’ Marking: Items bearing ‘ISI’ marking will only be preferred. 25. The General Conditions of Contract, Instruction to Tenderers and Technical Specifications shall
govern the Tenderers for the Supply of materials. 26. Replacement of Rejected Materials: Rejected materials will have to be replaced by the supplier
immediately. If the replacement is not effected within 7 days the rejected material should be taken back with immediately, failing which KSTP will be at liberty to dispose off the rejected material without any notice. No claims by the supplier will be entertained on account of the disposal. KSTP also reserve the right to recover from the concerned supplier any loss sustained by KSTP due to the delay in clearing the rejected materials by the supplier and inconvenience caused to the KSTP.
28. The successful bidder shall execute the agreement within 20 days from the date of selection notice. In
case of failure to execute the agreement within this period, tendering authority shall cancel the offer of contract forfeiting the Bid Security and after cancelling, the offer of contract in the above case, the tendering authority may negotiate with the next lowest bidder and award the work to him if he expresses his willingness in writing to execute the work at the accepted rate of the default bidder. Otherwise the work will be retendered.
Covering Letter
To The Project Director Kerala State Transport Project II (KSTP) Project Management Team T.C.11/339, JAGAD Building Keston Road, Nanthancode, Kowdiar.P.O Thiruvananthapuram ‐ 695003
Sir, 1. I/We, do hereby tender to Supply the materials enumerated in the
accompanying Tender Schedule in accordance with the terms and conditions of the Tender Document.
2. I/We further agree to complete the whole Supply within 45 days from the date
of Supply order.
3. I/We agree to accept and carryout such portions of Supply included in my/our tender as may be allotted to me/us.
4. Bid Security of Rs. ……………… (Rupees … …… ……… ……………………………………
……………. ………….. …. Only) is enclosed herewith as Demand Draft No. …………….……………… … ………………… ….... of ……………………………………………………………………………………….…..
Signature of the Tenderer ……………………………………. Name of Tenderer ……………………………………………. Full Address …………… ……………………………………
………………………………………………………………… ………………………………………………………………… …………………………………………………………………
Enclosures:
1. Demand Draft in lieu of Bid Security, 2. Tender Schedule as in the bid document, 3. Statement of Deviations as in the bid document, 4. General Conditions of Contract as in the bid document, 5. Tender Agreement as in the bid document.
Date of Submission of Tender Form …………………………………………………
Tender Schedule
A) Ettumanur – Muvattupuzha Road
Sl No Particulars of Materials Units
Quantity tendered
Quantity offered
Ex‐Works Unit Price in Rupees
Excise Duty in
Rupees
Sales Tax in
Rupees
Freight and
Insurance in Rupees
For Destination * Door Delivery Price in Rupees. UnitPrice
TotalPrice
1 Supply of ACSR Conductor Weasel M 10000
2 Supply of GI Earthing Pipe 40mm Dia x 2.50M Length Nos 25
3 Supply of GI Earthing Pipe 40mm Dia x 1.50M Length Nos 25
4 Supply of DO Fuse Wire Kg 3 5 Supply of 63A Fuse Unit
(complete) Nos 12 6 Supply of 100A Fuse Unit
(complete) Nos 12 7 Supply of 200A Fuse Unit
(complete) Nos 21 8 Supply of 300A Fuse Unit
(complete) Nos 12 9 Supply of GI Wire No.8
SWG for coil earth Kg 200 10 Supply of Weather proof
wire 2.5sqmm coil 30 11 Supply of GI Bolts & Nuts
full threaded a 8''x3/4'' Kg 50 b 10''x3/4'' Kg 50 c 12''x3/4'' Kg 50 d 14''x3/4'' Kg 50 12 Supply of GI Bolts & Nuts
half threaded with washer
6''x3/4'' Kg 100 8''x3/4'' Kg 100 10''x3/4'' Kg 100
Sl No Particulars of Materials Units
Quantity tendered
Quantity offered
Ex‐Works Unit Price in Rupees
Excise Duty in
Rupees
Sales Tax in
Rupees
Freight and
Insurance in Rupees
For Destination * Door Delivery Price in Rupees. UnitPrice
TotalPrice
12''x3/4'' Kg 100 12''x3/4'' Kg 100 Supply of Barbed wire for
protection (2.5m length) Kg 150 Supply of 3x300 St Joint
Heat Shrinkable type Nos 12 Supply of 3x300
outdoor/termination Heat Shrinkable type
Nos 12
Supply of 3x300 Sqmm HT Cable M 2000
Supply of 3.5 core x 185 LT Cable ‐ Aluminium M 500
B) Thiruvalla Bye Pass Road
Sl No Particulars of Materials Units
Quantity tendered
Quantity offered
Ex‐Works Unit Price in Rupees
Excise Duty in
Rupees
Sales Tax in
Rupees
Freight and
Insurance in Rupees
For Destination * Door Delivery Price in Rupees. UnitPrice
TotalPrice
1 Supply of Pin Insulator with pin‐LT
E 40
2 Supply of Packing clamp‐LT E 403 Supply of Pin insulator with
pin‐11 kv E 50
4 Supply of Disc insultor‐11 kv E 505 Supply of Hard Ware fittings‐
11kv E 50
6 Supply of GI/MS Cleat E 507 Supply of Pole top bracket‐F
type ‐ 11 kv E 50
8 Supply of Shackle insulator with strap bolt and nut‐LT
E 50
Sl No Particulars of Materials Units
Quantity tendered
Quantity offered
Ex‐Works Unit Price in Rupees
Excise Duty in
Rupees
Sales Tax in
Rupees
Freight and
Insurance in Rupees
For Destination * Door Delivery Price in Rupees. UnitPrice
TotalPrice
9 Supply of Stay insulator‐11 kv
E 50
10 Supply of Stay rod‐HT E 5011 Supply of HT Stay wire kg 100012 Supply of Stay insulator‐LT E 513 Supply of LT Stay wire kg 30014 Supply of Stay rod ‐ LT E 515 Supply of Fuse Unit 100A E 1016 Supply of fuse unit 300A E 517 Supply of Fuse wire E 2018 Supply of 4 Line cross arm
with clamp, bolt and nut E 20
19 Supply of Channel cross arm ‐ 1.8 with clamp, bolt and nut
E 10
20 Supply of Channel cross arm ‐ 2.4 with clamp, bolt and nut
E 11
21 Supply of Channel cross arm ‐ 3 m with clamp, bolt and nut
E 11
22 Supply of V Cross arm ‐ 11 kv E 1523 Supply of Clamp for V cross
arm kg 15
24 Supply of following GI Bolt and Nuts full threaded with washer
a GI Bolt and nut 2x1/2” kg 75b GI Bolt and nut 3x1/2” kg 75c GI Bolt and nut 6x1/2” kg 75d GI Bolt and nut 4x3/4” kg 50e GI Bolt and nut 6x3/4” kg 50f GI Bolt and nut 8x3/4” kg 50g GI Bolt and nut 10x3/4” kg 50h GI Bolt and nut 12x3/4” kg 30
Sl No Particulars of Materials Units
Quantity tendered
Quantity offered
Ex‐Works Unit Price in Rupees
Excise Duty in
Rupees
Sales Tax in
Rupees
Freight and
Insurance in Rupees
For Destination * Door Delivery Price in Rupees. UnitPrice
TotalPrice
i GI Bolt and nut 14x3/4” kg 3025 Supply of ACSR Raccoon
(HT) M 1500
26 Supply of ACSR Weasel (LT) M 150027 Supply of PVC cable twin
core (WP wire 720) Coil 1
28 Supply of 3x300 sq.mmXLPE HT UG Cable
Meter 1600
29 Supply of End box for 3x300 sq.mm XLPE HT UG Cable Heat Shrinkable type
No 12
30 Supply of Straight Joint for 3x300 sq.mm XLPE HT UG Cable Heat Shrinkable type
No 3
31 Supply of Clamp for 3x300 sq.mm XLPE HT UG Cable fitting in PSC
No 20
32 Supply of Earth pipe 2.5m ‐ 40 mm
E 5
33 Supply of GI Wire 5 mm (No.6/No.8)
kg 25
*delivery at Proposed site at Ettumanur – Muvattupuzha and Thiruvalla Bye Pass Roads as directed by the Executive Engineer, KSTP, Muvattupuzha Division
Total amount in figures Rs.
Total amount in words Rupees
Supplier
General Conditions of Contract
Sealed competitive Tenders are invited for the supply of materials as specified in the Tender Schedule.
1. Submission of Tender: The Tender should reach the undersigned before the dead line fixed in the Tender Notice for submission, in the prescribed form which can be obtained from the Office of the Project Director, Kerala State Transport Project, TC 11/339, JAGAD Building, Keston Road, Nanthancode, Kowdiar P. O., Thiruvananthapuram, KERALA STATE PIN: 695 003, India. Tenders that are not in the prescribed form are liable to be rejected. Incomplete or unsigned Tenders will not be considered for evaluation and award. The tenders should be forwarded to the Project Director, Kerala State Transport Project, TC 11/339, JAGAD Building, Keston Road, Nanthancode, Kowdiar P. O., Thiruvananthapuram, KERALA STATE PIN: 695 003, India hereinafter referred to as K S T P or Purchaser – in a sealed envelope with the Tender No. super scribed thereon.
2. Purchase of Tender Form: The Tender Form can be purchased on payment of Rs. 15750/‐
by Demand Draft payable at Trivandrum in favour of the Project Director, Kerala State Transport Project. The cost of the Tender Forms once paid is not refundable, and the amount cannot be adjusted towards the cost of any other Tender Forms. The Tender Forms are not transferable. Requisition for Tender Forms should be made in writing, stating clearly the Tender number and names of materials for supply.
3. Rate to quote: The column in the Tender Schedule specifying the Total Price should also be
filled up correctly. 4. Bid Security: Every Tender should be accompanied by Bid Security for a value of 2.5 % of
the total cost of the materials tendered for. The Bid Security may be furnished as Demand Draft in favour of the Project Director, Kerala State Transport Project, payable at Trivandrum. Tenders with insufficient Bid Security are liable to be rejected. The Bid Security of the unsuccessful tenderers will be returned as soon as possible, after finalization of the Tender. The Bid Security furnished by the successful tenderer will be adjusted towards Security Deposit for the satisfactory fulfillment of the contract. No interest will be paid for the Bid Security or Performance Security.
5. Acceptance of Tender: The acceptance of the Tender rests with the Project Director, Kerala
State Transport Project who does not bind himself to accept the lowest or any Tender, but the Tenderer on his part, should be prepared to carry out the Supply Order in respect of such portion of the Supplies included in his Tender as may be allotted to him. In any case, the decision of the undersigned shall be final and no correspondence shall be entertained as to why a quotation was not accepted or why only a portion of the items was ordered for etc
6. Contract Agreement: The successful Tenderer shall execute an agreement in Kerala Stamp
Paper valued Rs. 100 in the form prescribed by Kerala State Transport Project as per the specimen given, for the due fulfillment of the contract within the days specified in the Instruction to Tenderers.
7. Performance Security: Before signing the Contract Agreement, the Successful Tenderer shall
deposit a sum equivalent to 5% of the value of the Contract for the satisfactory fulfillment of the Contract as Performance Security. The Performance Security shall be remitted in the manner specified in the Instructions to Tenderers. If the bid of the successful bidder is
unbalanced in any item in the case of item rate contract or in total in the case of percentage rate contract, relation to the estimate, the difference in cost should be deposited as performance security deposit for unbalanced price in addition to the normal performance security deposit.
8. Liquidation of Damages: In the event of default to supply by the Supplier as specified and as
per the Contract Delivery Period, the Security Deposit will be forfeited. 9. Jurisdiction of Court: The Court situated at the Place where the Head Quarters of the Kerala
State Transport Project, viz., Trivandrum alone will have Jurisdiction to entertain Civil Suits pertaining to this Contract.
10. Additional Performance Guarantee for unbalance bid: If a bid is seriously unbalanced in the opinion of the Employer, the Employer may require the bidder to produce additional performance guarantee at the level sufficient to protect the Employer against financial loss.
Statement of Deviations
Name of Work: Supply of Electrical Items
Tender No. ............................................................................................................... From ……………………………
…………………………… ……………………………
To The Project Director Kerala State Transport Project II (KSTP) Project Management Team T.C.11/339, JAGAD Building Keston Road, Nanthancode, Kowdiar.P.O Thiruvananthapuram ‐ 695003 Sir, In respect of whatever has been stated to the contrary anywhere else in our offer, only the following are the Technical and Commercial deviations and variations from the specifications and documents of the subject Tender. These deviations and variations are exhaustive. Except for these deviations mentioned herein, the entire materials tendered are as per the specifications of your Tender Documents. Further I/We agree that additional/different conditions if any found in the offer other than those stated below, except pertaining to any rebates/reductions to KSTP offered in cost shall not be given effect to unless expressly agreed upon by you. I/We also certify that financial implications of these deviations to be withdrawn have also been furnished.
Signature of Tenderer
Seal
Tender Agreement
Date: ………………………….. Tender No. 06/14 dated 30.04.2014 To The Project Director Kerala State Transport Project II (KSTP) Project Management Team T.C.11/339, JAGAD Building Keston Road, Nanthancode, Kowdiar.P.O Thiruvananthapuram – 695003 Sir,
Having examined the Conditions of Contract and Specifications, we the undersigned, offer to supply and deliver in conformity with the said conditions of contract and specification for the sum of or such other sums as may be ascertained in accordance with the Tender Schedule attached herewith and made part of the Bid.
We undertake if our Bid is accepted, to complete the delivery of all the items quoted by us within 45 days from the date of your Firm Order.
If our Bid is accepted, we will furnish a Performance Security in lieu of the proper performance of the Contract, equivalent to 5% of our Contract Price.
We agree to abide by this Bid for a period of 3 months from the date of Tender opening, and it shall remain binding on us for acceptance by Kerala State Transport Project, at any time before the stipulated expiry.
Until a formal Contract is prepared and executed, our offer as per the Price Bid shall constitute a binding contract between us.
We understand that you are not bound to accept the lowest or any other bid you may receive.
Dated this ………………......…. Day of …………………………. …. …. ….. Signature ….………………………………………….
In the capacity of ……………… …………………… Authorized to sign the Bid for and on behalf of ……………. …….. …… ……….…………………………... Witness:‐
Signature ……………….. Name and Address ……………………………….
Technical Specifications for Electrical Utility Shifting Materials
1. 11 kV Pin Insulator
11 kV porcelain Pin Insulator Brown, Glazed conforming to IS: 731 of 1971 with latest amendments with forged steel pins, hot dip galvanized, with spring washer, nut with check nut conforming to Fig. 5 of IS: 2486 Part II of 1974 with latest amendments as per sketch.
2. 11 kV Disc Insulator
11 kV Brown Glazed ball and socket type 16 mm, Type B Porcelain Disk Insulators of EMS 45 kN of size 255 mm dia 145 mm height conforming to IS: 731 of 1971 with suitable Hardware fittings as per IS. and sketch.
3. 11kV Hardware fittings
The Hard fittings –ball and socket type for 11 kV distribution overhead line should be comply with the dimensional requirements indicated in the sketch attached. For guidance on general shape and design, the relevant Indian Standard specification IS 2486 Part I, II & III and IS 10136 shall be complied with. (see Technical Specifications also).
4. 11 kV Stay Set complete
Brown Glazed H Type Strain Insulator of Designation ‘C’ for 11 kV 140 mm long with two holes 25 mm dia as per IS: 5300 of 1969 with latest amendments with 20 mm GI Stay Rod 1800 mm long Turn Buckle, 2 Nos. Stay Clamp of suitable size etc. as per sketch furnished.
5. LT Pin Insulator
LT Porcelain Brown glazed Pin Insulators Type I in conforming to IS: 1445 of 1977 with latest amendments, having an overall height of 100 mm and base diameter 70mm with suitably matched LT forged GI Pins 260 mm x 16 mm with spring washer of 3mm thick and standard hexagonal nut (All ferrous components except small fittings like spring washers, nuts etc. hot dip galvanized and small fittings like spring washers etc. Electro Galvanized with suitable collar and conforming to the figure furnished herewith of IS: 7935 of 1975 as a single composite unit with suitable packing clamps fabricated out of 40 x 6 mm MS Flat hot dip galvanized as per IS: 2633 of 1972 and latest revisions as per sketch enclosed.
6. LT Shackle Set complete
LT Brown Porcelain Shackle Insulators having an overall height of 75 mm and diameter of 90 mm for the top rain shed and 85 mm for the bottom rain shed and minimum bore dia of 15 mm as per type I in suitable for a minimum failing load of 11.5 KN and conforming to IS: 1445 of 1997 and latest revision thereof with GI Straps 185 mm x 30 mm manufactured from 3 mm thick plates with 115 mm x 12 mm GI Bolts having threads for 65 mm with hexagonal nuts and spring washers and conforming to Fig. 3 of IS: 7935 of 1975 and latest revision thereof (all except small fittings hot dip galvanized) (A set consists of two straps, two bolts, two nuts and two spring washers) as per sketch enclosed.
7. LT Stay Set complete
Brown Glazed H type Stay Insulators of designation ‘A’, 90 mm long with two holes 16 mm dia as per IS: 5300 of 1969 and latest amendments with 16 mm, Stay rod 1800 mm long fabricated from 16 mm MS rod as per drawing with standard hexagonal nut and washer 3 mm thick completely galvanized as per IS: 2633 of 1972 and its latest revisions, Turn buckle, Stay Clamp 2 Nos. of suitable size etc., as per sketch furnished.
8. 11 kV ‘V’ Cross Arm
11 kV ‘V’ Cross Arm made of 75mm X 40 mm MS channel having overall size 1070 X 310 mm with suitable clamps with bolts and nuts all hot dip galvanized, as per relevant IS and drawing attached.
9. 11 kV ‘F’ type Bracket
11 kV Pole Top Bracket ‘F’ type made of 50 mm x 8 mm MS Flat 385 mm x 60 mm overall size with suitable holes for fixing bolts and insulator pin, hot dip galvanized as per specification.
10. 4 Line Cross Arm
4 line Cross Arm for RCC/PSC Poles fabricated out of 65 x 65 x 6 mm MS angles as per drawing, furnished with suitable clamps fabricated from 50 x 6 mm flat as per drawing with 2 numbers of MS hexagonal headed and round necked bolt with hexagonal nut of size 12 mm dia and 60 mm long threaded to a minimum length of 40 mm conforming to IS: 1363 of 1960 and latest revisions all hot dip galvanized as per IS: 2633 of 1972 and latest revisions as per sketch.
11. 2 Line Cross Arm
2 line Cross Arm for RCC/PSC poles fabricated out of 50 x 50 x 6 mm MS angle with suitable clamps fabricated from 50 x 6 mm MS flat as per drawing furnished and specifications with 2 numbers of MS hexagonal headed and round necked bolt with hexagonal nut of size 12 mm dia and 60 mm long threaded to a minimum length of 40 mm conforming to IS: 1363 of 1960 and latest revisions thereof, all hot dip galvanized as per IS: 2633 of 1972 and latest revisions as per sketch.
12. 1.8 mts. Long Cross Arm
1.8 mt. Long Cross Arm for RCC/PSC poles fabricated out of 65x 65 x 6 mm MS angle with suitable clamps fabricated from 50 x 6 mm MS flat as per drawing furnished and specifications with 2 numbers of MS hexagonal headed and round necked bolt with hexagonal nut of size 12 mm dia and 60 mm long threaded to a minimum length of 40 mm conforming to IS: 1363 of 1960 and latest revisions thereof, all hot dip galvanized as per IS: 2633 of 1972 and latest revisions as per sketch.
13. 2.4 mts. Long Cross Arm
2.4 mt. Long Cross Arm for RCC/PSC poles fabricated out of 65x 65 x 6 mm MS angle with suitable clamps fabricated from 50 x 6 mm MS flat as per drawing furnished and specifications with 2 numbers of MS hexagonal headed and round necked bolt with hexagonal nut of size 12 mm dia and 60 mm long threaded to a minimum length of 40 mm conforming to IS: 1363 of 1960 and latest revisions thereof, all hot dip galvanized as per IS: 2633 of 1972 and latest revisions as per sketch.
14. 3.2 mts. Long Cross Arm
3.2 mt. Long Cross Arm for RCC/PSC poles fabricated out of 75x 75 x 6 mm MS angle with suitable clamps fabricated from 50 x 6 mm MS flat as per drawing furnished and specifications with 2 numbers of MS hexagonal headed and round necked bolt with hexagonal nut of size 12 mm dia and 60 mm long threaded to a minimum length of 40 mm conforming to IS: 1363 of 1960 and latest revisions thereof, all hot dip galvanized as per IS: 2633 of 1972 and latest revisions as per sketch.
15. Knee brazing
40 mm dia., B‐Class GI pipe, 1.15mts. length, flattering both end and provide centre hole 30mm away from both end suitable for ½” bolt. 1 set clamp with two numbers, 3”x½”, 2”thread, GI nut & bolt, hot dip galvanized as per ISS‐2633/1964 with latest amendment thereof. Suitable for fixing pipe knee brazing on 8 or 9mts. PSC poles below 1.5mts from top.
16. Earth pipe
45mm dia., 2.5mts. length, ‘B’ Class GI pipe with 3”x½” nut & bolt. Flattering one end and provide a whole suitable for ½” bolt 5 cm away from the other end.
17. AB Switch – 200 Amps.
EHI make 200 Amps triple pole 11kV tilting type gang operated out door, three post insulators per phase type, Air‐Break switches with flexible braided copper strip of size 25 X 5 mm suitably for horizontal mounting. Each switch shall include operating handle 20mm internal dia.6mts. operating pipe or rod of single length with suitable supporting brackets for the pipe or rod for easy operation, padlocks and keys completed with all fittings, nuts which may work loose in operation, must be provided with spring washers on split pins. The switches shall be manufactures in accordance with ISS.9921/85 with latest amendments. All metal parts should be hot dip galvanized as per ISS.2633/1964 with latest revisions thereof. The spacing between phases should be 760mm and the base channel should have a length of approximately 650mm. The AB Switches must also be fitted with 6 Nos. Aluminum conductor clamping arrangements suitable for clamping ACSR Conductors “Rabbit” / “Raccoon”.
18. Stay Wire 7/2.5 mm
MS Galvanized Stay Wire 7/2.5 mm having Tensile strength of 70 kgf/mm2 minimum conforming to grade 4 of IS: 2141 of 1979 in 100kg coil.
19. Stay Wire 7/3.15 mm
MS Galvanized Stay Wire 7/3.15 mm having Tensile strength of 70 kgf/mm2 minimum conforming to grade 4 of IS: 2141 of 1979 in 100kg coil.
20. GI wire 5 mm
GI wire 5 mm having a minimum Tensile strength of 55 kg/mm2 conforming to IS: 280 of 1978 with latest amendments if any, with hard quality Galvanized coatings as per IS: 4826 of 1968 with latest amendments. Coils wrapped in hessian or canvas and suitably packed. in 100 kg coils.
21. GI wire 4 mm
GI wire 4 mm having a minimum Tensile strength of 55 kg/mm2 conforming to IS: 280 of 1978 with latest amendments if any, with hard quality Galvanized coatings as per IS: 4826 of 1968 with latest amendments. Coils wrapped in hessian or canvas and suitably packed. in 100 kg coils.
22. GI wire 3.15 mm
GI wire 3.15 mm having a minimum Tensile strength of 55 kg/mm2 conforming to IS: 280 of 1978 with latest amendments if any, with hard quality Galvanized coatings as per IS: 4826 of 1968 with latest amendments. Coils wrapped in hessian or canvas and suitably packed. in 100 kg coils
23. GI bolt & nuts:
a) 2” x ½” GI bolt & nuts: Full threaded with hexagonal nut double hampering. Bolt head should be hexagonal and hampered
b) 3” x ½ “GI bolt & nuts: full threaded with hexagonal nut double hampering. Bolt head should be hexagonal and hampered.
c) 4” x ½ “GI bolt & nuts: full threaded with hexagonal nut double hampering. Bolt head should be hexagonal and hampered.
d) 5” x ½ “GI bolt & nuts: full threaded with hexagonal nut double hampering. Bolt head should be hexagonal and hampered.
e) 6” x ½ “GI bolt & nuts: full threaded with hexagonal nut double hampering. Bolt head should be hexagonal and hampered.
f) 8” x ¾ “GI bolt & nuts: full threaded with hexagonal nut double hampering. Bolt head should be hexagonal and hampered.
g) 10” x ¾ “GI bolt & nuts: full threaded with hexagonal nut double hampering. Bolt head should be hexagonal and hampered.
h) 12” x ¾ “GI bolt & nuts: full threaded with hexagonal nut double hampering. Bolt head should be hexagonal and hampered
24. Weather Proof Wire:
a) W/P wire ‐ 6 mm
ISI marked “VIDHUT” brand 6mm Hst twin core Aluminium cable red and black PVC insulated and black PVC sheathed for WP application conforming to IS 694/1990 with latest amendment and rated for 1100v.
b) W/P wire – 2.5 mm
ISI marked “VIDHUT” brand 2.5mm Hst twin core Aluminium cable red and black PVC insulated and black PVC sheathed for WP application conforming to IS 694/1990 with latest amendment and rated for 1100v.
c) W/P wire – 1.5 mm
ISI marked “VIDHUT” brand 1.5mm Hst single core Aluminium cable red PVC insulated and black PVC sheathed for WP application conforming to IS 694/1990 with latest amendment and rated for 1100v.