bid document - apdcl.org€¦ · assam power distribution company ltd. bid document for...
TRANSCRIPT
1 | P a g e
ASSAM POWER DISTRIBUTION COMPANY LTD.
BID DOCUMENT
FOR
CONSTRUCTION OF 33 KV LINE FROM 400 KV KUKURMARA GSS TO NITB SITE, SOS ROAD, MIRZAPUR (BY RANI CHOWK) BY COVERED CONDUCTOR WITH 241SQMM AAAC TRIPLE EXTRUDED, UV PROTECTED, LONGITUDINALLY WATER BLOCKED AND NON COMPACTED MEDIUM VOLTAGE COVERED CONDUCTOR OF LENGTH 20 KMS IN FAVOUR OF GENERAL MANAGER(ENGG), PROJECT, NITB PROJECT (AIRPORT DIRECTOR,LGBI AIRPORT, GUWAHATI) AAI UNDER DEPOSIT WORK UNDER AZARA ELECTRICAL SUB DIVISION OF GUWAHATI ELECTRICAL CIRCLE-II UNDER FULL TURNKEY MODE.
ON
“FULL TURNKEY” MODE
SCHEME: “DEPOSIT SCHEME”
NIT NO: CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 2
INDEX
Section – 1 Notice Inviting Tender
Section – 2 Tender Inviting Proposal
Section – 3 BOQ of Packages
Section – 4 General Requirements
Section – 5 Forms of Bid
Section – 6 Technical Specifications
Section – 7 Guaranteed Technical Particular
Section – 8 Line diagram
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 3
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 4
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 5
SECTION -1 NOTICE INVITING TENDER
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 6
ASSAM POWER DISTRIBUTION CO. LTD. APDCL, LAR
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 The Chief General Manager (D&S), Assam Power Distribution Co. Ltd. LAR, Bijulee Bhawan,
Paltanbazar, Guwahati-1, invites E-tenders from valid Electrical Contractors holding license up to 33KV
issued by the competent authority for the following works in Guwahati Electrical Circle-II under the
scheme “DEPOSIT” on full Turnkey mode of contract. Details may be seen below-
Work description
Average
annual
turnover
(Rs. in
lakh)
EMD
amount
(Rs. in
lakh)
Period of
completion
In days
Cost of tender
document in
Rs.
CONSTRUCTION OF 33 KV LINE FROM 400 KV
KUKURMARA GSS TO NITB SITE, SOS ROAD,
MIRZAPUR (BY RANI CHOWK) BY COVERED
CONDUCTOR WITH 241 SQMM AAAC TRIPLE
EXTRUDED, UV PROTECTED, LONGITUDINALLY
WATER BLOCKED AND NON COMPACTED
MEDIUM VOLTAGE COVERED CONDUCTOR OF
LENGTH 20 KMS IN FAVOUR OF GENERAL
MANAGER(ENGG), PROJECT, NITB PROJECT
(AIRPORT DIRECTOR,LGBI AIRPORT,
GUWAHATI) AAI UNDER DEPOSIT WORK
UNDER AZARA ELECTRICAL SUB DIVISION OF
GUWAHATI ELECTRICAL CIRCLE-II UNDER FULL
TURNKEY MODE.
3300
25 300
12,000
(exclusive
of GST)
1. Source of fund: “DEPOSIT SCHEME”
2. TENDER PROCESSING FEES: The Bid document can be downloaded from the APDCL‟s
websites. www.assamtenders.gov.in or www.apdcl.org for tender submission purpose. Interested bidders
can download the bidding document and commence preparation, Download of bidding document is free
of cost. The bidder shall mandatorily make payment of tender processing fees and Earnest Money deposit
(EMD) through internet banking (SBMOPS) or through NEFT/RTGS. Procedure of submission of tender
processing fees and EMD may be seen in “Announcements” tab of E-tendering portal of
www.assamtenders.gov.in. Any bid without payment of cost of tender for package as above will be
rejected outright.
3. Earnest money: As shown in the table above.
4. Eligibility Criteria:
a. The intending Bidder must be registered in the Contract Management System (CMS) portal of
APDCL before submission of bid.
b. 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 and duly certified by registered Chartered
Accountant with Registration No.
c. Past and present performance of the bidder in APDCL or in any of its successor companies/other
Electrical utilities within India will be taken into account to decide the eligibility as per clause
mentioned in the detailed bid document.
d. Financial resources: The bidder shall have to specify proposed source of financing, such as liquid
assets, unencumbered real assets, line of credit and other financial means, net current
commitments, available to meet the total construction cash flow demand of the subject contract
(evaluation & qualification criteria).
e. Other conditions may be seen at detailed bid document.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 7
f. Earnest money: As shown in the table below. In case of SC/ST/OBC bidders the amount will be 50% of the shown value. However in case of J.V, the lead partner bidder along with all other bid partners should also be SC/ST/OBC (reserved category) in order to avail 50% EMD. The EMD
should be submitted online while submission of tenders in https://assamtenders.gov.in.Any
tender without EMD will be rejected outright. 5. Bid validity: 180 days from the last date of submission of Bid.
KEY Dates:
Tender download start date : 11.00 Hrs on 02-06-2020.
Pre-Bid meeting date & time : 11.30 Hrs on 09-06-2020.
Bid Submission start date & time : 11.00 Hrs on 16-06-2020.
Bid Submission end date & time : 14.00 Hrs on 24-06-2020.
Technical Bid opening date & time : 15.00 Hrs on 25-06-2020.
The price bid opening date to be notified later on. Note:
1. The work shall be carried out as per latest APDCL specification and construction.
2. Bids must be submitted electronically through e-tendering portal https://assamtenders.gov.in in two
parts as Techno Commercial bid and Price bid. However, it is requested to submit a copy of the
Technical bid before last time of submission. Please note that no documents shall be accepted
after opening of techno-commercial bid.
3. Bids must be submitted electronically through e-tender portal www.assamtenders.gov.in in two parts
as Techno Commercial bid and Price bid. A copy of the Technical bid has to be submitted in a
sealed envelope super scribing (a) Tender No. (b) Name of the bidder with full address for future
record purpose only.
For further details regarding online payment of tender processing fees and EMD, please
visit the link
https://assamtenders.gov.in/nicgep/app;jsessionid=3CE1531EA122696CA1FE6CAEBA5
0A5D1.asmgeps2?page=Web Announcements&service=page#100
Any tender without earnest money will be rejected outright.
4. Only those bidders who are found acceptable in Techno Commercial bid having adequate bid
capacity shall be considered for opening of Price Bid. The date and time of opening of Price Bid
shall be communicated electronically to those bidders whose bids are qualified for opening.
5. 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.
6. The bidding documents are not transferable and cost of bidding document is not refundable under
any circumstances.
7. Bidders are not allowed to withdraw bid after last time of submission of bid and he/she shall be
considered as active bidder throughout the work order awarding process.
Sd/-
Chief General Manager (D&S)
APDCL, LAR, 5th floor, Bijulee Bhawan
Paltanbazar, Guwahati-781001
Memo No: CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40/24 (a) Dated.02.06.2020
Copy to: -
1. PS to MD, APDCL for kind appraisal of MD, APDCL. This has the approval of MD, APDCL.
2. The GM, Guwahati Zone, APDCL, for information.
3. The CEO, Guwahati Electrical Circle-II, APDCL, for information.
4. The OSD to Chairman, APDCL, Bijulee Bhawan, Paltan bazaar, Guwahati for publication in
the official website.
Sd/-
Chief General Manager (D&S)
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 8
SECTION-II
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 9
ASSAM POWER DISTRIBUTION CO. LTD. APDCL, LAR
TENDER INVITING PROPOSALS WITH TERMS & CONDITIONS
Name of work:
CONSTRUCTION OF 33 KV LINE FROM 400 KV KUKURMARA GSS TO NITB SITE, SOS ROAD, MIRZAPUR (BY RANI
CHOWK) BY COVERED CONDUCTOR WITH 241SQMM AAAC TRIPLE EXTRUDED, UV PROTECTED, LONGITUDINALLY
WATER BLOCKED AND NON COMPACTED MEDIUM VOLTAGE COVERED CONDUCTOR OF LENGTH 20 KMS IN FAVOUR
OF GENERAL MANAGER(ENGG), PROJECT, NITB PROJECT (AIRPORT DIRECTOR,LGBI AIRPORT, GUWAHATI) AAI UNDER
DEPOSIT WORK UNDER AZARA ELECTRICAL SUB DIVISION OF GUWAHATI ELECTRICAL CIRCLE-II UNDER FULL TURNKEY
MODE.
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 as mentioned above on turnkey mode.
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 to the site required for the work.
ii. Arrange inspection / testing of any / all items ordered at manufacturer‟s works for officer
deputed by APDCL for such inspection / testing.
iii. Site unloading, storage and handling of all materials supplied including watch and ward for
safe custody.
iv. Site fabrication work as per requirement.
v. Submission of implementation schedule from the date of award of contract for: -
Erection, testing and commissioning of all materials/equipment supplied/system installed.
vi. Project management and site organization.
vii. Obtaining clearance from statutory Agencies, Government Departments, Village Panchayats
etc. wherever necessary.
viii. Submission of technical specification / Test Certificate / Drawings etc. of all materials
supplied.
ix. A list of various items normally involved in proposed type of work is provided in this document.
This, however, is not to be considered as limiting but only typical. Vendors‟ scope will include
all other items and materials as may be required to effectively complete the work.
x. GIS mapping.
xi. Site Survey work.
xii. Return of dismantled materials of dismantled lines if any to the concerned divisional store.
Bidder will compulsorily consider the dismantling charge at the time of submission of bid.
xiii. Required Jungle cutting.
xiv. Prior to starting of the physical work, the successful bidder shall carry out route survey
through GPS (Global positioning System) and shall submit (in A2 paper) to office of the CGM
(D&S) for approval.
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.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 10
3. Basic specification of the various equipment/ works to be supplied /carried out
i. All materials supplied shall be erected, protected as per approved standard practice for
proposed type of electrical work so as to supply electricity to the consumers most effectively
and in an intrinsically safe manner.
ii. All equipment supplied and installed shall provide easy and effective:
Maintainability
Reliability
Availability
All equipment supplied and installed shall be provided stable and adequate weather protection,
system earthing etc. LA should be earthed separately.
iii. All items, which may require frequent opening up/ dismantling for maintenance, shall be
adequately sealed against any tampering/ theft etc.
iv. Generally supply and erection of materials and system shall meet the requirement of
construction standard being followed in the electrification work.
xv. Basic qualifying requirement:
To be qualified for the package the bidder must compulsorily meet the following minimum
criteria.
A. Technical
The prospective bidder must fulfill the following qualifying requirements:
a. The bidder must register themselves in the Contractor Management System (CMS) portal
before submission of bid and shall furnish the Provisional Registration Certificate issued
from the portal.
b. The bidder must have valid electrical Contractor‟s and Supervisor‟s License (HT minimum
up to 33 KV) issued by Licensing Authority of Govt. of Assam. In case, the bidder does not
have the licenses from the Licensing Authority of Govt. of Assam but has valid licenses
from other Licensing Authority under the Electricity Act 2003, the bidder will have to
obtain the same from the Licensing Authority of Govt. of Assam in case of award of
contract.
c. The bidder must have the experience of construction of minimum 30 KM (cumulative)
33KV over head line during last 5 years within India as on the last date of bid submission.
d. Experience in construction of MVCC works will be given preference.
e. The Bidder shall submit certificates of satisfactory operation of the works submitted to
fulfill as required above for at least one (1) year as on date of opening of bid.
f. The experience certificate must be from an officer not below the rank of
CEO/DGM/Superintending Engineer of electrical utilities.
g. 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 APDCL or any other Electrical
Utilities within India along with date of completion as per Letter of Award and likely date
of completion duly certified by the competent authority.
h. If any milestone of an existing project of APDCL is not completed by the contractor in time
or if any of the project awarded to the contractor has not been completed in time by him/her,
and if the delay is solely because of fault of contractor or reasons attributable to him/her,
then he/she is barred from participating in this bid and the bid shall be considered as non-
responsive. i. In case of Micro/ Small/ Medium units of Assam valid documents / certificates
issued by competent authority shall be submitted along with the bid. Preference will
be given to Micro/ Small/ Medium units as per provisions of the Procurement
Preference Policy; Assam 2015.
j. In the event of any electrical accident occurring due to supply/installation/use of
poor quality/ sub-standard material/item or due to poor workmanship on the part of
the supplier or contractor leading to death or injury of any person or
livestock/animal, or damage to any property the supplier shall be held responsible
and shall be liable to pay compensation for the same.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 11
k. The OEM shall have valid and relevant ISO/BIS with regards to manufacture of all
materials. Documentary evidence must be furnished with this bid.
B. Financial
a. Average annual turnover of the bidder for the last 3 consecutive financial years shall be as
per NIT and the annual turnover must be certified by a registered Charter Accountant.
This shall be supported by the copy of the income tax return submitted by the firm for the
last three previous years. In case of joint venture firms, the figures of average annual
turnovers for each Joint Venture partners shall be added together to determine the bidder‟s
compliance with the minimum average turnover requirement for the package. However,
the lead partner must meet at least 40% and each of the other partners must meet at least
25% of the minimum average annual turnovers criteria required for each package as per
NIT.
b. Net worth for each of the last three financial years shall be positive.Net worth means the
sum of total of paid up capital and free reserves (excluding reserves created out of
revaluation) reduced by aggregate value of accumulated losses (including debit balance in
profit and loss account for current year) and intangible assets.
c. The bidder shall furnish GST registration certificate, Employee Provident fund and valid
Labour License (wherever applicable).
d. The bidder shall furnish copy of their Pan Card. The card must be in the name of the firm if
the bidder is a firm. If it is a joint venture copy of Pan Card of both the partner/firms must
be submitted.
e. Joint venture agreement shall be a registered one or certified by Notary.
f. Power of attorney shall be a registered/ notarized one.
g. Formal authority, Registered/Notarized for signing the tender or other documents on behalf
of the firm / individual must be submitted along with the bid. In case of registered
company Board‟s resolution of the company for authorized signatory shall be furnished.
h. Notwithstanding anything stated herein above, APDCL reserves the right to assess the
capacity and capability of the bidder to execute the work, shall the circumstance warrant
such assessment in the overall interest of APDCL.
C. Bid Capacity:
The Bidders who meet the minimum qualification criteria mentioned against the
A) Technical & B) Financial section will be qualified only if their available bid capacity at
the time of bidding is more than the estimated cost of the tender. The available capacity will
be calculated as under:
Assessed available bid capacity = (A*N*2-B)
Where,
A = Maximum value of Electrical works executed in any one year during the last five years
(updated to the price level of the year as indicated in Annexure 1(E) rate of inflation may be
taken as 10% per year taking into account the completed as well as works in progress.
N = Number of years prescribed for completion of the works for which bids are invited. (Value
of N=1/2 Up to 6 Months & N=1 above 6 Months)
B = Value (updated to the price level) of existing commitments and ongoing works to be
completed during period of completion of works for which bids are invited. In support of
this the intending bidder has to submit an affidavit as per the format indicated in the
annexure 1(F) along with all the relevant supporting documents mention therein.
N.B The statements showing the value of existing commitments and ongoing works as well as the
stipulated period of completion remaining for each of the works listed shall be countersigned by
the Engineer in charge, not below the rank of CEO/DGM/Superintending Engineer of electrical
utilities.
APDCL reserves the right to carry out the Bid Capacity assessment of the Bidders and the
owner‟s decision shall be final and binding to the bidder.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 12
Even though the bidders meet the above qualifying criteria, they are subject to be
disqualified if they have :
Made misleading or false representations in the forms, statements and enclosures submitted
as a proof of the qualification requirements; and/or
Record of poor performance such as abandoning the work, rescinding of contract for which
the reasons are attributable to the non-performance of the contractor, consistent history of
litigation awarded against the Applicant or financial failure due to bankruptcy. The
rescinding of contract of a Joint Venture on account of reasons other than non-performance,
such as most experience partner of Joint Venture pulling out, court directions leading to
breaking up of a Joint Venture before the start of work, which are not attributable to the poor
performance of the contractor will, however, not affect the pre-qualification of the
individual partners.
xvi. Agreement:
The successful bidders shall have to enter in to an agreement with APDCL within 7(seven) days
from the date of issue of detailed work order (LOA) failing which the LOA shall be treated as
cancelled without further communication from APDCL end.
xvii. Performance Guarantee:
The successful bidders shall have to make an agreement with the CGM (D), APDCL, LAR and
shall have to deposit security money in the form of Bank Guarantee issued by any Nationalized
Bank or scheduled bank of RBI which has a branch in Guwahati in Company‟s standard Performa
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 in favour of “CGM (F&A), APDCL”. 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 for an amount equal to 10% of the contract value in the form of Bank Guarantee
issued by any Nationalized Bank or scheduled bank of RBI which has a branch in Guwahati in
Company‟s standard Performa with a validity of 18(eighteen) months beyond the completion
period in favour of “CGM (F&A), APDCL”.
xviii. Joint Venture Requirement i. In case of successful Bidder, one form of agreement (at annexure) shall be signed by the
both partner so as to be legally binding on both.
ii. One of the partners shall be authorized as the lead partner and authorization shall be
evidenced by submitting a Power of Attorney signed by legally authorized signatories of the
both the partners. Both the JV partners must have valid electrical Contractor’s License
of required level issued by the Licensing Authority.
iii. The lead partner shall be authorized to incur liabilities, receive payments, and receive
instructions for and on behalf of any or all partners of the joint venture for entire execution
of the contract.
iv. All the partners of the joint venture shall be jointly and severally liable for the execution of
the contract in accordance with the contract terms and conditions. A relevant statement to
this effect shall be included in the authorization mentioned above as well as in the bid form
and the form of agreement (in case of successful bidder).
v. A copy of the joint venture agreement shall be submitted with the bid.
vi. The figure of average annual turnovers for the joint venture partners shall be added together
to determine the bidder‟s compliance with the minimum average turnover requirement for
the package. However, the lead partner must meet at least 40% and other partner must meet
the at least 25% of the minimum average annual turnover criteria given in the Tender.
vii. Apart from above, the following are the documents that need to be submitted by each
individual partners constituting the Joint Venture-
a. Provisional Registration Certificate issued from the Contract Management
Portal, APDCL.
b. Company/Firm registration No.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 13
c. List of order executed and order in hand
d. Bank solvency certificate
e. Labour license
f. GST registration
g. Provident fund Registration certificate
h. List of labour registered under Assam building and other construction
Workers’ Welfare Board
i. ESIC registration certificate
j. Valid Electrical Contractor License
k. Valid Electrical Supervisor License
viii. The Submission of E-tender shall be digitally signed by the lead partner of the JV only.
xix. Other requirements: The Bidder
i) shall be acquainted himself with relevant conditions of the local geography and socio
economic setup of the different location of the State and being capable accordingly to
mobilize, organize and expedite the activities.
ii) shall have adequate working personnel comprising of Electrical/ Mechanical engineers,
electrical supervisor, skilled and unskilled labour to be deputed to the proposed assignment.
iii) shall be conversant with the code/ standards applicable to proposed type of work. IS, REC
guidelines.
For further details regarding online payment of tender processing fees and EMD,
please visit the link
https://assamtenders.gov.in/nicgep/app;jsessionid=3CE1531EA122696CA1FE6CAEB
A50A5D1.asmgeps2?page=Web Announcements&service=page#100
The EMD to the successful bidders will be released on submission of 10%
Performance Security Deposit to the undersigned as per the clause of the bid document. The
EMD of the successful bidder will be forfeited on non-acceptance of Letter of Intent (LOI)
within the stipulated period mentioned in LOI.
In the event of any bidder found to be involved in corrupt / fraudulent practices /
incomplete information in competing for the bid, APDCL shall reject the proposal. If any such
thing is detected even after opening of price bid / award of the contract, the contract will be
cancelled forthwith without any notice and the PBG shall be invoked. Moreover, APDCL shall
declare the firm ineligible, either indefinitely or for a stated period of time, to be awarded a
contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices
in competing for this bid, or in executing the contract.
In case any information provided by the bidder in the uploaded bid is overlooked due
to oversight during techno commercial evaluation / price bid opening and that information is
noticed afterwards which is not in conformity with the bid document, then it will result in
disqualification of the bidder, even after price bid opening and award of contract and the bid
offer/LoA/P.O is liable for rejection without any prior notice.
a. Submission of documents with technical bids
i) Detail list of makes and materials offered with catalogues, technical specification ,type tests
certificate , performance certificate from utilities, authorization letter from manufacturer,
customer list etc.
ii) Certificates and testimonials in support of credentials of the bidder‟s organization.
iii) Details past experience along with present works in hand with awarded amount and progress
report.
iv) Brief write-up on methodology to carry out the assignment, if awarded.
v) Details of manpower to be engaged for the assignments.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 14
vi) Any other information, the bidder may feel facilitative in evaluating the bid.
vii) Copies of bidder and supervisor‟s license, etc.
viii) Certificate from Registered Charted Accountant in support of Annual turn over
ix) Solvency certificate from Bank
x) Certificate in support of performance of the bidder
xi) If the bidder is involved in any litigation with APDCL/ or any successor company of
APDCL. The bidder shall furnish the information to that effect.
xii) The bidder shall submit the list of materials that are to be brought from outside the state
xiii) GTP‟S of major items as described in BOQ. such as poles, conductors , insulators, surge
arrestor, stay set, earth pipe etc as per bid requirements shall invariably be submitted along
Price bid shall be with the tender otherwise tender is liable to be rejected.
xiv) Provisional Registration Certificate issued from the Contract Management Portal, APDCL.
xv) Company/Firm registration No.
xvi) List of order executed and order in hand
xvii) Labour license
xviii) GST registration
xix) Provident fund Registration certificate
xx) List of labour registered under Assam building and other construction Workers‟ Welfare
Board
xxi) ESIC registration certificate
xxii) Submission of Techno Commercial Bid in hard / paper form shall not be considered for
evaluation. If any document that is not available in the online uploaded soft copy is found in
the hard copy, the same shall not be considered. Hence, it is advised to all the prospective
bidders to upload the techno-commercial bid carefully and completely with scanned copies
of all original documents. However, decision of APDCL is final and binding to all in this
regard without assigning any reason thereof.
xxiii) Corrigendum if any would be published online on the website and will form a part of this
bid document.
xxiv) The undersigned reserves the right to reject any /all bids without assigning any reason
thereof, and to accept any tender or part there-of advantageous to APDCL and to award the
contract to one party or split up the contract amongst different bidders. Decision of
undersigned is final and binding on all.
Note:-
a. If the price of any item is kept blank the highest rate quoted among the techno-commercial
qualified bidder will be loaded for evaluation purpose. However if the bidder happens to be L-
1 then rate against the item which the bidder has kept blank will be awarded as zero i.e. he will
have to execute the work without any financial involvement.
b. No separate declaration offering discount on price will be allowed. Offered price in the
price schedule will be final.
xx. Pre-bid meeting: Prospective bidders are requested to be present in the Pre-bid meeting on the
date mentioned in the NIT without fail, so that all kind of queries can be discussed. APDCL will
not accept any complain, request for correction/modification etc. after holding of pre-bid
meeting.
A. Estimated amount: The total quantity of materials required is indicated in the BOQ. The
estimate is prepared on the basis of latest Schedule of Rate of APDCL and the same is available
in the official website of APDCL.
i) 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 10%. The quantity variation is allowed at the unit rate of
individual material quoted at the time of bidding or prevailing rates of those item in the
SOR, whichever is lower. However, for consequential change in labour portion on account
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 15
of such quantity variation, the price quoted in the original price schedule at the time of
bidding shall only be applicable. The variation which may occur must have the approval of
CGM(D), APDCL, LAR
xxi. Award of work: i) The evaluation of bids will be carried out in two part, technical bid and price bid. The
price bid will be opened and evaluated only of those bidders who qualified in technical
bid only.
ii) Company is not bound to accept the lowest quoted rate if the bidder is not responsive as
per requirement of APDCL‟s T&C.
iii) In no case, the contract shall be awarded to any bidder whose bid capacity is less
than the estimated cost.
iv) Work shall be started within fifteen (15) days from the date of issue of the work order,
failing which order will be cancelled without further correspondence.
v) The successful bidder must have to complete survey works within1 (one) month from
the date of issue of work order & submit quantity variation within that period.
vi) All the materials installed shall be under custody of the contractor till the date of
commissioning and charging. The properties will be taken over by APDCL, only after
satisfactory commissioning and charging.
xxii. All quoted rate will be inclusive of all taxes as applicable as per prevailing rate.
xxiii. Period of completion: 300 (Three hundred) days from the date of issue of work order.
NB: The project being a time bound GOA funded priority scheme the intending bidder who
feel competent enough to complete within the stipulated period shall only participate.
xxiv. Implementation schedule:
Comprehensive implementation schedule of work for the mentioned works
Sl No Description
EXECUTION PERIOD
7
day
s
33
day
s
70
day
s
80
day
s
80
day
s
30
day
s 1
Signing of
Agreement
2
Survey works &
submission of
drawings/GTP
3 Manufacture &
supply of materials
4 Erection of
equipments
5 Testing &
commissioning
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 16
xxv. Termination of work order:
Company reserves the right to terminate the work order at any stage in accordance with the
Company‟s General Condition of Supply and Erection in force.
xxvi. Terms of Payment:
a. For Supply & Erection:
During the currency of the contract, Maximum (two) nos. of progressive bill will be
entertained (both supply and erection altogether) for which maximum 60% payment shall be
made against the progressive bill retaining the balance 40% amount. The balance amount
shall be paid after satisfactory completion & commissioning of the portion of the project
subject to validity of performance guarantee submitted as per clause. No mobilization
advance will be entertained.
100% bills raised against supply of materials and erection shall be passed after due
verification by the concerned SDE, Assistant General Manager & countersigned by the
concerned CEO before placing it to the CGM (D&S), APDCL, LAR for payment.
b. In consonance with the letter vide No: APDCL/NO-ERP/PMU/2018/04/17 dtd.26.10.2018
strict adherence to the transactions in ERP to be ensured. In this context, the concerned head
of the respective electrical Divisional Officers are requested to undertake necessary steps to
perform the goods receipt/service. Acceptance related transactions through ER system only
against the PO/WO number. Please note that no supply/erection bills shall be considered for
payment unless the necessary transactions in ERP are performed by the concerned field
offices.
c. The right of the contractor/supplier to have payment or reimbursement of any cost for
execution of works/supply of materials as the case may be, against this order will be forfeited
or deemed to have been relinquished if the claim for it is not preferred to the appropriate
authority within 6(Six) months from the date of completion or deemed completion as per
clause of Company‟s GCSE.
xxvii. Project Management and site Organizations:
In Consideration of the tight schedule of the project, the successful bidder(s) /Contractor(s) shall exercise
systematic closely controlled project management system with the aid of commonly used soft tools.
Following are the major activities/deliverables to be organized /generated for submission to the Board.
(I) Liaison/Construction offices will be established in the concerned Circle of APDCL.
(II) Work Progress Report:
Progress monitoring by the contractor as per implementation schedule and
approved milestones.
Fortnightly progress report will be submitted to the concerned Deputy General
Manager, Senior Manager & Sub-Divisional Engineers.
The progress report will highlight the points like, work completion vis-à-vis planned,
plan for next working period, delay analysis vis-à-vis committed schedule with
reasons and remedies, etc.
(III) Site Organization-
The bidder at each working site shall establish the following.
Store house
Site fabrication facilities
Construction supervision office.
All offices shall be adequately furnished and staffed so as to take all site decisions
independently without frequent references to head Work‟s/offices.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 17
xxviii. Guarantees and Penalties:
a) Liquidated Damages (LD) The proposed work is on top priority of Government of India
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) Defect liability period:
Equipment & materials installed shall be guaranteed individually and also for integrated
operations for a period as mentioned below-
i. All equipments /materials, erected structures etc. for period of 18(eighteen) months from
the date of commissioning.
In case of detection of any defect in individual equipment or in the system as a whole, the same shall
be replaced / corrected by the contractor free of cost within 15(fifteen) days from the date of receipt
of the communication, failing which will lead to forfeiture of the BG against the equipments in full
or in part which is at the absolute discretion of APDCL.
c) Warranty from the manufacturer shall be produced along with manufacturer‟s test certificate
for all equipment/ materials covered under Manufacturer‟s warranty.
d) If the bidder/contractor fails to complete the project within the stipulated period, the bidder
maybe debarred from participating in future bids for a period which shall not be less than 1
(one) year but may extend up to three years.
xxix. Approvals/Clearances:
a) APDCL, concerned DGM shall approve all site and documents prepared by the contractor
for construction of the Line.
b) GTP and drawings of all equipment/ materials shall be approved by CGM (D&S), APDCL
LAR.
c) The contractor shall obtain all statutory approvals and clearances from the statutory
authorities before charging the system at his/her own cost.
xxx. Testing & Inspection:
All the equipments / materials to be supplied and erected shall be tested /inspected at
manufacturer‟s works by authorized officer/ Engineers of APDCL before dispatching them to
worksite at the discretion of APDCL. The contractor shall intimate the CGM (D&S), APDCL,
LAR sufficiently in advance (at least 15 days) regarding the date of inspection of materials/
equipments at manufacturer‟s works. The materials to be dispatched to site only after receipt of
dispatch clearance issued by the CGM (D&S), APDCL, LAR after satisfactory testing of the
same. Each lot of materials has to be inspected by the concerned field officials of APDCL
before deploying in the site.
Post supply testing:
APDCL at its discretion may reserve the right to conduct type test of randomly selected
samples of all materials at CPRI / ERDA/NABL Laboratory at the cost of the manufacturer. In
case of any discrepancy found therein, then APDCL will have the right to reject the whole lot.
xxxi. Environmental Considerations:
While carrying out the assignment, no damage to environment /forests will be caused by the
contractor. If so done, the contractor will have to compensate the same to the satisfaction of
the licensed Authority.
xxxii. Submission of documents
c) With bids.
i) Detail list of makes and materials offered with catalogues, technical specification, type
test, performance certificate, customer list etc.
ii) Certificates and testimonials in support of credentials of the bidder‟s organization.
iii) Details past experience along with present works in hand with awarded amount and
progress report.
iv) Brief write-up on methodology to carry out the assignment, if awarded.
v) Details of manpower to be engaged for the assignments.
vi) Any other information, the bidder may feel facilitative in evaluating the bid.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 18
vii) Copies of contractor and supervisor‟s license, etc.
viii) Certificate from Registered Charted Accountant in support of Annual turn over
ix) Solvency certificate from Bank
x) Earnest money deposit along with Techno- Commercial bid
xi) Certificate in support of performance of the bidder.
b) During project execution
i) All documents for approval shall be submitted in 3 (three) copies.
ii) All final documents to be submitted to statutory organizations will be furnished as per
requirement of the authority.
xxxiii. Funding of the project: The proposed work is funded by deposit scheme.
xxxiv. Ceiling on acceptance of bid value If the bid of the successful bidder is seriously unbalanced or unrealistic with respect to the
prevailing Schedule of Rate (SOR) of APDCL which may likely to have adverse effects on the
quality of workmanship as well as timely completion of the project, APDCL may ask the Bidder
to produce detailed price analysis for any or all items of the BOQ.
After assessment of the price analysis, the bidder may have to submit an additional performance
security equivalent to an amount of 2.0 % of the Contract value in pursuant to Section II, clause
no. 7 of the bid to protect APDCL against financial distress in the event of default of the
successful bidder under the Contract. In the event of non-compliance of the following, APDCL at
its absolute discretion have the right to scrap/reject the bid submitted by the successful bidder:
If a bid contains several items in the Bill of Quantities which are unrealistically priced
low and which cannot be substantiated satisfactorily by the bidder in price analysis.
Non-submission of additional performance security, if any as per the terms mentioned
above.
xxxv. Termination of contract on Contractor’s default
If the Contractor shall neglect to execute the Works with due diligence and expertise or shall
refuse or neglect to comply with any reasonable order given to him, in the Contract by the
Engineer in connection with the works or shall contravene the provisions of the Contract, the
owner may give notice in writing to the contractor to make good the failure, neglect or
contravention complained of, contractor fail to comply with the notice within thirty (30) days
from the date of serving the notice, then and in such case the Owner shall be at liberty to employ
other workmen and forthwith execute such part of the works as the Contractor, may have
neglected to do or if the owner shall think fit, without prejudice to any other right he may have
under the Contract to take the work wholly or in part out of the contractor's hands and re-contract
with any other person or persons to complete the works or any part thereof and in that event the
Owner shall have free use of all Contractor's equipment that may have been at the time on the site
in connection with the works without being responsible to the Contractor for fair wear and tear
thereof and to the exclusion of any right of the contractor over the same, and the Owner shall be
entitled to retain and apply any balance which may otherwise be due on the Contract by him to
the contractor, or such part thereof as may be necessary, to the payment of the cost of executing
the said part of the work or of completing the Works as the case may be. If the cost of
Completing of Works or executing a part thereof as aforesaid shall exceed the balance due to the
contractor; the contractor shall pay such excess. Such payment of excess amount shall be
independent of the liquidated damages for delay which the contractor shall have to pay if the
completion of works' is delayed.
In addition, such action by the Owner as aforesaid shall not relieve the Contractor of his liability
to pay liquidated damages for delay in completion of works as defined in clause no.26 of GCSE
Such action by the Owner as aforesaid, the termination of the Contract under this clause shall
neither entitle the contractor to reduce the value of the contract Performance Guarantee nor the
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 19
time thereof. The contract Performance Guarantee shall be valid for the full value and for the full
period of the contract including guarantee period.
Please note that as per the office order no. APDCL/OSD/MISC/2018-19/8 dtd. 14.11.2018,
no time extension will be granted in any circumstances irrespective of size & volume of
work. If any extension is needed for an unavoidable reason (except force majure), the
permission from Chairman, APDCL through the Managing Director, APDCL will be
mandatory.
xxxvi. Termination of contract on owners’ initiative
The Owner reserves the right to terminate the Contract either in part or in full due to reasons
other than those mentioned under clause entitled "Contractor's Default." The Owner shall in such
an event give fifteen (15) days notice in writing to the Contractor of his decision to do so.
The Contractor upon receipt of such notice shall discontinue the work on the date and to the
extent specified in the notice, make all reasonable efforts to obtain cancellation of all orders and
contracts to the extent they are related to the work terminated and terms satisfactory to the
Owner, stop all further sub-contracting or purchasing activity related to the work terminated, and
assist the Owner in maintenance, protection, and disposition of the Works acquired under the
Contract by the Owner.
In the event of such a termination, .the Contractor shall be paid compensation, equitable and
reasonable, dictated by the circumstances prevalent at the time of termination.
If the Contractor is an individual or a proprietary concern and the individual or the proprietor dies
and if the contractor is a partnership concern and one of the partners dies then unless the Owner is
satisfied that the legal representatives of the individual contractor or of the proprietor of propriety
concern and in the case of partnership, the surviving partners, are capable of carrying out and
completing the Contract, the Owner shall be entitled to cancel the Contract as to its uncompleted
part without being in any way liable to payment of any compensation to the estate of deceased
Contractor and/or to surviving partners of the contractor's firm on account of the cancellation of
the contract. The decision of the owner that the legal representatives of the deceased contractor or
surviving partners of the contractor's firm cannot carry out and complete the contract shall be
final and binding on the parties. In the event of such cancellation, the Owner shall not hold the
estate of the deceased Contractor and/or the surviving partner of the Contractor's firm liable to
damages for not completing the Contract.
xxxvii. Frustration of contract
In the event of frustration of the contract of supervening impossibility in items of Section 56 of
the Indian Contract Act, parties shall be absolved of their responsibility to perform the balance
portion of the contract.
In the event of non-availability or suspension of funds for any reasons whatsoever (except for
reason of willful or flagrant breach by the Owner and/or contractor) then the Works under the
contract shall be suspended. Furthermore, if the Owner is unable to make satisfactory alternative
arrangements for financing to the contractor in accordance with the terms of the Contract within
three months of the event, the parties hereto shall be relieved from carrying out further
obligations under the Contract treating it as frustration of the Contract. In the event
Performance Bank Guarantee, the parties shall mutually discuss to arrive at reasonable on all
issues including amounts due to either party for the work already done on "Quantum merit" basis
which shall be determined by mutual agreement between the parties.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 20
xxxviii. Disclaimer:
While the Company will make every endeavor to extend necessary facilitation in expediting the
work, the contractor shall be responsible to organize and arrange all necessary inputs right from
mobilization activities up to completion of the project. Company will not entertain any failure /
delay on such accounts. Also, Company will not be responsible for any compensation,
replenishment, damage, theft etc. as may be caused due to negligent working, insufficient
coordination with Government / non Government / Local Authority by the contractor and/ or his
personnel deputed for work. The contractor shall take necessary insurance coverage under
LIC/GIC etc. for his working personnel and the goods in store as well as in transit. The contractor
will be deemed to have made him acquainted with the local working conditions at site(s) and
fully provide for into the bid submitted.
xxxix. Before submitting the tender, the intending bidders are requested to physically
survey/inspect the location/route and the scope of work and have discussion with concerned
Sub-divisional Engineer /Asstt. General Manager in this regard in order to minimize issues
after awarding the contract. Any additional work/quantity which may be required for
laying / renovation of the line but inadvertently left out in the BOQ may be raised in the
pre-bid meeting only.
xl. If for any reason the date of pre-bid discussion is a declared holiday then the next working day at
the same time will be considered for pre bid discussion.
xli. Terms and conditions, which are not specified herein above will be governed by the
APDCL’s General Conditions of supply and erection in force.
LITIGATION HISTORY:
Bidders shall submit details of all the litigation, arbitration or other claims, whether
pending, threatened, or resolved in the last five years, with the exception of immaterial claims
with a cumulative impact of not more than 10 per cent of their total assets. The Employer shall
disqualify bidders in the event that the total amounts of pending or threatened litigation,
arbitration or other claims represent more than 50 per cent of their total assets. Bidder having
litigation with APDCL are not eligible to participate in this bid.
The Bid shall be rejected if a Bidder/product/OEM is found to be blacklisted/ debarred
by any utility in India at the time of submission of the bid. Any information in this regard that
might have remained unknown during the techno commercial evaluation / price bid opening
and comes to the notice of APDCL at a later stage, then the same shall be effective at any
stage of the tender processing such as techno-commercial evaluation/price bid
opening/award of work resulting in disqualification of the respective bidder/withdrawal of
the LoA without any prior notice.
APDCL’s General Conditions of supply and erection (GCSE) may be seen in our official website
www.apdcl.gov.in-- (Notice part)
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 21
Annexure – I (A)
Tender Proforma part – I (Techno-commercial Bid)
NIT NO: CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40
a. Name and full address of the Bidder :
b. Particulars of payment made for Purchase of
Tender document in the shape of. :
c. Amount of earnest money paid in the shape of :
d. Whether Sales Tax clearance : Yes / No
Certificate submitted
e. GST Registration. . :
f. Acceptance of guarantee clause of :
Materials /equipment and system
Installed individually and for integrated
Operation.
g. Acceptance of penalty clause :
h. Acceptance of terms of payment :
i. Certificate/ documents regarding adequate :
Experience of doing similar job
j. Details of work presently in hand with amount :
(Awarded by APDCL and other successor
Companies of APDCL) - a separate sheet if
Required may be enclosed.
k. Details of manpower and T&Ps including :
Vehicles available with the firm to be
Enclosed separately.
l. List of documents enclosed :
.
a) ….
b) ….
c) ….
Signature with full name
and designation of bidder or
His/her authorized representative
With seal
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 22
REQUIRED QUALIFICATION Annexure- I (B)
Sl
No. Qualification Requirement
Furnished
at
Annexure
Page Remark
A LEGAL
1 Document in support of legal status of firm
2 Memorandum of Association & Registered / Notarised Joint
venture Agreement if JV.
3 Registered / Notarised power of attorney of the signatory of
the Bidder to participate in the Bid in case of JV
4 Board resolution of the company to authorizing the signatory
in case of company
5
Information regarding any litigation, current or during the last
five years, in which the Bidder is involved, the parties
concerned, and disputed amount
6 Valid Electrical Contractor's License
7 Valid Electrical & Supervisory License
8 GST registration certificate
9 Provident Fund Registration Certificate
10 List of labour registered under Assam building and other
construction Workers‟ Welfare Board
B Financial
1 Audited Balance sheet, Profit & Loss account, Auditor‟s
report for last three year
2 CA Certified Turnover of bidder during the last 3(three)
years.
3
Evidence of adequacy of working capital for this contract
(access to line (s) of credit and availability of other financial
resources)
4 Authority to seek references from the Bidder's Bankers
5 Income Tax return for last 3 (three) years
6 Value of similar work performed by the bidder in each of the
last five years – Statement
7 Proposals for subcontracting components of the Works
amounting to more than 10 percent of the Contract Price
8 Details of the Bank Guarantee as EMD (BG/TD/FD)
C Technical ability and experience
1
Experience in works of a similar nature and volume for each
of the last 10(ten) years and details of works under way or
contractually committed including full address of client for
communication- Statement
2
Certificates issued by an Engineer not below the Cadre of
Deputy General Manager/SE along with supporting photo-
copies of agreements for the works executed in any one year
(12 months)
3
Detailed activity plan and methodology supported with layout
and necessary drawings and calculations (detailed) to allow
the employer to review their proposals.
4 Quality Assurance plan with Bar Chart
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 23
5 List of technical personnel and their qualification and
experience with organization chart
6 Proof of availability of the tools, tackles, spare parts, etc. for
carrying out the works.
D Technical particulars of equipments and Materials offered
in the Bill of Material and their GTPs
LIST OF ONGOING & COMPLETED PROJECTS: ANNEXURE- I(C)
List of ongoing & completed projects of -
(i) APDCL & Other successor companies of APDCL &
(ii) works executed outside the state of Assam
Sl.No. Name of the work Order No Contract
value Scheme
Stipulated
date of
completion
Present
Status
1
2
3
BIDDER’S INFORMATION SHEET: Annexure- I (D)
Bidder’s Information
Bidder’s legal name
In case of JV, legal
name of each partner
Bidder’s country of
constitution
Bidder’s year of
constitution
Bidder’s legal address
in country of
constitution
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 24
Bidder’s authorized
representative
(name, address,
telephone numbers, fax
numbers, e-mail
address)
Attached are copies of the following original documents.
1. In case of single entity, articles of incorporation or constitution of the legal entity named
above, in accordance with ITB 4.1 and 4.2.
2. Authorization to represent the firm or JV named in above, in accordance with ITB 22.2.
3. In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.
4. In case of a government-owned entity, any additional documents not covered less than 1 above
required to comply with ITB 4.5.
ANNEXURE 1(E)
Format for assessing the Bid Capacity of the Bidders To calculate the value of “A”
The following table contains the value of Electrical Works in respect to APDCL/other
utilities within India (Turnkey projects / Item rate contract/Construction works) undertaken
by the Bidder during the last 5 years.
SL No. Financial Year
Total value of Electrical works
done during the year (excluding
advance such as mobilisation
advance etc.) **
In Rs.
Factor for
updating to
current price
level
Updated Value
of the Work
In Rs.
A B C=AxB
1 2019-20 1.00
2 2018-19 1.10
3 2017-18 1.21
4 2016-17 1.331
5 2015-16 1.464
Maximum Value of work in one FY during last 5 FYs (In Rs.)
** Figures to be mentioned in the Column A shall be supported by relevant copies of the Work
Order/LOA as well as the corresponding Completion Certificates issued by the officer not below the
rank of CEO/DGM/Superintending Engineer of electrical utilities.
Maximum value of projects that have been undertaken during the F.Y. ____________ out
of the last 5 years and the value of the projects updated to the current price level (i.e.
FY 2018-19) thereof is Rs. ______________ (Rupees in words).
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 25
ANNEXURE 1(F)
Format for assessing the Bid Capacity of the Bidders To calculate the value of “B”
A table containing value of all the existing commitments and on-going works.
SL
No
Name
of
Proje
ct/
Work
Percenta
ge of
participa
tion of
Bidder in
the
project
Date of
comme
ncemen
t of
Project
Stipulate
d date of
Completi
on
Value of
the
contract
as per
Contract
Agreemen
t/LOA
Value of
work
complete
d**
Balance
value of
work to
be
completed
Balance
value of
work at
current
price level
(FY 2018-
19)
Rs. in
Lakhs
Rs. in
Lakhs
Rs. in
Lakhs
Rs. in
Lakhs
1 2 3 4 5 6 7 8= (6-7) 9 (3x 8 x
#)
** All relevant Certificates will required to be duly signed by the officer not below the rank of
CEO/DGM/Superintending Engineer of electrical utilities.
# Updation Factor as given below:
F.Y. Updation Factor
2019-20 1.00
2018-19 1.10
2017-18 1.21
2016-17 1.331
2015-16 1.464
The Statement showing the value of all existing commitments and ongoing works as well as
the value of work completed for each of the works mentioned above is verified from the
certificate issued by the Engineer not below the rank of CEO/DGM in respect of APDCL
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 26
Projects or Superintending Engineer in respect of Projects in other utilities within India. No
awarded/ ongoing works has been left in the aforesaid statement which has been awarded to
M/s………………individually/and other member M/s……………….. (in case of Joint
Venture), as on due date of submission for this NIT.
……………………….. ……………………….
Signature, name and designation of
Authorised Signatory
For and on behalf of
…………………………….(Name ofthe Bidder)
Date:
Place
FINANCIAL SITUATION (FIN-1)
Each bidders or member of JV must fill in this form
Financial Data for Previous 3 Years [Rs in lakhs]
Year 1: Year 2: Year 3:
Information from Balance Sheet
Total Assets
Total Liabilities
Net Worth
Current Assets
Current Liabilities
Information from Income Statement
Total Revenues
Profits Before Taxes
Profits After Taxes
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 27
Attached are copies of financial statements (balance sheets including all related notes, and
income statements) for the last three years, as indicated above, complying with the following
conditions.
All such documents reflect the financial situation of the Bidder or partner to a JV, and not
sister or parent companies.
Historic financial statements must be audited by a certified accountant.
Historic financial statements must be complete, including all notes to the financial
statements.
Historic financial statements must correspond to accounting periods already completed and
audited (no statements for partial periods shall be requested or accepted).
Form FIN - 2: Average Annual Turnover
Each Bidder or member of a JV must fill in this form
Annual Turnover Data for the Last 3 Years
Year Amount (Rs. In lakhs)
Average Annual Turnover
The information supplied shall be the Annual Turnover of the Bidder or each member of a JV in
terms of the amounts billed to clients for each year for contracts in progress or completed in
₹(Rupees).
Form FIN – 3: Financial Resources
Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of
credit, and other financial means, net of current commitments, available to meet the total
construction cash flow demands of the subject contract or contracts as indicated in Section 3
(Evaluation and Qualification Criteria)
Financial Resources
No. Source of financing Amount (Rs. In lakhs)
1
2
3
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 28
SECTION III
BILL OF QUANTITY (BOQ)
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 29
BOQ
Construction of 33 KV line from 400 KV Kukurmara GSS to NITB site, SOS Road, Mirzapur (by
Rani Chowk) by covered conductor with 241 Sqmm AAAC triple extruded, UV Protected,
Longitudinally water blocked and Non compacted medium voltage covered conductor of length
20 Kms in favour of General Manager(Engg), Project, NITB Project (Airport Director, LGBI
Airport, Guwahati) AAI under deposit work under Azara Electrical Sub-Division of Guwahati
Electrical Circle-II under full Turnkey Mode
.
Sl.
No. ITEM DESCRIPTION UNIT QTY
1 Supply & Errection of GI Steel Tubular Pole SP-76 No 840
2 Supply & Errection of 33kV, 241 sqmm AAA Covered Conductor
(Current carrying capacity 450 Amp) Mtr. 64500
3 Supply & Errection of 33 KV Poly Pin Insulator with GI Pin and
nuts & bolts suitable for 241 Sq. mm Covered conductor No 2643
4
Supply & Errection of 33 KV class (Using 66 KV ball & socket,
120 KN) Polymeric Tension Insulator with clamps, nuts & bolts
suitable for 241 sqmm MVCC
No 1236
5 Supply & Errection of 33 KV Poly Tension Hardware clamps
(Single string) with nuts & bolts suitable for 241 sqmm MVCC No 1236
6 Supply & Errection of IPC suitable for 241 sqmm MVCC No 34
7 Supply & Errection of NDA-Silica/Surge Arrestor, 30 KV 10 KA
class-1 No 18
8 Supply & Errection of Insulated cable tie No 3300
9 Supply & Errection of 33 KV Mid span Jointing Kit for 241 sq.mm
C.C No 72
10 Supply & Errection of 33 KV Termination Kit for 241 sq.mm C.C No 66
11 Supply & Errection of GI Ch Cross Arm (100x50x6x3200mm) No 1312
12 Supply & Errection of GI Angle (50x50x6mm) Mtr. 12000
13 Supply & Errection of Pole Clamp, GI flat 50 x 6mm No 1520
14 Supply & Errection of 33 KV Isolator with Earth switch and GI
Mounting Structure 800 Amps Set 6
15 Supply & Errection of 33 KV Isolator with Earth switch and GI
Mounting Structure 800 Amps Set 4
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 30
16 Supply & Errection of GI Pipe 50mm dia, 3 mtr L for earthing No 840
17 Supply & Errection of AAA Squirrel conductor for Earthing KM 3
18 Supply & Errection of GI Nut & Bolt with Washer (assorted) KG 3400
19 Supply & Errection of HT Stay set Set 200
20 Supply & Errection of GI Stay wire 7/10 SWG KG 2000
21 Supply & Errection of HT Guy insulator Porcelin No 200
22 Supply & Errection of HT Danger plate No 840
23 Supply & Errection of 33 KV XLPE Cable 1 Cr 400 sqmm (Al) Mtr. 1800
24 Supply & Errection of 33 KV XLPE Cable kit 1 Cr 400 sqmm
(OD) No 30
25 Supply & Errection of HDPE pipe110mm outer dia of 6M length No 35
26 Construction of cable trenchs (1260X650) mm for power cable
including labour and matterials as per specification and drawing Mtr. 300
27 Sundries LS 1
28 Supply & Errection of Grouting & Mufflering of GI pole, SP-76,
50x50x200 cm No 840
29 Supply & Errection of 33 KV VCB with GI Mounting Structure Set 2
30 Errection of RCC Foundation for Isolator Set 6
31 Tree trimming LS 1
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 31
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 32
Annexure –II(A)
Tender Proforma Part-II( PRICE BID) NIT No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40
NAME OF WORK:, CONSTRUCTION OF 33 KV LINE FROM 400 KV KUKURMARA GSS TO NITB SITE, SOS ROAD, MIRZAPUR (BY RANI CHOWK) BY COVERED CONDUCTOR WITH 241 SQMM AAAC TRIPLE EXTRUDED, UV PROTECTED, LONGITUDINALLY WATER BLOCKED AND NON COMPACTED MEDIUM VOLTAGE COVERED CONDUCTOR OF LENGTH 20 KMS IN FAVOUR OF GENERAL MANAGER(ENGG), PROJECT, NITB PROJECT (AIRPORT DIRECTOR,LGBI AIRPORT, GUWAHATI) AAI UNDER DEPOSIT WORK UNDER AZARA ELECTRICAL SUB DIVISION OF GUWAHATI ELECTRICAL CIRCLE-II UNDER FULL TURNKEY MODE
Sl. No
Brief Item Description Unit Qty
Supply of materials Errection of Materials
Unit price of item
CGST (9% of 5)
SGST (9% of 5)
Total supply cost (including
GST)
Unit Errection/Inst
allation charges (Rs.)
CGST (9% of 9)
SGST (9% of 9)
Total Errection cost (including
GST) (Rs.)
Total cost of supply& errection (including GST) (Rs)
1 2 3 4 5 6 (9% of 5) 7 (9% of 5) 8= (5+6+7) 9 10 (9% of 9) 11 (9% of 9) 12=(9+10+11)
13 = 4*(8+12)
1 Supply & Errection of GI Steel Tubular
Pole SP-76 No 840
2
Supply & Errection of 33kV, 241
sqmm AAA Covered Conductor
(Current carrying capacity 450 Amp)
Mtr. 64500
3
Supply & Errection of 33 KV Poly Pin
Insulator with GI Pin and nuts & bolts
suitable for 241 Sq. mm Covered
conductor
No 2643
4
Supply & Errection of 33 KV class
(Using 66 KV ball & socket, 120 KN)
Polymeric Tension Insulator with
clamps, nuts & bolts suitable for 241
sqmm MVCC
No 1236
5
Supply & Errection of 33 KV Poly
Tension Hardware clamps (Single
string) with nuts & bolts suitable for
241 sqmm MVCC
No 1236
6 Supply & Errection of IPC suitable for
No 34
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 33
241 sqmm MVCC
7
Supply & Errection of NDA-
Silica/Surge Arrestor, 30 KV 10 KA
class-1
No 18
8 Supply & Errection of Insulated cable
tie No 3300
9 Supply & Errection of 33 KV Mid span
Jointing Kit for 241 sq.mm C.C No 72
10 Supply & Errection of 33 KV
Termination Kit for 241 sq.mm C.C No 66
11 Supply & Errection of GI Ch Cross
Arm (100x50x6x3200mm) No 1312
12 Supply & Errection of GI Angle
(50x50x6mm) Mtr. 12000
13 Supply & Errection of Pole Clamp, GI
flat 50 x 6mm No 1520
14
Supply & Errection of 33 KV Isolator
with Earth switch and GI Mounting
Structure 800 Amps
Set 6
15
16
Supply & Errection of 33 KV Isolator
with Earth switch and GI Mounting
Structure 800 Amps
Set 4
Supply & Errection of GI Pipe 50mm
dia, 3 mtr L for earthing No 840
17
Supply & Errection of AAA Squirrel
conductor for Earthing KM 3
18 Supply & Errection of GI Nut & Bolt
with Washer (assorted) KG 3400
19 Supply & Errection of HT Stay set Set 200
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 34
20 Supply & Errection of GI Stay wire
7/10 SWG KG 2000
21 Supply & Errection of HT Guy
insulator Porcelin No 200
22 Supply & Errection of HT Danger plate No 840
23 Supply & Errection of 33 KV XLPE
Cable 1 Cr 400 sqmm (Al) Mtr. 1800
24 Supply & Errection of 33 KV XLPE
Cable kit 1 Cr 400 sqmm (OD) No 30
25 Supply & Errection of HDPE
pipe110mm outer dia of 6M length No 35
26
Construction of cable trenchs
(1260X650) mm for power cable
including labour and matterials as per
specification and drawing
Mtr. 300
27 Sundries LS 1
28
Supply & Errection of Grouting &
Mufflering of GI pole, SP-76,
50x50x200 cm
No 840
29 Supply & Errection of 33 KV VCB with
GI Mounting Structure Set 2
30 Errection of RCC Foundation for
Isolator Set 6
31 Tree trimming LS 1
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 35
SECTION-IV
GENERAL REQUIREMENT
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 36
GENERAL REQUIREMENTS
The bidder shall comply with the following general requirements along with other
specifications.
1.0 QUALITY ASSURANCE PLAN
1.1 The bidder shall invariably furnish the following information along with his offer failing which
the offer shall be liable for rejection. Information shall be separately given for individual type
of equipment offered.
i) The structure of organization
ii) The duties and responsibilities assigned to staff ensuring quality of work
iii) The system of purchasing, taking delivery and verification of materials
iv) The system for ensuring quality of workmanship
v) The quality assurance arrangements shall confirm to the relevant requirement of ISO
9001 on ISO 9002 as applicable.
vi) Statement giving list of important raw materials, names of sub-supplies for the raw
materials, list of standards according to which the raw material are tested, list of tests
normally carried out on raw material in the presence of suppliers representative, copies
of test certificates.
vii) Information and copies of test certificates as on (i) above in respect of bought out items
viii) List of manufacturing facilities available
ix) Level of automation achieved and list of areas where manual processing exists.
x) List of areas in manufacturing process, where stage inspections are normally carried out
for quality control and details of such test and inspection.
xi) List of testing equipment available with the bidder for final testing of equipment
specified and test plant limitation, if any vis-à-vis the type. Special acceptance and routine
tests specified in the relevant standards. These limitations shall be very clearly brought out
in "Schedule of Deviations" from the specified test requirement.
1.2 The contractor shall within 30 days of placement of order, submit the following
information to the purchaser.
i) List of the raw material as well as bought out accessories and the names of sub-suppliers
selected from those furnished along with the offer.
ii) Type test certificated of the raw material and bought out accessories if required by the
purchaser (Should not be more than five years).
iii) Quality Assurance Plant (QAP) with hold points for purchaser‟s inspection. QAP and
purchasers hold points shall be discussed between the purchaser and contractor before the
QAP is finalized.
The contractor shall submit the routine test certificates of bought out accessories and central
excise asses for raw material at the time of routine testing if required by the purchaser and
ensure that the quality assurance requirements of specification are followed by the sub-
contractor.
1.3 The Quality Assurance Programmed shall give a description of the Quality System and Quality
Plans with the following details.
i) Quality System
The structure of the organization.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 37
The duties and responsibilities assigned to staff ensuring quality of work.
The system of purchasing, taking delivery of verification of materials
The system of ensuring of quality workmanship.
The system of control of documentation.
The system of retention of records.
The arrangement of contractor internal auditing.
A list of administrator and work procedures required to achieve contractor‟s quality
requirements. These procedures shall be made readily available to the purchaser for
inspection on request.
ii) Quality Plans
An outline of the proposed work and program sequence.
The structure of contractor‟s organizations for the contract.
The duties and responsibilities ensuring quality of work.
Hold and notification points.
Submission of engineering documents required by this specification.
The inspection of the materials and components on request.
Reference to contractor‟s work procedures appropriate to each activity.
Inspection during fabrication /construction.
Final inspection and test.
2.0 Inspection
2.1 The Owner's representative or third party nominee shall at all times be entitled to have access to
the works and all places of manufacture, where insulator, and its component parts shall be
manufactured and the representatives shall have full facilities for unrestricted inspection of the
Contractor's and sub-Contractor's works, raw materials, manufacture of the material and for
conducting necessary test as detailed herein.
2.2 The material for final inspection shall be offered by the Contractor only under packed condition
as detailed in the specification. The Owner shall select samples at random from the packed lot
for carrying out acceptance tests. Insulators shall normally be offered for inspection in lots not
exceeding 5000 nos. the lot shall be homogeneous and shall contain insulators manufactured in
the span of not more than 3-4 consecutive weeks.
2.3 The Contractor shall keep the Owner informed in advance of the time of starting and the
progress of manufacture of material in their various stages so that arrangements could be made
for inspection.
2.4 No material shall be dispatched from its point of manufacture before it has been satisfactorily
inspected and tested unless the inspection is waived off by the Owner in writing. In the latter
case also the material shall be dispatched only after satisfactory testing for all tests specified
herein have been completed.
2.5 The acceptance of any quantity of material shall be no way relieve the Contractor of his
responsibility for meeting all the requirements of the specification and shall not prevent
subsequent rejection, if such material are later found to be defective.
3.0 Additional Tests
3.1 The Owner reserves the right of having at his own expense any other test(s) of reasonable
nature carried out at Contractor's premises, at site, or in any other place in addition to the type,
acceptance and routine tests specified in these bidding documents against any equipments to
satisfy himself that the material comply with the Specifications.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 38
3.2 The Owner also reserves the right to conduct all the tests mentioned in this specification at his
own expense on the samples drawn from the site at Contractor's premises or at any other test
center. In case of evidence of noncompliance, it shall be binding on the part of the Contractor to
prove the compliance of the items to the technical specifications by repeat tests or correction of
deficiencies, or replacement of defective items, all without any extra cost to the Owner.
4.0 Test Reports
4.1 Copies of type test reports shall be furnished in at least six (6) copies along with one original.
One copy shall be returned duly certified by the Owner only after which the commercial
production of the concerned materials shall start.
4.2 Copies of acceptance test reports shall be furnished in at least six (6) copies. One copy shall be
returned duly certified by the Owner, only after which the material shall be dispatched.
4.3 Record of routine test reports shall be maintained by the Contractor at his works for periodic
inspection by the Owner's representative.
4.4 Test certificates of test during manufacture shall be maintained by the Contractor. These shall
be produced for verification as and when desired by the Owner.
5.0 List of Drawings and Documents:
5.1 The bidder shall furnish the following along with bid.
i) Two sets of drawings showing clearly the general arrangements, fitting details, electrical
connections etc.
ii) Technical leaflets (user‟s manual) giving operating instructions.
iii) Three copies of dimensional drawings of the box for each quoted item.
The manufacturing of the equipment shall be strictly in accordance with the approved drawings
and no deviation shall be permitted without the written approval of the purchaser. All
manufacturing and fabrication work in connection with the equipment prior to the approval of
the drawing shall be at the supplier's risk.
Approval of drawings/work by purchaser shall not relieve the supplier of his responsibility and
liability for ensuring correctness and correct interpretation of the drawings for meeting the
specification.
5.2 The requirements of the latest revision of application standards, rules and codes of practices.
The equipment shall conform in all respects to high standards of engineering, design,
workmanship and latest revisions of relevant standards at the time of ordering and purchaser
shall have the power to reject any work or materials which, in his judgment is not in full
accordance therewith.
5.3 The successful Bidder shall within 2 weeks of notification of award of contract submit three
sets of final versions of all the drawings as stipulated in the purchase order for purchaser's
approval. The purchaser shall communicate his comments/approval on the drawings to the
supplier within two weeks. The supplier shall, if necessary, modify the drawings and resubmit
three copies of the modified drawings for their approval. The supplier shall within two weeks.
Submit 30 prints and two good quality report copies of the approved drawings for purchaser's
use.
5.4 Eight sets of operating manuals/technical leaflets shall be supplied to each consignee for the
first instance of supply.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 39
5.4.1 One set of routine test certificates shall accompany each dispatch consignment.
5.4.2 The acceptance test certificates in case pre-dispatch inspection or routine test certificates in
cases where inspection is' waived shall be got approved by the purchasers.
6.0 Any Item specification if not available in this document Contractor shall supply and execute
the items meeting the relevant IS specification with the approval of the purchaser.
7.0 SAFETY PROVISIONS:
The contractor is responsible for non compliance of the safety measures, implications,
injuries, fatalities and compensation arising out of such situations or incidence as per
regulation 7(4) of the aforesaid Regulations.
1. All the electrical installation works including additions, alternations, repairs and
adjustments to existing installations shall be carried out by an electrical contractor
licensed in this behalf by the state government and under direct supervision of a
person holding a valid certificate of electrical competency and by a person holding a
valid workman permit issued or recognized by the Government.
2. All the aforesaid electrical works at site shall be carried by engaging competent &
designated person having valid electrical workman permit issued or recognised by
the Govt. of Assam.
3. The Contractor shall furnish list of designated and competent persons having valid
electrical workman permits before execution of the electrical works at site to
APDCL.
4. The contractor shall maintain a register of designated persons wherein the names of
the designated persons and purpose for which they are designated shall be entered
along with their valid registered electrical workman permit or certificate number.
5. The register of designated persons shall be produced before competent officials of
APDCL/Electrical Inspector when required by him for verification or removal of
names from the aforesaid register on direction by an electrical Inspector.
6. No person shall work on lines and apparatus and no person assist such person unless
he is designated in this behalf and takes safety precautions as per the safety
Regulations of CEA.
7. Only persons designated in this behalf by the APDCL shall be allowed to carry out
works on live lines and apparatus of APDCL.
8. In the event of any electrical accident occurring due to use of poor quality/sub-
standard material/item or due to poor workmanship on the part of the
contractor/supplier leading to death or injury of any person or livestock/animal,
the contractor/supplier shall be held responsible and shall be liable to pay
compensation for the same.
In such, APDCL may at its discretion debar the concerned contractor/supplier
from participating in any future bid for such period deemed fit without
prejudice to its authority to take any other legal action.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 40
SECTION – 5
FORMS OF BID
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 41
PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE
(To be stamped in accordance with Stamp Act)
Ref………………………….. Bank Guarantee No…………..
Date…………………….
To
The Chief General Manager (D&S)
Assam Power Distribution Company Ltd., LAR
Bijulee Bhawan, Paltanbazar
Guwahati-1
Dear Sirs/ Madam,
In consideration of Assam Power Distribution Company Ltd., (herein after referred to as the
„Owner‟ which expression shall unless repugnant to the context or meaning thereof include its
successors, administrators and assigns) having awarded to M/s……………
….……………………….with registered/ Head office at ……………….( hereinafter referred to as “
Contractor” which expression shall unless repugnant to the context or meaning thereof include its
successors, administrators, executors and assigns), a Contract by issue of Owner‟s Letter of Intent
No…………… dated……………….. and the same having been acknowledged by the contractor,
resulting in a contract and contractor having agreed to provide a Contract Performance Guarantee for
the faithful performance of the entire Contract equivalent to 10(%) of the said value Contract to the
Owner.
We………………………………………………………………………………………….. (Name &
Address) having its Head Office at …………………( hereinafter referred to as the “ Bank” , which
expression shall, unless repugnant to the context or meaning thereof, include its successors,
administrators, executors and assigns) do hereby guarantee and undertake to pay the owner, on
demand any or all monies payable by the contractor to be extent of ₹ …………………. at any time
up to ………………………..**( day/month/year) without any demur, reservation , contest , recourse
or protest and / or without any reference to this contractor. Any such demand made by the owner on
the bank shall be conclusive and binding notwithstanding any difference between the Owner the
Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other authority. The
bank undertakes not to revoke this guarantee during its currency without previous consent of the
owner and further agrees that the guarantee herein contained shall continue to be enforceable till the
owner discharges this guarantee.
The Owner shall have the fullest liberty without affecting in any way the liability of the Bank under
the guarantee, from time to time to extend the time for performance or the contract by the contractor.
The owner shall have the fullest liberty, without affecting this guarantee, to postpone from time to
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 42
time the exercise of any power vested in them or of any right which they might have against the
contractor, and to exercise the same at any time in any matter, and either to enforce or to for bear to
enforce any covenants, contained or implied, in the contract between the owner and the contractor or
any other course or remedy or security available to the owner. The Bank shall not be released to its
obligations under these presents by any exercise by the owner of its liberty with reference to the
matters aforesaid or any of them or by reason of any other act of omission or commission on the part
of the owner or any other indulgences shown by the owner or by any other matter or thing
whatsoever which under law would, but for this provision have the effect of relieving the Bank.
The bank also agrees that the owner at its option shall be entitled to enforce this guarantee against
the Bank as a principal debtor, in the first instance without proceeding against the contractor and not
withstanding any security or other guarantee the owner may have in relation to the Contractor‟s
liabilities.
Notwithstanding anything contained herein above our liability under this guarantee is restricted to
……………………. And it shall remain in force up to an including …………………….. and shall
be extended from time to time for such period( not exceeding 1 year) as may be desired by
M/s………………………………………………………….on whose behalf this guarantee has been
given.
Dated this……………………. Day of ……………………….. 20……………… at…………
WITNESS
……………………………. ………………………
(Signature) (Signature)
…………………………… ……………………..
(Name) (Name)
………………………….. ……………………..
(Official address) (Official address)
Attorney as per power
Of Attorney No…………..
Date……………………..
NB: The stamp paper of appropriate value shall be purchased in the name of issuing bank.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 43
PROFORMA OF EXTENSION OF BANK GUARANTEE
Ref………………………….. Date…………………….
To
The Chief General Manager (D&S)
Assam Power Distribution Company Ltd., LAR
Bijulee Bhawan, Paltanbazar
Guwahati-1
Dear Sirs/ Madam,
Sub: Extension of Bank Guarantee No……………….. for Rs…………………. Favouring
yourselves , expiring on …………………. On account of M/S………………………….. in
respect of contract no……………………. dated …………….. (hereinafter called original
Bank Guarantee).
At the request of M/s ……………………… we …………………… bank, branch office at
………………….. and having its Head Office at ………………………. Do hereby extend our liability
under the above mentioned Bank Guarantee No………………… dated………………………for a
further period of ……………………… (Years / Months) from………………….. to expire
on………………….. expect as provided above, all other terms and conditions of the original Bank
Guarantee No………………………. dated ………………. Shall remain unaltered and binding.
Please treat this as an integral part of the original Bank Guarantee to which it would be attached.
Yours faithfully
For………………………………
Manager/ Agent/Accountant …………………..
Power of attorney No……………………
Dated……………………………………
SEAL OF BANK
Note: The non-judicial stamp paper of appropriate value shall be purchased in the name of the Bank
who has issued the Bank Guarantee.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 44
PROFORMA OF “AGREEMENT”
(To be executed on non-Judicial stamp paper)
This Agreement made this …………….. day of ………… two thousand……………. Between Assam
Power Distribution Company Ltd. having its head office at Bijulee Bhawan, Paltanbazar, Guwahati-1 (
hereinafter referred to as „Owner‟ or „APDCL‟, which expression shall include its administrators,
successors and assign on one part and (hereinafter referred to as the „Contractors „X‟ ( Name of the
contracting Co.) which expression shall include its administrators, successors, executors and permitted
assigns) on the other part.
WHEREAS APDCL desirous of …………………….. in ……………. Circle associated with APDCL
at ……………….(District) invited Bids for……………………………………………..
………………………………. (Briefly describe scope of works) for the first state of the project as per
its Bid Specification No………………………………
AND WHEREAS……………………….”X” ………………………. had participated in the above
referred Bidding vide their proposal No……………………. dated………………. And awarded the
Contract to……………..” X”…………….. on terms and conditions documents referred to therein
which have been acknowledged by……………….”X”…………………..resulting into a “Contract”
NOW THEREFORE THIS DEED WITNESS AS UNDER:-
1.0 Article
1.1 Award of Contract
APDCL awarded the contract to……………..”X”……………… for the work of …………… on the
terms and conditions contained in its letter of Award No…….. ………. Dated…………… and the
documents referred to therein. The award has taken effect from aforesaid letter of award. The terms
and expression used in this agreement shall have the same meaning as are assigned to them in the
„Contract Documents‟ referred to in this succeeding Article.
2.0 Documentation
2.1 The contract shall be performed strictly as per the terms and condition stipulated herein and in the
following documents attached herewith( hereinafter referred to as “Contract Documents”.)
i) Section 1-11 of the Bidding Document.
ii) Proposal Sheets, Data Sheets, Drawing work schedule submitted by “X”.
APDCL‟s Letter of Award No………….. dated……………….duly acknowledged by “X”.
Quality Plans for manufacturing and field activities entitled as Quality Plan.
All the aforesaid Contract Documents shall form an integral part of this agreement , in so far as the
same or any part conform to the bidding documents and what has been specifically agreed to by the
Owner in its letter of Award. Any matter inconsistent therewith, contrary or repugnant thereto or any
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 45
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
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:
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 46
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 customers 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 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 (Section10) 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
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 47
Notice of default given by either party to the other under agreement shall be in writing and shall be
deemed to have been duly and properly served upon the parties hereto if delivered against
acknowledgement or by telex or by registered mail with acknowledgements due addressed to the
signatories at the addresses mentioned at Guwahati.
IN WITNESS WHEROF, the parties through their duly authorized representatives have executed these
presents (execution where of has been approved by the competent authorities of both the parties) on the
day, month and year first above mentioned at Guwahati .
WITNESS:
1. ……………………….. (Owner‟s signature) (Printed Name)
2. ……………………… (Designation) (Company‟s Stamp)
3. …………………….. (Contractor‟s Signature) (Company‟s Name)
4. …………………….. (Designation) (Company‟s Stamp)
Applicable in case of single award is placed on one party on Supply-cum- Erection basis. In
two separate awards are placed on single party/two different parties this clause is to be
modified suitably while signing the contract agreement to be signed separately for two awards
to incorporate cross fall breach clause.
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
………………………………………………………………………………………………(herein
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. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 48
No.-------------------------)of Assam Power Distribution Company Ltd. Bijulee Bhawan, Paltan Bazar,
GUWAHATI (hereinafter called the "Owner"). and the bids for which' have been invited by the
Owner, to undertake the following acts:
i) To submit proposal and participate in the aforesaid Bid Specification of the Owner on behalf
of the “Joint Venture”.
ii) To negotiate with the Owner 'the terms and' conditions for award of the Contract pursuant to the
aforesaid Bid and to sign the Contract with the Owner for and on behalf of the "Joint Venture'.
iii) To do any other act or submit any document rated to the above.
iv) To receive, accept and execute .the Contract for and on behalf of the "Joint Venture".
It is clearly understood that the Partner In-charge (Lead Partner) shall ensure performance of the
Contract(s) and if one or more Partner fail to perform their respective portion of the Contract(s), the
same shall be deemed to be a default by all the Partners.
It is expressly understood that this Power of Attorney shall remain valid binding and irrevocable till
completion of the Defect Liability Period in terms of the Contract.
The Joint Venture hereby agrees and undertakes to ratify and confirm all the above whatsoever the said
Attorney/ Authorized Representative/Partner In-charge quotes in the bid, negotiates and signs the
Contract with the Owner and/or proposes to act on behalf of the joint Venture by virtue of this Power of
Attorney and the same shall bind the Joint Venture as if done by itself.
* Strike which is not applicable.
IN WITNESS THEREOF the Partners Constituting the Joint Venture as aforesaid have executed these
presents on this …………….. day of ……………....... under the Common Seal(s) of their Companies.
for and on behalf of
the Partners of Joint
Ventures
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 ________________________
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 49
2. Signature _________________________
Name___________________________
Designation_______________________
Occupation ________________________
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 50
FORM OF JOINT VENTURE AGREEMENT
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE TO BE PURCHASED
INTHE 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 BijuleeBhawan, 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.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 51
AND 'WHEREAS the bid has been submitted to the Owner vide proposal
No ............................. dated ..................................................... by Lead Partner based on the Joint
Venture agreement between all the Partners under these presents and the bid in accordance with the
requirements of Annexure-A (Qualification Requirements of the Bidders), Section -4 has been signed
by all the partners.
NOW THIS INDENTURE WITNESSETH AS UNDER:
In consideration of the above premises and agreements all the Partners to this, Joint Venture do hereby
now agree as follows:
1. In consideration of the award of the Contract by the Owner to the Joint Venture partners,
we, the Partners to the Joint Venture agreement do hereby agree that
M/S__________________ shall 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.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 52
6. This Joint Venture agreement shall be construed and interpreted in accordance with the
laws of India and the courts of Assam 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 authorized
representatives executed these presents and affixed Common Seals of their companies, on the day,
month and year first mentioned above.
IN WITNESS WHEREOF, the Partners to the Joint Venture agreement have through their
authorized representatives executed these presents and affixed Common Seals of their companies, on
the day, month and year first mentioned above.
Common Seal of_________________ For Lead Partner
has been affixed in my/our presence
pursuant to the Board of Director's (Signature of authorized
resolution dated________________ representative)
Name
Signature
Designation
Name Common Seal of the Company
Designation
Common Seal of_________________ For Other Partner
has been affixed in my/our presence
pursuant to the Board of Director's (Signature of authorized
resolution dated_______________
Name
Signature
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 53
Designation
Name Common Seal of the Company
Designation
WITNESSES
1. Name . (Signature)
(Official address)
2. Name . (Signature)
(Official address)
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 54
TECHNICAL SPECIFICATION
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 55
TECHNICAL SPECIFICATION
1. TECHNICAL SPECIFICATION FOR STEEL TUBULAR POLES 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. 1.0
STANDARD : 1.1. 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. 2.0 Topography and Climatic
Condition : 2.1. 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. 3.0 Materials : 3.1. 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. 3.2. 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. 4.0 Types, Size and construction: 4.1.
Tubular Steel Poles shall be swaged type. 4.2. 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 the longitudinal welds shall be staggered at each swaged joint. 4.3. 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. 4.4. The length of joints on
swaged poles shall be in accordance with clause No. 5.4 of IS: 2713(Par-I): 1980. 4.5. 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. 4.6. Tolerances for outside diameter, thickness, length, weight and
straightness shall be in accordance with IS: 2713 (Part-I) : 1980. 4.7. 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. 5.0
Earthing Arrangements: 5.1. For earthing arrangement a through hole of 14mm diameter shall be
provided in each pole at a height of 300mm above the planting depth.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 56
SPECIFIC TECHNICAL REQUIREMENTS FORTUBULAR STEEL POLES : SWAGED TYPE
14.5 meters long
1) Standard IS: 2713 ( Pat-I and III): 1980 as amended
upto date
2) Type of Pole Swaged Type
3) Designation 410 SP 76 SP60
4) Overall Length 14.5 meters
5) Planting depth 2.0 meters
6) Height above ground 12.5 meters
7) Effective length of Each section.
a) Bottom 6.50 meters
b) Middle 4.00 meters
c) Top 4.00 meters
8) Outside diameter and Thickness of
each Section.
a) Bottom 219.1x5.90 mm
b) Middle 193.7x4.85 mm
c) Top 165.1x4.50 mm
9) Joint Length ( in cm.):
a) Bottom (J2) 45 cm.
b) Top (J1) 40 cm.
10) Approximate weight of
Pole 380 Kg.
11)Point of application of
load below/top (mtr.)
0.6 mtr
12) Breaking load ( inKgf ) 947
13) Working load with factor of Safety
: 2.5 ( in Kgf ) 379
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 57
1.0 SCOPE :
This specification covers the design, manufacture, testing at manufacturer's
works, transport to site, insurance, storage, erection and commissioning of
Galvanized Cross Arm and channel used for 33KV, 11 KV & line complete with all
accessories as specified.
2.0 Standards
The M.S Cross Arm and channel supplied under this specification shall confirm 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 confirming to IS: 266 shall be those
specified in the IS: 1852-1973 with latest revision.
Galvanization conforming to latest version of 1S:2629
In the event of conforming to any standards other than the Indian Standards, the
salient features of comparison shall be clearly set out separately
3.0 GENERAL REQUIREMENT :
i. The cross arm shall be fabricated grade of mild steel of channel section as per
requirement.
ii. All steel members and other parts of fabricated material as delivered shall be free
of warps, local deformation, unauthorized splices, or unauthorized bends.
iii. Bending of flat strap shall be carried out cold. Straightening shall be carried out by
pressure and not by hammering. Straightness is of particular importance if the
alignment of bolt holes along a member is referred to its edges.
iv. Holes and other provisions for field assembly shall be properly marked and cross
referenced. Where required, either by notations on the drawing or by the
necessity of proper identification and fittings for field assembly, the connection
shall be match marked.
v. A tolerance of not more than 1mm shall be permitted in the distance between the
center lines of bolt holes. The holes may be either drilled or punched and, unless
14) Crippling load ( inKgf ) 672
15) Load for permanent set Not
exceeding 13mm (in Kgf) 460
16) Load for Temporary Deflection of
157.5 mm (in Kgf) 81
17) Tolerance As per IS:2713(partI&partIII):1980
18) Finish -do-
19) Manufacturing clause -do-
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 58
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.
xiii. The rolling and cutting tolerance for steel product confirming 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
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 59
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.
SECTION – 1
TECHNICAL SPECIFICATIONS FOR 33 KV COVERED CONDUCTORS
Description
Nominal Thickness, mm
33 kV
Extruded longitudinal water blocking layer As required
Extruded semi conductive layer 0.3
Inner XLPE Insulation Layer 2.43
Outer UV Resistant, Non-Tracking and Erosion Resistant XLPE insulation layer
1.2
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 60
INTRODUCTION: As per the tender specification, the covered conductor should be as per EN 50397-part 1. These
Specifications lay down the Constructional, Dimensional and Performance Requirements for
Covered Conductors which consist of a Conductor surrounded by a Covering made of Insulating
Material (as described hereunder) as protection against Accidental temporary Contacts with
Grounded Parts such as Tree Branches and with other Covered Conductors etc. CONSTRUCTION REQUIREMENTS: 1) CONDUCTOR: CONDUCTOR MATERIAL: Aluminium Alloy (AAAC). NOMINAL CROSS SECTION: 241 sq mm for AAAC CONDUCTOR DESIGN: The Conductor shall be stranded, round and should be Non Compacted.
Non Compacted Conductors shall comply with all the requirements of EN 50397-1-2006. The
D.C. Resistance of the conductor shall not exceed that given in EN 50397-1-2006 by more than
5%.
2) FILLING (WATER BLOCKING): The Stranded Conductor shall be longitudinally water blocked by means of a water blocking
material incorporated during the extrusion process. The use of grease / water swellable tape /
water swellable powder etc is not permitted. The water blocking material shall be stable at
maximum operating conductor temperature of 90°C. The water blocking compound shall be
compatible with the conductor material as well as the semi conducting polymer screen layer
above it and not adversely affect its electrical or mechanical properties.
3) SEMICONDUCTING SCREEN: A semi conductive polymeric screen should be applied over the filled stranded conductor to
ensure a lower voltage stress on the Insulation applied over the screen. The thickness of the semi conductive polymeric screen should be between 0.2 mm and 0.4 mm. 4) INSULATION:
The Semi Conducting Screen, Inner Insulation and Outer Insulation should be extruded in one
step i.e. triple extrusion to ensure a good, permanent bond between the three layers and also
with the conductor. It shall be possible to remove the Semi Conducting Screen, Inner and Outer
Insulation Layers without damage to the conductor, but there shall be no slippage between the
layers.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 61
Figure 1 shows the Cross Section of a Covered Conductor with AAAC Conductor. FIGURE 1 (AAAC)
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 62
5) TYPE TESTS: TEST FOR COVERED CONDUCTORS as per EN 50397-1-2006
MVCC Make
MVCC Material
MVCC size
MVCC Design
Weight
Rated Operating Voltage
Max. Load (IEC61597)
Maximum Short crcuit current (1 sec)
D.C Resistance
Resistance Temperature Co-efficient
Lightning Impulse Withstand strength of XLPE layer
Tensile Strength of conductors
Ambient Air Temp
Maximum temp of Conductor at Rated Current
Maximun allowable temp under Short Circuit Condition,
Maximum temperture upto which water blocking material shall remain stable
Wheather water blocking materials incorporated during the extrusion process
UV Resistant
XLPE Thickness (Outer layer)
XLPE Thickness (Insulation layer)
Semiconducting layer thickness
Compacted/Non compacted
Longitudinal water tightness
Leakage current
Type Test as per EN 50397-1: 2006
Conductor Resistance Test
Thickness of Insulation & Covering
Tensile strength
Percentage Elongation at break of Insulation before ageing, after
ageing & Completed Cable ageing
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 63
6) ELECTRICAL TESTS: Conductor Resistance Test: To be done as a Routine as well as Type Test as per EN 50397-1-
2006. High Voltage Test as per EN 50397-1-2006. – Type test Test Voltage --- Phase to Phase Voltage of the System for which the Covered Conductor is used. No. of Specimens --- One Length of Specimen (minimum) ---- 5 metres Duration of Immersion in Water (minimum) ---- 1 Hour Temperature of Water ---- (20 +/- 5) Degrees Centigrade Test Duration --------------- 4 Hours for Routine Test 48 Hours for Type Test Requirement: No Breakdown Spark Test on Covering: Routine test Test Voltage 0.7 X Phase to Phase Voltage of System (A, C,) or Phase to Phase Voltage of System (D. C.) Requirement: No Breakdown Leakage Current Test - Type test Test Voltage 0.7 X Phase to Phase Voltage of System (A. C.)
Carbon black content test on outer covering
Shrinkage test on outer covering
Shrinkage test on Insulation
Hot set test on Insulation
Water Absorption test on Insulation
Test for longitudinal water tightness
AC High Voltage test
Leakage Current Measurement
Tracking Resistance test
Slippage Test
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 64
Requirement: Maximum Leakage Current 1mA Tracking Resistance: - Type test
7) NON – ELECTRICAL TESTS ON COVERING: Type tests Mechanical Properties : Before Ageing of Sample: As per Table 1 (as per EN 50397-1-2006) After Ageing of Sample: As per Table 1 (as per EN 50397-1-2006) Ageing of Complete Product Sample: As per Table 1 (as per EN 50397-1-2006) Hot-Set-Test: As per Table 1 and in accordance to (as per EN 50397-1-2006) Pressure Test at High Temperature: As per Table 1 and in accordance with EN 60811-3-1, Sub
Clause 6.1. Water Absorption: As per Table 1 and in accordance with EN 50397-1-2006 8) TEST FOR LONGITUDINAL WATER TIGHTNESS As Type Test with Heat Cycle and in accordance with 50397-1-2006. No of Specimen – 1 Length of Specimen – 3 metres Test Duration -- 24 hours Bending Radius – 20 X Diameter of Covered Conductor Requirement – No Leakage As Routine Test without Heat Cycle and in accordance with IEC 60502 -2 No of Specimen – 1 Length of Specimen – 1 metre Test Duration – 1 Hour
C. TECHNICAL SPECIFICATIONS FOR 33 KV AAAC MEDIUM VOLTAGE COVERED CONDUCTOR and ACCESSORIES
Bidder shall confirm by signing with stamp on the GTP
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 65
1. FOR 33 KV AAAC MEDIUM VOLTAGE COVERED CONDUCTOR
OTHER REQUIREMENTS The offered triple extruded AAAC conductor shall be suitable for use under operating condition
as specified below:
Sl.No.
Parameters
offered Values
for specified
covered
conductor
1 Conductor type
2 Lay up of Conductors (mm)
3 Conductor Dia (mm)
4 Inner Semiconducting Layer thickness (mm)
5 Inner XLPE Layer thickness (mm)
6 Outer UV Resistance - XLPE Thickness (mm)
7 Over all diameter (Min-Max) (mm)
8 Weight (Kg/Km)
9 Rated Operated Voltage (KV)
10 DC-resistance at 20 Degree C, Maximum (Ohm/KM)
11 Resistance Temperature coefficient (/0C)
12 Lightening Impulse withstand strength of XLPE Layer (KV)
13 Maximum Continues Operating temperature (0C)
14 Max load(IEC 61597), cond.temp 80 °C, air temp. 40 °C, wind speed 0.5
m/s, Solar radiation 1045W/m², Approximate value (A)
15 Max short circuit current, 1 sec (KA)
16 Tensile Strength of Conductors (kN)
17 Aluminium Alloy
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 66
2.0 System Parameters:
3.0 Service Conditions:
Ambient air temperature : 40 deg C Maximum temperature of conductor at rated current : 80 deg C Wind condition at site : 0.5 meter / sec Solar radiation at site : 1045 watts / sq m Maximum allowable temperature under Short circuit condition : 250 deg C Data sheet providing details of the conductor under data provided above shall be submitted
along with the offer. TECHNICAL SPECIFICATIONS FOR ACCESSORIES
1.0 Scope: This specification covers the design, manufacture, assembly, testing and supply of accessories for Medium Voltage Covered Conductor (MVCC) rated up to 33000 volts.
4.0 Applicable Standards:
The accessories of conductor shall confirm to the following standard (amended upto
date).
1 Average Ambient Temperature 30° C
2 Maximum Ambient Temperature 55° C
3 Maximum Relative Humidity 99%
4 Environmental Condition Humidity tropical climate with polluted
atmosphere
1 Nominal Voltage 33 kV
2 System Highest Voltage 36 kV
3 Type of Earthing Effective Effective
4 System Fault Current 33kV for 1 second
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 67
5.0 Cable Data:
6.0 Type of Medium Voltage Covered Conductor Accessories
S no Description Application
1 Tension Assembly (TA) For fitting onto a pole for tensioning at the
beginning or end of a length of MVCC, or for
anchoring while a major change in direction. The Tension assembly consists of one wedge
type Tension / anchoring clamp and one Tracking
protection IPC.
2 Insulator Clamp / Tie (IC) For supporting and aligning MVCC at an
intermediate pole in a length, with small angle of
deviation. The Insulator Clamp hold the MVCC in its
position on top of the pin or post insulator.
Insulator Tie consists of either an “Insulated
Plastic” or “Metallic helical” Type for Line
Alignment.
3 Suspension Clamp (SC) For supporting a length of MVCC at an
intermediate pole in a length, with large angle of
deviation with a disc insulator. The suspension clamp consists of an “Assembly
with one locking type Suspension clamp with
provision to fix in Insulators.
1 EN 50397-1:2006 Covered Conductor Specification- Up to 33 KV
2 EN 50397-2:2009 Accessories for covered conductors
specifications, tests and acceptance criteria
3 EN 50392-2 (MARCH 2010)
Covered conductors for overhead line and related
accessories for rated voltage above 1KV a.c. and
not exceeding 33KV a.c.
Description of Medium Voltage Covered Conductor
As per Tender Specification
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 68
6.1 Tension / Anchoring Clamp. Anchoring assemblies are used to firmly hold the MVCC to a concrete or steel pole and transmit the mechanical tension.
At the end of a run
At a major change in direction of over 20 degrees.
The clamp should consists of an Aluminium alloy corrosion resistant body, Rigid sling (“bail”) of stainless steel with Tracking insulation piercing connector and self-adjusting plastic wedges which shall anchor/hold the cable.
The following key criterion to be followed for the design of the same
There shall be no losable part (except bail) in the process of clamping arrangement
Locking mechanism should be wedge type self-locking. Wedges are to be made of high strength, Frost, heat and UV-radiation resistant plastic with glass fibre.
The fittings shall be able to withstand the specific minimum failure load (SMFL) and shall not damage the covering. The SMFL is the minimum load 20K for 50-70 sq mm and 28KN for 95-157 sq mm and 60KN for 160-241 sq mm.
Tracking insulation piercing connector shall be made of aluminium and having multiple teeth. The insulation piercing connector shall be supported by both side of rigid bail to
4 1. Insulation Piercing Connector for
“Bare to Covered interconnections” (IPC – Type 1) 2. Insulation Piercing Connector for
“Networking / Branching / Looping” (IPC – Type 2)
3. Insulation Piercing Connector
with Aluminium Bail for earthing (IPC – Type 3)
For main (bare) to main (MVCC) networking
connection.
For main to branch (MVCC) networking
connection. For Temporary Earthing Provision from MVCC
Cable for maintenance purpose
This connector is to ensure the electrical
characteristics with in the required limits, while
ensuring necessary insulation protection against
tracking and water penetration on MVCC.
5 Full Tension Joints (TJ) Mid-span full tension joints for jointing MVCC
over a span
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 69
ensure proper fixing and shall have aluminium alloy shear head to ensure proper tightening at all working temperatures.
6.1.1 Rigid Sling (Bail) of Anchor Assembly
The Anchoring assembly shall be supplied with a stainless steel rod to connect the Tension Clamp to the Insulator clamp on the pole.
The Rigid Bail forming part of clamp should have sufficient distance (minimum 300 mm) between bracket and body of clamp and shall have sufficient mechanical strength to withstand the mechanical test for the complete assembly tests in this specification.
Flexible bail is not acceptable due to the reason to withstand the load.
Rigid Bail should be fitted with provision to remove from the clamp to have easy installation.
6.1.2 Wedge Type Tension Clamp for Anchoring Assembly
Wedge type clamps shall be used for clamping the MVCC without damaging the insulation and shall be capable of clamping an uncut MVCC so that it can continue without break to the connecting point or next span.
The clamp shall be of aluminium with fully insulating type of mechanical and weather resisting thermoplastic wedges.
No tools shall be needed for fitting the MVCC into the clamp. The wedge shall be connected to insulation piercing connector and connector shall
move with wedge movement
The fittings shall be able to withstand the specific minimum failure load (SMFL) and shall not damage the covering and shall be designed to prevent the ingress of moisture during service
6.2. Insulator Clamps / Ties The Clamps / ties shall be designed suitably to hold the MVCC in its position on top of the insulator. The Clamps is preferred to be made of Insulating Plastic materials or protected with Insulating Plastic material to ensure tracking resistance and to avoid any insulation damage to covered conductor due abrasion while mechanical or wind induce vibration.
Cable ties shall bind the covered conductor on the insulator top groove or side groove e.g. with the insulators
It shall be easy to install without use of any tools.
Cable ties shall be plastic covered, zinc coated steel wire The sets include 6 pcs ties.
Ties shall have colour code / marking for easy to recognize the right size.
6.3. Suspension Clamps
Covered conductor
size
SFML Tightening torque for
connector
Minimum weight
requirement
241 sq mm 60KN 22-30 Nm 2.4 Kgs (min)
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 70
The Suspension Clamps shall be made of corrosion resistant Aluminium alloy and to avoid any insulation damage to covered conductor due abrasion while mechanical or wind induce vibration.
The suspension clamps shall have sufficient current carrying capability to avoid damage by fault currents as mentioned in EN 50397-2 standard.
The clamp should be suitable to accommodate from 50 to 157 sq mm cable size
The suspension clamp should be suitable for angles up to 90º.
The SMFL load should be minimum 30KN
The suspension clamp should be tested in accordance to EN 50397-2 standard
Suspension should have minimum bolt 16 mm and should be equipped with Aluminium alloy shear head bolts with tightening torque as 40Nm
Bolt and side frame shall be hot dip galvanized
The clamp should have an in-built insulation piercing contact
Insulation piercing connector part should have a silicone seal which prevents the moisture getting into the conductor.
The insulation piercing clamp piece should be connected to the body with a wire for balancing the potential.
The suspension clamp should be tested for radio interference.
The suspension clamp should not have loose parts, so it is easy to handle even in difficult conditions.
Suspension clamp should be with a pulley for covered conductors to ensure removing requirement of additional separate installation pulley.
The clamp shall have provision to accommodate conductor joints with diameter under 30 mm can be pulled through the suspension clamp.
6.4 Insulation Piercing Connectors for MVCC. Insulation Piercing Connectors are designed to make a connection between the uncut main conductor and a branch cable conductor without having to strip either cable to expose the conductor. Instead, the tightening action of the IPC will first pierce the Insulation, than make good electrical contact between the main and branch conductor while simultaneously insulating and sealing the connection.
The insulation piercing connectors shall be of the following type(s) depending on the applications. 6.4.1 Connectors (Insulation Piercing)
The connector shall be in accordance to standard EN 50397-2 and shall not be limited to only
Covered conductor
size
SFML Tightening torque for
connector
Slip load min
241 sq mm 60KN 30 Nm 4KN
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 71
o Body made of entirely of mechanical and weather resistant UV resistant reinforced polymer insulation material or full body made out of weather resistant aluminium alloy with outer cover made of weather resistant UV resistant polymer insulation material.
The tightening arrangement shall be fitted with weather resistant aluminium alloy
torque limiting shear heads to prevent over tightening or under tightening and ensuring same torque at all working temperatures.
Plastic shear head is not permitted as property & behaviour of plastic will vary with temperature being India a large demography.
Minimum and maximum tightening torque shall be mention by manufacturer as per EN Standard 50397 – 2
The connector must perform piercing and connection on Main and Branch cable simultaneously using single / two bolts for tightening.
The shear bolt / nut shall be suitable for tightening with a hexagonal socket of 13 mm or 17mm.
The connector should be able to pierce the nominal insulation thickness of the conductor can be between 2.3-4.0 mm. The piercing teeth of the connector is made of tinned aluminium alloy with
equivalent cross section with respect to current carrying capacity of conductor for which it is used as per EN 50397 -2.
Connector shall be suitable for a main conductor range 50 – 157 and tap cable range 50-157 sq mm
In case of plastic body connector. The connector shall be fully Greece / gel free. No Greece or gel to be used anywhere in connector. The teeth should be insert- moulded in plastic body and sealing part shall be an integral part of plastic body as composite plastic and elastomer by double-injection moulded method and shall have compression plate and lover frame.
In case of Aluminium body connector. The Greece should be used for water protection. The teeth should be in multiple rows and provided with an elastomer sealing cap. The connector shall have aluminium alloy shear head.
Each connector should be provided with a cap to seal the cut end of the Branch cable.
6.5 Mid Span full tension automatic Joints
The joint should be as per standard EN 50397-2.
The joint should be the automatic joint to ensure easy and quick to make.
No tools are needed for the installation. The design must be push in and made type The joint shall be colour coded for easy to find the correct size.
The joint shall have strong wedge to ensure a safe joint.
Joint shall have insulation cold shrink sleeve tubing for tool free operation
Reference standard, type test and design requirements of EN Standard 50397 – 2 The joint shall have the same basic insulation properties as the conductor covering.
In this case, the test shall by carried out according to EN 50397-1, Table 2, ref. 1.2 “High voltage test”
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 72
6.5.1 Insulation End Cap The Insulated End Cap shall be suitable for effectively sealing the end terminal of the covered conductors. The inner diameter range of the Cap shall be such that it shall tightly fit to the covered conductors to prevent entry of moisture.
Cap shall be made of elastomer material
Cap shall accommodate the conductor size
No tool is required for the sealing end cap installation
It shall be tested for 33KV working voltage
6.6.1 Arc protion device (APD) Arcing protection horns for the suspension insulator. The power arc device is designed particularly for the small arc currents. These are used as arc protection with tension insulator on covered conductor lines.
The protection devise includes two horns, which are fixed to the metal parts of the
tension insulator so that the peaks are towards each other and the distance between the peaks is adjustable.
Aluminium Material shall be Corrosion resistant aluminium alloy, tensile strength 300 N/ mm²
Screws shall be hot dip galvanized and washer should be stainless steel The screws of the clamps should have a tightening torque of 44 Nm
The device should have am aluminium thread having diameter as 25 mm² and length as 2.1 meters.
The connector is watertight by silicone greased teeth.
It should be tested in accordance to EN 50397-2 standard
6.7.1. Current limiting device (CLD) These are used for protecting covered conductor lines against over voltages caused by lightning. The device is suitable for horizontal suspension cross arms, which are equipped with pin insulators
The CLD shall be used on straight line cross arms with pin insulators for arc protection.
CLD should have a surge arrester, a fixing bracket, a spark horn/an arc protection horn.
Three sets are needed for one cross arm.
Connector is made of aluminium alloy.
Plastic connector cover is UV-radiation resistant.
Bracket, arcing horns and bolts are made of hot dip galvanized steel
7.0 MARKING:
7.1 On Covered Conductor The covered conductors shall carry the following marking as per CENELEC 50397-1 or as agreed.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 73
7.2. On Accessories All products mentioned above shall permanently bear: − Manufacturer’s trade mark or logo; − Product code / batch code and manufacturing period (MM-YY) is to be marked; − The minimum and maximum cross section for which the unit is suitable; − Tightening torque or die reference, if applicable.
8.0 TYPE TEST AND OTHER TESTING REQUIREMENTS FOR ACCESSORIES FOR COVERED CONDUCTORS
Type tests as per EN 50397-2 standard and specification shall be conducted from CPRI/ERDA or any other NABL accredited laboratory of India / from the International Laboratory Accreditation Corporation, Mutual Recognitions Arrangement (ILAC, MRA) signatory Laboratory.
Important note: Type Test with NFC 33041 / NFC33020 / NFC 3040 are not allowed as it is only
for low voltage accessories (upto 1.1KV)
Please refer below table for test requirements
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 74
72 | P a g e
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 75
TYPICAL DRAWINGS Drawings with specifications are to be submitted as per EN 50397-Part-2 for approval conforming to TS and standard requirements for the following.
1. Tension Assembly (TA) with Anchoring clamp and one Tracking protection IPC 2. Insulator Clamp / Tie (IC) 3. Suspension Clamp (SC) 4. Full Tension Automatic Joints (TJ) 5. Insulation Piercing Connector for Bare to Covered interconnection 6. Tension insulator with arc protection devise 7. Tension Assembly (TA) with arc protection device (PAD)
8. Suspension clamp Assembly (SC) with arc protection devise (PAD) 9. Power arc devices – (PAD) 10. Current limiting devices (CLD) 11. Pin Insulator
12. Disc Insulator 13. Lightening Arrestor
Bidder shall have it’s own Service support team, spread across India to serve immediate service
requirements.
Covered conductors with higher thickness of insulations shall not be accepted as this will tend to cause
higher sag in the system when installed and this is not desirable.
The Bidder and his sub-contractor should have carried out the supply & supervision of erection of
stringing & commissioning of covered Conductors and should have all the necessary tools and tackles and
manpower to carry out the erection.
SECTION – 8
Surge Arresters
Section 8B – 18kV & 30kV, 10kA Surge Arrester Class 1
GENERAL
This specification covers the design, manufacture, assembly, testing at manufacturer's works, packing and
delivery of Metal Oxide (gapless) Surge arresters (polymer housed) along with Disconnector and mounting
bracket
The surge arresters shall conform in general to IEC-60099-4 and IS: 3070 part-3
Arresters shall be completely molded units with absolutely no air volume inside, The arresters should be
suitable for bracket mounting. Arresters of tubular construction i.e arresters assembled in hollow core
insulators with enclosed gas volume are not acceptable due to abrupt short circuit performance and poor
sealing mechanism.
Surge arresters must be type tested as per relevant IEC at international accredited laboratory.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 76
DUTY REQUIREMENTS
The surge arresters shall be capable of discharging over voltages occurring due to switching on unloaded
transformer, reactors and long lines. The surge arrester should be of line discharge class-1 with minimum
energy handling capability of 2.5kJ/kV of Ur (Line discharge). The arrester should have minimum line
discharge current withstand capability of 250A, 2000 micro sec.
The reference current of surge arresters shall be high enough to eliminate the influence of grading and
stray capacitance on the measured reference voltage. Values and calculations shall be furnished with
offer.
The surge arrester shall be fully stabilized thermally to give a life expectancy of one hundred (100) years
under site conditions and take care of effect of direct solar radiation.
The surge arrester shall be suitable for circuit breaker duty cycle in the given system.
The surge arresters shall protect transformers, circuit breakers, disconnecting switches, instrument
transformers, shunt reactors etc with insulation level specified in the specifications.
The surge arresters shall be capable of withstanding meteorological and short circuit forces under site
conditions.
The surge arrester should have short circuit rating of 21kA & 600A as per requirement of IEC 60099-4.
Surge arrester shall be capable of discharging energy equivalent to class 1 of IEC for a 33kV system on two
successive operations followed immediately by 50Hz energisation with a sequential voltage profile as
specified in TOV characteristics.
The Surge Arresters should be provided with Disconnector to isolate the arrester in the event of arrester
failure. The Disconnector should be suitable for Class 1 duty of surge arrester. The 5kA disconnectors
supplied for distribution class arresters are not acceptable.
The Surge Arrester should be suitable for bracket mounting. The Insulating bracket should be made of
SMC material.
The Name plate should be able to withstand the outdoor conditions & UV radiations. The marking on
Name plate should not get erase due to outdoor working conditions during life time of surge arrester.
CONSTRUCTIONAL FEATURES
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 77
Polymer housing shall be free from lamination cavities or other flaws affecting the mechanical and
electrical strengths. Properties of the polymeric materials shall be specified in the offer and test reports
for the same from a reputed Indian laboratory shall be submitted for approval of purchaser.
The rain sheds / petticoats shall be of polymeric material and shall confirm to the properties and test
reports submitted. The petticoats shall not be pre-molded push on type.
Each surge arrester shall be sealed single phase unit. The surge arrester shall not have any air volume
enclosed within.
The non linear blocks shall be sintered metal oxide material. The surge arrester shall be robust with
excellent mechanical and electrical properties.
Surge arresters shall be of cage or wrap type construction with no gas volume to ensure that the arrester
does not explode during the short circuit test condition.
The surge arrester shall not fail due to housing contamination. TERT (Tracking & Erosion resistance test)
Test shall be carried out on the material used for housing as per ASTM D 2303 and test report shall be
submitted.
Housing shall be so coordinated that external flashover will not occur due to application of any impulse or
switching surge voltage up to maximum design value of surge arrester. The polymer housing should
comply with the requirement of IEC 60815-3
The end fittings shall be non magnetic and of corrosion proof material.
The end fittings used in polymer arrester shall be made out of aluminum through machining
process/pressure die-casting process. Sand casted and gravity casted end fittings are not acceptable due
to poor microstructure and porosity issues.
MOV blocks shall have full metallization to have full face contact and to reduce contact resistance
between adjacent discs.
MOV blocks shall have lead free insulating collar and The insulation thickness must be consistent and of
sufficient thickness to pass the 100kA, 4/10μs test.
MOV blocks shall be tested 100% at source and as a confirmation should have the following values printed
on Aluminium sprayed surface
Batch No.
AC reference voltage measured at reference current
Residual voltage measured at nominal discharge current
Power loss value measured at continuous operating voltage
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 78
The manufacturer shall furnish the following for MOV discs:
The batch test reports with necessary quality checks used for individual blocks along with insulation layer
formed across each block.
Details of ageing test carried out on individual batch.
Detailed tests carried out on individual disc during routine tests
Fittings and accessories
Surge arrester should be provided with terminal connection suitable for ACSR single Zebra. Disconnector
suitable for Class-1 arrester and insulating bracket should be part of supply of surge arrester.
TESTS
Surge arrester shall conform to all type tests as per IEC and shall be subjected to routine and acceptance
tests in accordance with IEC-99-4.
Following type tests shall be conducted on as per relevant standard.
1. Insulation withstand test.
2. Residual voltage test.
3. Bending test on arrester housing assembly.
4. Long duration current impulse withstand test.
5. Operating duty test.
6. Short circuit test
7. Partial discharge test.
8. TERT testing on offered housing material as per ASTM D2303
9. Ageing test on MOV Blocks
10. Power frequency voltage vs time characteristics.
11. Weather ageing test on polymer housed surge arrester.
12. Moisture ingress test
The resistive current drawn by the arrester at rated voltage shall be indicated in the routine test report.
The tenderer shall furnish detailed type test reports of the offered Surge Arrester.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 79
All Type Tests shall be carried out at reputed and accredited laboratories to prove that Surge Arresters
offered meet the requirements of the specification.
The purchaser reserves the right to demand repetition of some or all the Type Tests in presence of
purchaser's representative at purchaser's cost. For this purpose, the tenderer shall quote unit rates for
carrying out each Type Test. However, such unit rates will not be considered for evaluation of the offer. In
case the unit fails in the type tests, the complete supply shall be rejected.
Drawings and Documentation
All dimensions and data shall be in System International Units.
The tenderer shall furnish one sets of following drawings along with this offer:
General outline drawings of the complete Arrester with technical parameters.
Drawing showing clearance from grounded and other live objects and between adjacent poles of Surge
arresters.
Mounting details, installation and commissioning instructions of Surge arresters.
Details of line terminal and ground terminals.
The offered surge arrester should meet or exceed the technical particulars given below
General
System neutral earthing Effectively earthed
Installation Outdoor
Nominal discharge current 10kA of 8/20microsecond wave
Rated frequency 50Hz
Long duration discharge class 1
Prospective symmetrical fault current 21kA for 0.2 second
Partial discharge at 1.05MCOV not more than 10pico coulomb
(continuous operating voltage)
Reference ambient temperature 50 degree Celsius
Guaranteed Technical Particulars
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 80
Sr. No Technical Particulars 30kV 18kV
1 Rated Voltage (kV) Ur 30 18
2 Continuous operating Voltage (kV) Uc 24 14.4
3 Nominal Discharge Current 10kA 10kA
4 Line Discharge Class Class-1 Class-1
5 Energy absorption capability (kJ/kV of Ur) 2.5 2.5
6 Long duration current impulse withstand 250A, 2000
µSec
250A, 2000
µSec
7 High current impulse withstand 4/10 µSec 100kA 100kA
8 Rated short circuit current High Current 21kA 21kA
Rated short circuit current Low Current 600A 600A
9 Lightning impulse current residual voltage 8/20 µSec
5kA 74.7 kVp 44.8
10kA 79.5 kVp 47.7
20kA 87.2 kVp 52.3
10 Steep current impulse residual voltage @ 10kA 1/20 µSec 83.6 kVp 50.2
11 Switching current impulse residual voltage
500A 63.3 kVp 38
12 Lightning impulse withstand capability of arrester housing
1.2/50 µSec
273 kVp 205
13 Power frequency withstand voltage of arrester housing
(Dry/Wet)
122 kVp 75
14 Creepage distance (min) 925 mm 627
15 Cantilever strength 250 N-M 250 N-M
16 TOV Capability with prior energy (kV rms)
1 Sec 33.0 19.8
10 Sec 30.9 18.6
100 Sec 29.4 17.6
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 81
SECTION – 9
ELIGIBILITY AND QUALIFICATION CRITERION
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
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.
13 Standard applicable IS: 266; IS: 1852-1973:
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 82
b. REQUIRED TECHNICAL SPECIFICATION FOR GI CHANNEL CROSS ARM
[75x40x6x2200 ]
i.
1. TECHNICAL SPECIFICATION FOR CAST IRON EARTH PIPE
1.0 Scope
This specification covers design, manufacture, testing, transport to site, insurance, storage, erection and
commissioning of the cast iron earth pipe for use on line &substation as earthing pipe
2.0 Standard
The Earth pipe shall comply with the Indian Standard specification IS: 1729/1964 and as amended from time
to time except where they conflict with the specific requirements in this specification.
3.0 Manufacture
Metal used for the manufacture of pipes shall be good quality cast iron.
Casting shall be stripped with all precautions necessary to avoid wrapping and shrinkage defects. They shall
be free from defects which effect the use of castings. By agreement between the purchaser and the
manufacturer, minor defects may be rectified.
Pipes shall be such that they could be cut, drilled or machines.
Bolts, buts &washers shall be made of Steel and well galvanized. The bolts shall be of 200 mm length, 16 mm
diameter with 2(two) nos. plain washers, one locknut &one check nut. Threaded length of the bolts should be
50 mm.
Sl
No. Description Particular
1 Type of cross arm GI Channel cross arm
2 Size 75 x 40x 6 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.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 83
4.0 Sizes
Dimensions of pipe &socket shall be conform to the sizes shown below and as per drawing enclosed:
Nominal length of the pipe with socket 1800 mm
Nominal diameter of pipe 100 mm
External diameter of pipe 110 mm
Thickness of pipe 5 mm
Projection of spigot bead 3 mm
Width of spigot bead 15 mm
Internal dia of socket 129 mm
Thickness of socket 6 mm
Internal depth of socket 70 mm
Internal Radius of socket 5 mm
Width of grooves of socket 10 mm
External dia of grooves socket 155 mm
Depth of grooves of socket 5 mm
Nominal weight of pipe (Exclusive of ear) 21.67 Kg
5.0 Tolerance
The Tolerance of the 100 mm nominal diameter pipe shall be ±3.5 mm
The Tolerance of pipe thickness shall be - 15 percent
The Tolerance of length of the pipe shall be - ± 20mm
The Tolerance of weight of the pipe shall be - 10 Percent
Pipes weighing more than the nominal weight may be accepted provided they comply in every other respect
with the requirements of this standard.
6.0 TEST
Hammer test: Each pipe when tested for soundness by striking with a light hand hammer shall emit a clear
ringing sound.
Hydraulic test : If so required by the purchaser, pipe shall be tested hydraulically at a pressure of 0.4
kg/cm2without showing any sign of leakage, sweating or other defect of any kind. The pressure shall be applied
internally and shall be maintained for not less than 15 seconds. The tests shall be conducted before coating of
pipe.
7.0 Inspection
All tests and inspection shall be carried out at the place of manufacturers unless otherwise agreed by the
purchaser and the manufacturer at the time of purchase. A manufacturer shall afford the inspector
representing the purchaser or third party nominee all reasonable facilities without charge to satisfy that the
materials are being purchased as per specification. The purchaser reserves the right to have the test carried
out at his cost by an independent agency, whenever there is dispute regarding the quality of materials
supplied. All incoming consignment shall be checked at stores.
8.0 Coating
Normally pipes, unless specially ordered, shall be supplied free of coating on surfaces.
9.0 Marking
Each pipe shall have the Trade mark of the manufacturer and nominal size suitably marked on it. The pipe
marked with the ISI certificate mark, shall be preferred. The equipments shall be marked with name of
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 84
manufacturer, year and name of project.
2. 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.
1.0 General requirements
It relating to the supply of mild steel wire shall be as per IS: 1387/1967 and the wire shall be drawn from the
wire rods conforming to IS: 7887/1975.
The requirements for chemical composition for the wires shall conform to IS:7887/1975.
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.
7.0 Climatic Conditions
The cross arms should be suitable for the climatic condition mentioned In these bidding documents:
8.0 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. The wire
shall withstand without breaking or splitting. being wrapped eight times round its own diameter and
subsequently straightened.
9.0 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.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 85
10.0 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.
11.0 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.
3. TECHNICAL SPECIFICATION FOR DANGER NOTICE PLATE 33 kV
1.0 SCOPE:
This specification covers Danger Notice Plates to be displayed in accordance with rule No.35
of Indian Electricity Rules, 1956.
2.0 APPLICABLE STANDARDS.
Unless otherwise modified in this specification, Danger Notice [Plates shall comply with IS:-
1982
or the latest version thereof.
3.0 DIMENSIONS.
Size of Danger Notice Plates as follows are recommended
For display at 33KV installation - 250 x 200 mm.
The comers of the plate shall be rounded off.
The location of fixing holes as shown in Figs. 1 to 4 is provisional and can be modified to
suit the requirements at site.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 86
4.0 LETTERINGS
All letterings shall be centrally spaced. The dimensions of the letters, figures and their
respective position shall be as shown in figs. 1 to 4. The size of letters in the words in each
language and spacing between them shall be so chosen that these are uniformly written in the
space earmarked for them.
5.0 LANGUAGES
I. Under Rule No. 35 of Indian Electricity Rules, 1956, the owner of every medium, and
extra high voltage installation is required to affix permanently in a conspicuous position
a danger notice in Hindi or English and in addition, in local language, with the
sign of skull and bones.
II. The type and size of lettering to be done in Hindi is indicated in the specimen danger
notice plates shown in fig: 2 and 4 and those in English are shown in fig. 1 and 3.
III. Adequate space has been provided in the specimen danger notice plates for having
the letterings in local language for the equivalent of Danger, 33000 „Volts‟
6.0 MATERIAL AND FINISH
The plate shall be made from mild sheet of at least 1.6 mm thick and vitreous enameled white,
with letters, figures and the conventional skull and cross-bones in signal red colour (refer 1S: 5-
1978) on the front side. The rear side of the plate shall also be enameled.
7.0 TESTS.
The following tests shall be carried out.
i) Visual examination as per 18:2551-1982.
ii) Dimensional check as per IS: 2551-1982.
iii) Test for weather proofness as per IS: 8709-1977 (or its latest version).
8.0 MARKING.
Maker's name and trade mark and the purchaser's name shall be marked in such a manner and
position on the plates that it does not interfere with the other information.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 87
9.0 PACKING.
The plates shall be packed in wooden crates suitable for rough handling and acceptable for
rail/road.‟
TECHNICAL SPECIFICATION OF L T & 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 Service Conditions
The service conditions at which Insulator has to be designed is as follows:
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 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.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 88
5.0 Insulator Characteristics
The Guy Strain Insulators shall have the electrical and mechanical characteristics as
shown below:
L.T. Strain Type Porcelain Guy Insulator
1) Length
2) Diameter
3) Cable hole dia'
4) Minimum failing load
5) Creepage distance
6) Dry one minute power frequency withstand voltage
7) Wet one minute power frequency withstand voltage
The dimensions are shown in Figure
H.T. Strain Type Porcelain Guy Insulator (11 KV)
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
All other dimensions are shown in the Figure
6.0 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
v. Wet one minute power frequency voltage withstand test
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 89
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 fro 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.
7.0 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 TSP & SCSP
Marking on porcelain shall be printed and shall be applied before firing. Insulators may also be marked with the ISI certification mark.
8.0 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.
9.0 Drawing
Drawing specifically showing all dimensions is to be submitted along with technical bid.
TECHNICAL SPECIFICATION FOR STAY SET (HT & LT) 7.0 Scope:
This specification covers the design, manufacture testing at manufacturer's
works, transport to site, insurance, storage, erection and commissioning of the
Stay Sets (LT/HT) required from the distribution lines at designated locations.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 90
2.0 Standard: 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: 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 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 5.0 Testing: 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.
6.0 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:
A) Anchor Plate:
II) Thickness not below 5 mm.
III) Size not below 230 mmX230 mm with smooth edges (for L T)
IV) Size not below 300 mmX300 mm with smooth edges (for HT)
V) Well galvanised
VI) Materials M.S. Rolled plate
VII) About 20 mm square hole at centre for locking the plate with the Anchor Rod
(for HT) & 19 mm (for L T)
B) Anchor Rod:
2.1 Length 1800 mm or above
2.2 Threaded length 30 cm or above
2.3 Diameter 18 mm or above (for HT)
2.4 Anchor plate and head: square size 30mm X 30mm with thickness 25 mm
having matching square size shank for locking the Anchor plate.
2.5 One ratched lock nuts, grooves must match the grooves at bow flange
2.6 One check nut.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 91
2.7 Materials H.S.
2.8 Component well galvanised with extra care for the threaded portion.
2.9 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.
C) Thimble: The match bow diameter and bend should be well galvanised.
D) 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.
7.0 Inspection: 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.
26.0 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
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.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 92
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 c. A brief description and quality of the materials.
d. Weight and e. Any other particulars specified by the purchaser
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.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 93
8.0 GTP for Suspension Clamp
9.0 GTP for INSULATION PIERCING CONNECTOR
Sl. No. Description Particulars
1 Name of Supplier
2 Applicable Standard
3 Type of Design
4 Type of connector
5 Are Aluminium Alloy Torque Limiting Shear Heads
provided to tightening bolts
6 Tightening torque
7 Shear head material
8 Torque for establishing connection between main and
tape (Nm)
9 All test reports as per EN 50397/2 Yes/No
10 For all plastic body Yes/No
1
Type of Design
2 Cable Range
3 Material
4 SMFL load - Minimum Breaking Load –
Vertical
For conductor range of 160 - 241 sqmm = ___ KN
5 Minimum slip load ___ KN
6 Installation (With/Without disassembly)
7 Marking
8 Dimensions
9 Weight
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 94
11 Body and elastomer is double injection moulded Yes/No
12 Teeth are injection moulded Yes/No
13 100% Greece/Gel free Yes/No
14 For aluminium Body
15 Outer cover size (approx.)
16 Greece/Gel provided Yes/No
17 Marking and embossing on the connector
10. GTP for AUTOMATIC TENSION JOINTS (TJ)
Sl. No. Description Particulars
1 Name of Supplier
2 Applicable Standard
3 Type of Design
4 Type number & size range
5 Horn material
6 Main body material Aluminium alloy (Yes/No)
7 Aluminium thread size
8 TTR as per EN50397/2
11. GTP for POWER ARC DEVICE (PAD)
Sl. No. Description Particulars
1 Name of Supplier
2 Applicable Standard EN 50397-2
3 Type of Design In accordance EN 50397-2
4 Type number & size range Range to in line with this
specification
5 Horn material
6 Main connector body material Aluminium alloy (Yes/No)
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 95
7 Outer cover material Engineering plastic (Yes/No)
8 TTR as per EN 50397-2
12. GTP for CURRENT LIMITING DEVICE (CLD)
Sl. No. Description Particulars
1 Name of Supplier
2 Applicable Standard EN 50397-2
3 Type of Design In accordance EN 50397-2
4 Type number & size range Range to in line with this
specification
5 Horn material
6 Main connector body material Aluminium alloy (Yes/No)
7 Outer cover material Engineering plastic (Yes/No)
8 TTR as per EN 50397-2
TECHNICAL SPECIFICATIONS FOR 36 KV VACUUM CIRCUIT
BREAKER
1.0 SCOPE
1.1 This section of specification covers the design, manufacture, assembly under
stringent quality control at every stage of manufacturing, testing at
manufacturer's works before dispatch, supply and delivery at destination
store and supervision of erection, testing and commissioning of 36 KV
outdoor type vacuum circuit breakers at various substations in SEB.
1.2 The scope of supply shall also include necessary special tools and plants
required for erection, maintenance and necessary spares, required for
normal operation and maintenance of the circuit breakers for a period of five
years.
1.3 The circuit breakers should be complete in all respects with insulators,
bimetallic connectors, interrupting chamber, operating mechanism control
cabinet, interlocks, auxiliary switches indicating devices, supporting
structures, accessories, etc., described herein and briefly listed in the
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 96
schedule of requirements. The spares/attachments which are meant
necessary for the smooth functioning of the equipment and specifically are
not mentioned here shall be assumed to be included the scope of supply.
2.0 STANDARDS
2.1 The circuit breaker shall conform in all respects to the requirements of latest
issue of IS/IEC specifications except for modifications specified herein. The
equipment manufactured according to any other authoritative standards
which ensure an equal or better quality than the provision of IS/IEC
specifications shall also be acceptable. The salient point of difference
between the proposed standard and provision of these specifications shall be
clearly brought out in the tender. A copy of English version of such
specifications shall be enclosed with the tender.
2.2 The list of standards mentioned in this specification and to which the circuit
conform is given below:
1. IEC-56 High Voltage A.C. Circuit Breakers
2 IEC-137 Bushing for alternating voltage above 1000 volts
3. IEC-71 Insulation Co-ordination
4. IEC-694 Common clauses for high voltages switchgear and control gear standards
5. IEC-815 Specification for Creepage distance
6. IS-13118 Specifications for high voltage alternating current circuit breakers 7. IS-2099 High voltages porcelain bushings
8. IS-4379 Identification of the contents of industrial gas cylinders
9. IS-3072 Installation and maintenance of switchgear
10. IEC-267 Guide for testing of circuit breakers with respect to out of phase switching 11. IS-802 Code of practice for use of structural steel in overhead transmission lines 12. IEC-17A
5tudy Group Dec.1981
Sealing of interrupters I breakers
13. IS-1554 PVC insulated cables upto and including 1000 volts
14. IS-5 Colors for ready mixed paints and channels
3.0 CLIMATIC CONDITONS
The breakers and accessories to be supplied against this specification shall be suitable for
satisfactory continuous operation under the tropical conditions specified in this bidding
document.
4.0 AUXILIARY POWER SUPPLY
4.1 Auxiliary electrical equipment shall be suitable for operation on the following
supply system.
a. Power Devices (like drive motors) 415 V, 3 phase 4 wire 50 hz, neutral grounded
AC supply
b. DC Alarm, Control and Protective Devices 110 V DC,
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 97
c. Lighting 240 V, single phase 50 Hz AC supply
4.2 Each of the foregoing supplies shall be made available by the Purchaser at the
terminal point for each circuit breaker for operation of accessories and auxiliary
equipment. Bidder's scope includes supply of interconnecting cables, terminal
boxes, etc. The above supply voltage may vary as indicated below and all devices
shall be suitable for continuous operation over the entire range of voltages
1) AC Supply Voltage + 10% /-- 15%
Frequency ± 5%
2) DC Supply - 15% to + 10%
5.0 GENERAL REQUIREMENT OF 36 KV/OUTDOOR VACUUM CIRCUIT BREAKERS
5.1 The vacuum type circuit breaker shall have vacuum interrupters, designed to
provide a long contact life at all currents upto rated making and breaking current during
switching operation: The vacuum interrupters sealed for life shall be encapsulated by
porcelain insulators for out door installation requirement of the circuit breakers. The
offered breakers shall be suitable for out door operation under climatic conditions
specified without any protection from sun, rain and dust storm.
5.2 The vacuum interrupters of each phase shall be housed in a separate porcelain
insulator. The three identical poles shall be mounted on a' common base frame and the
contact system of three poles should be mechanically linked to provide three pole gang
opening/closing for all type of faults.
i. The performance of breakers shall be adequately proven by type tests for the
designed rating at internationally reputed independent testing station.
ii. The offered equipment shall be practically maintenance free over a long period.
iii. All mechanical parts and linkages shall be robust in construction and maintenance
free, over at least 30,000 switching operations except for lubrication of
pins/articulated joints at interval of 5 years or 5000 operations.
iv) Similar parts shall be strictly interchangeable without special adjustment of
individual fittings. Parts requiring maintenance shall be easily accessible, without
requiring extensive dismantling of adjacent parts.
v) The operating mechanism will be self maintained and of proper operation
endurance not less than the mechanical life of circuit breaking unit. It shall be
spring operated type described hereinafter.
vi) The circuit breaker shall be supplied complete with all auxiliary equipment meant
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 98
necessary for the safe operation, routine and periodic maintenance. All internal
wiring including those of spare auxiliary contacts shall be complete and wired upto
terminal blocks situated near cable gland plate.
vii) The breaker shall be totally restrike free under all duty conditions and shall be
capable of performing the duties without opening resistor. The details of any
device incorporated to limit or control the rate of rise of restriking voltage across
the circuit breaker contacts shall be stated.
viii) The breaker shall be reasonably quiet in operation and the noise level shall not
exceed 140 decibels.
ix) The breaker shall be suitable for three phase reclosing operation.
x) An operation counter, visible from the ground level even with the mechanism
housing closed shall be provided.
6.0 VACUUM INTERRUPTER ASSEMBLY
6.1 Each pole of the circuit breaker shall be provided with vacuum interrupter, one for
each phase, hermetically sealed for life and encapsulated by ceramic insulators.
The interrupter shall be provided with steel chromium are chamber to prevent
vaporized contact material being deposited on the insulating body. A further shield
giving protection to the metal bellows shall also follow the travel of the moving
contacts to seal the interrupter against the surroundings atmosphere.
6.2 It shall have high and consistent dielectric strength of vacuum unaffected by
environment and switching operations. Bronzed joints should ensure retention of
vacuum for life time. It shall have low and stable contact resistance due to
absence of oxidation effects and shall ensure low power loss. The arcing voltage
shall be low with minimum contact erosion.
6.3 The manufacturer of VCB should use their own Vacuum interrupter so that the
drive mechanism is matched perfectly with that of the requirement of Vacuum
Interrupter.
6.4 The vacuum bottles should be capable of withstanding minimum 100 full short
circuit operations as per test duty 1 to 5 of IEC-56. The vacuum bottles, capable
of withstanding less than 100 full short circuit faults, would not be considered and
therefore should not be offered.
6.5 A manufacture‟s type test reports / literature for vacuum bottles, may, therefore be
supplied along with tender in duplicate.
6.6 Vacuum Interrupters of China make should not be offered.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 99
7.0 FIXED AND MOVING CONTACT
7.1 The fixed and moving contacts of the breaker have to ensure permanent full
contact during closing without unusual maintenance. All making and breaking
contacts shall be hermetically sealed and free from atmospheric effects.
7.2 The contacts metallurgy and geometry shall be such that there is minimum contact
burning and wear. Main contact shall have ample area and contact pressure for
carrying the rated current and rated short time current without excessive
temperature rise which may cause pitting or welding of the contacts.
7.3 The main contacts should have low contact resistance. The contact should be self
cleaning type, i.e., the layer of copper oxide should be cleaned during rubbing of
contacts. The contact area should be well defined, spring used for contact shall be
of gradually rising characteristic i.e., they should be soft. The contacts should not
provide contact grip, ie., electro-magnetic forces should not grip the contacts and
oppose the opening process. It would be desirable to have separate main contacts
and arcing contacts in order to have longer life of the contacts. The contours of the
energized metal parts of the breaker shall be such as to eliminate areas or points
of high electrostatic flux concentration. Surfaces shall be smooth with no projection
or irregularities which may cause visible corona. No corona shall be visible in
complete darkness when the equipment is subjected to the specified test voltage.
7.4 The circuit breaker units shall be suitable for installation on outdoor R.C.C.
foundations. Ground clearance of the live parts of the breakers should be 3700
mm from foundation. The circuit breakers shall be spring operated.
8.0 RECOVERY VOLTAGE AND POWER FACTOR
8.1 The circuit breaker shall be capable of interrupting rated power with recovery
voltage equal to the rated maximum line to line service voltage at rated frequency
and at a power factor equal to or exceeding 0.15.
9.0 RESTRIKING RECOVERY and LINE CHARGING INTERRUPTING CAPACITY
9.1 The complete data for the phase factor, amplitude factor, etc., for rate of rise of
restriking voltage shall be furnished in the tender.
9.2 The circuit breaker shall be designed so as to be capable of interrupting line
charging currents without undue rise in the voltage on the supply side without
restrike and without showing sign of undue strains.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 100
9.3 The maximum permissible switching over voltage shall not exceed 2.5 p.u. The
guaranteed over voltage, which will not be exceeded while interrupting the rated
line charging current for which the breaker is designed to interrupt shall also be
stated. The results of the tests conducted along with the copies of the
oscillographs to prove ability of the breakers to interrupt the rated as well as lower
values of the line charging current shall be furnished with the tender.
10.0 TRANSFORMER CHARGING CURRENT BREAKING CAPACITY
10.1 The breaker shall be capable of interrupting inductive currents, such as those
occurring while switching off unloaded transformers, without giving rise to undue
over voltage and without restrikes. The maximum over voltage value, which will not
be exceeded under such conditions, shall be stated in the tender.
11.0 BREAKING CAPACITY FOR SHORTLINE FAULTS
11.1 The interrupting capacity of the breaker for short line faults shall be stated in the
tender. The details of the test conducted for proving the capability of the breaker
under a short line fault occurring from one phase to earth conditions shall also be
stated in the tender. The rated characteristics for short line faults shall be in
accordance with stipulation contained in clause 8.0 of IEC-56(2)-1971.
12.0 AUTOMATIC RAPID RECLOSING and OUT OF PHASE SWITCHING
12.1 36 KV circuit breaker shall be suitable for 3 pole rapid reclosing. The dead time of
the breaker shall be adjustable and the limits of the adjustment shall be stated in
the tender.
12.2 The circuit breaker shall be capable of satisfactory operation even under
conditions of phase opposition that may arise due to faulty synchronization. The
maximum power that the breaker can satisfactorily interrupt under "Phase
Opposition" shall be stated in the bid".
13.0 TEMPERATURE RISE
13.1 The maximum temperature attained by any part of the equipment when in service
at side and under continuous full load conditions and exposed to the direct rays of
the sun shall not exceed the permissible limits fixed by IEC. When the standards
specify the limits of temperature rise these shall not be exceeded when corrected
for the difference between ambient temperature specified in the approved
specification.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 101
13.2 The limits of temperature rise shall also be corrected for altitude as per IEC and
stated in the bid.
14.0 INSULATORS SUPPORTS AND HOUSING
14.1 The basic insulation level of the external insulator supporting shall be as stated in
the "Technical Parameters" and these shall be suitable for use under climatic
conditions as stated elsewhere in the specification. The porcelain used shall be
homogenous, free from cavities and other flaws.
14.2 The insulators shall be designed to have ample insulation, mechanical strength
and rigidity for satisfactory operation under conditions specified above.
14.3 All bushings of identical rating shall be interchangeable. The puncture strength of
bushing shall be greater than the flash over value. The design of bushing shall be
such that the complete bushing in a self-contained unit and no audible discharge
shall be detected at a voltage upto a working voltage (Phase Voltage) plus 10%.
The support insulator shall conform to IEC-137.
14.4 Minimum clearance between phases, between live parts and grounded objects
shall be as per IS-3072-1975 and should conform to Indian Electricity Rules-1956.
The minimum creepage distance for severely polluted atmosphere shall be 27
mm/KV.
14.5 . The air clearance of bushing should be such that if the bushings were tested at
an altitude of less than 1000 meters, air clearance would withstand the application
of higher voltages (IS-2099-1973 para 6.1). In order to avoid breakdown at
extremely low pressures the support insulators should not be covered by moisture
and conducting dust. Insulators should therefore be extremely clean and should
have anti-tracking properties. Sharp contours in conducting parts should be
avoided for breakdown of insulation. The insulators shall be capable to withstand
the seismic acceleration of 0.5 g in horizontal direction and 0.6g in vertical
direction.
15.0 OPERATING MECHANISM GENERAL REQUIREMENTS
15.1 The operating mechanism shall be stored energy type and capable of giving
specified duty of the breaker The breaker shall also pass the operational test
which ascertain the capabilities of operating mechanism. The operating
mechanism shall be capable to perform the following functions efficiently.
i) To provide means where the circuit breaker can be closed rapidly, without
hesitation at all currents from zero to rated making current capacity.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 102
ii) To hold the circuit breaker in closed positions by toggles or latches till the tripping
signal is received.
iii) To allow the circuit breaker to open without delay immediately on receiving tripping
signal.
iv) Operating mechanism should also be suitable for three phase auto reclose duty.
The closing spring shall be automatically charged by motor immediately after
closing operation.
v) In case of failure of supply to the spring charging motor, the spring shall be
chargeable by hand crank.
vi) The contact pressure spring and tripping spring shall be chargeable during closing
operation to ensure the breaker is ready to open.
vii) Mechanically ON/OFF indicator, spring charged indicator and operation counter
shall be provided on the front of the control cubicle. For tripping, the spring
provided shall ensure the trippings.
16.0 Tripping/Closing Coils
16.1 The circuit breakers shall be provided with two trip coils and one closing coil per
breaker. First trip coil shall be utilized for tripping the breaker on main protection
fault detection. Whereas second trip coil shall be used to trip the breaker when first
trip coil fails to trip the breaker and backup protection comes into operation and
shall also be used to trip the breaker on command.
16.2 The trip coils shall be suitable for pre-closing and after closing trip circuit
supervision. All the breakers shall have provision for independent electrical
operation of trip coils from local as well as remote through local/remote selector
switch. The breaker shall be provided with suitable protection device against
discrepancies in the operation of individual pole.
16.3 Closing coil shall operate correctly at all value of voltage between 85% and 110%
of the rated voltage. Shunt trip coils shall operate correctly under all operating
conditions of the circuit breaker upto the rated breaking capacity and at all values
of supply voltage between 70% and 110% of rated voltage.
16.4 Trip Free Features
a. When the breaker has been instructed to close by manual instructions by
pushing of push button, the operating mechanism will start operating for closing
operations. If in the mean time a fault has taken place, the relay provision shall
be such that it should close the trip circuit simultaneously interrupting the live
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 103
circuit of closing coil which has been instructed for close command.
b. The trip free mechanism shall permit the circuit breaker to be tripped by the
protective relay even if it is under the process of closing. An antipumping device
to prevent the circuit breaker from reclosing after an automatic opening shall be
provided to avoid the breaker from pumping i.e., anti pumping relay should
interrupt the closing coil circuit.
17.0 Controls
17.1 The circuit breaker shall be controlled by a control switch located in the control
room. The control arrangement shall be such as to disconnect the remote control
circuits of the breaker, when it is under test.
17.2 Local control devices, selector switch and position indicator shall be located in
weather and vermin-proof cabinet.
17.3 The circuit breaker control scheme shall incorporate trip circuit supervision
arrangement. Local/remote selector switch shall be provided for all breakers for
selection of "Local" control/remote control. Provision shall be made for local
manual, electrical and spring controls. Necessary equipment's for local controls
shall be housed in the circuit breaker cabinet of weather-proof construction. In
addition to this, a hand closing device for facilitating maintenance shall also be
provided.
17.4 Each circuit breaker shall have a mechanical open/closed and spring charge
indicator in addition to facilities for provisions for semaphore indicators for
breakers which are required for the mimic diagram in the control room.
17.5 Lamps for indicating, 'close/open' position of the breaker shall also be provided.
17.6 Mechanical indicator, to show the 'open' and 'close' position of the breaker shall
be provided in a position where it will be visible to a man standing on ground with
mechanism housing open. An operation counter, visible from the ground even with
the mechanism housing closed, shall be provided. Electrical tripping of the breaker
shall be performed by shunt trip coils.
17.7 Operating mechanism and all accessories shall be enclosed in control cabinet. A
common marshalling box for the three poles of the breaker shall be provided,
along with supply of tubing, cables from individual pole operating boxes to the
common marshalling box, local.
18.0 SPRING OPERATED MECHANISM and MOTOR
18.1 The motor compressed spring mechanism shall consist of a closing spring which is
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 104
wound or compressed by an electric motor immediately after the breaker closes.
The closing action shall also wind or compress a tripping springs shall be wound.
18.2 After the breaker has tripped, the tripping spring shall remain in the released
position as long as the breaker is open, but the closing spring shall remain wound
and ready for closing operation. Spring charging motor shall be standard single
phase universal motor suitable for 220 volts supply.
i) Operating voltages for closing/tripping coils shall be 110 Volts DC.
ii) Operating voltages for heater elements shall be 220V AC 50 HZ. Other features of
the spring operated mechanism shall be as follows.
18.3 The spring operating mechanism shall have adequate energy stored in the
operating to close and latch the circuit breaker against the rated making current
and also to provide the required energy for tripping mechanism in case the tripping
energy is derived from the operating mechanism.
18.4 The mechanism shall be capable of performing the rated operating duty cycle of 0-
0.3Sec-CO-3 Min-CO as per IEC-56.
18.5 The spring charging motor shall be AC/DC operated and shall not take more than
30 sec., to fully charge the closing spring made for automatic charging. Charging
of spring by the motor should not - interfere with the operation of the breakers.
18.6 The motor shall be adequately rated to carry out a minimum of one duty cycle.
Also provision shall be made to protect the motor against overloads.
18.7 In case of failure of power supply to spring charging motor, the mechanism
shall be capable of performing one open-close-open operation.
18.8 Mechanical interlocks shall be provided in the operating mechanism to prevent
discharging of the closing springs when the breaker is already in closed position.
Provision shall be made to prevent a closing operation to be carried out with the
spring partially charged.
18.9 Facility shall be provided for manual charging of closing springs.
19.0 CONTROL CABINET
19.1 The switchgear operating mechanism, the control equipment such switch for
closing and tripping the breakers, various control relays, antipumping device, timer for
adjusting breaker reclosing, a set of terminal blocks for wiring connections, MCB's for
disconnecting the control auxiliary power supplies. Including relays, etc., shall be
enclosed in a cabinet to 'be mounted on a suitable structure at a convenient working
height at the end of the breaker in the outdoor switchyard. The supporting structure and
the enclosure shall be capable of withstanding the typical tropical climatic conditions,
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 105
change of ambient temperature, severe dust-storms, very high relative humidity those are
prevailing at the site of location of switchgear.
19.2 The enclosure shall be made out of stretched level steel plates not less than 3.15
mm thick and of light section structural steel. It should be weather proof as well as vermin
proof and conforming to IP: 55 degree of protection.
19.3 Each cabinet section shall have full width and full length hinged doors mounted on
the front that swing fully open. The doors shall be provided with latches to securely hold it
with the cabinet. Doors shall be of sturdy construction, with resilient material covering, to
provide dust protection and prevent metal to metal contact except at the latch points.
Filtered ventilation shall be provided along with the rigid supports for control and other
equipment, measuring instruments, mounting cabinet members and equipment shall not
restrict easy access to terminal blocks for terminating and testing external connection or
to equipment for maintenance.
19.4 All screws and bolts used for assembling and mounting wire and cable termination,
supports, devices and other equipment shall be provided with lock washers or other
locking devices. All metal parts shall be clean and free of weld splatter, rust and mill scale
prior to application of double coat of zinc chromate primer which should be followed by an
Polyurethane paint to serve as base and binder for tile finishing coat. The exterior of the
cubicle shall be painted matty grey to shade NO.692 of IS-5 or shade No.631 and interior
to white shade. Sufficient quantity of paints shall also be supplied along with the cubicle to
restore at site any damage during transportation. The mounting structure shall be
galvanized and shall be as per IS-802-11-1978.
19.5 Suitable heaters shall be mounted in the cabinet to prevent condensation. Heaters
shall be controlled by thermostat ON/OFF switches and fuses shall be provided. Heaters
shall be suitable for 240 V AC supply voltage.
19.6 At least one 20 watts fluorescent tube fixture and lamp holder working on 240V, 50
c/s AC supply shall be provided in each switchgear control cubicle section and shall be
located to provide adequate interior lighting of the cubicle. Ballasts shall be rated at not
less than 0.90 power factor. A single pole 20 Amp. „T‟ rated lighting switch shall be
provided for each cubicle, flush-mounted on the left end. One duplex 220 volt
convenience outlet shall be provided inside each door or pair of doors inside each cubicle.
The lighting and convenient outlet circuits shall be completely wired in conduit and
terminated on cubicle terminal blocks.
19.7 Unless otherwise specified control wire shall be stranded tinned copper stranded
wire with 1.1 KV PVC insulation conforming to the requirements of IS-1554.
All the control circuit and secondary wiring shall be wired completely and brought out
preferably to a vertical terminal block ready for external connections in the control cabinet.
The control wire shall not be of cross-section less than 2.5 mm2 copper.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 106
19.8 All spare auxiliary contacts of the circuit breaker shall be supplied wired upto
terminal block.At least 20 number spare terminals shall be provided over and above the
number required. All wiring termination on terminal blocks shall be made through lugs. For
current and DC supply circuits disconnecting sturdy type terminal blocks will be provided.
For other control circuits, non-disconnecting snap on type terminal blocks shall be
provided.
All wires shall be identified with non-metallic sleeve or tube type markers at each
terminations.
19.9 Terminal blocks shall be made up of molded non-inflammable plastic material with
blocks and barriers molded integrally have white marking strips for circuit identification
and moulded plastic covers.
19.10 A ground bus of copper bar not less than 6 mm by 25 mm shall be provided along
the inside of the front or rear of the each cubicle and equipment rack. The ground bus
shall be bolted to the frame of each panel in such a way as to make good electrical
contact with each panel or section. Lugs shall be provided for connection of the ground
bus to the station ground bus/earth mat.
20.0 ACCESSORIES
20.1 Each circuit breaker assembly shall be supplied with the following accessories.
i) Line and earthing terminals and terminal connectors.
ii) Control housing with:
a) One auxiliary switch with adequate number of auxiliary contacts, but not less than
12 nos. (6 No + 6 NC) for each breaker. These shall be over and above the No. of
contacts used for closing, tripping and 'reclosing' and interlocking circuit of the
circuit breaker. All auxiliary contacts shall be capable of use as "Normally closed"
or "Normally open" contacts. Special auxiliary contacts required for the reclosing
circuit if any, shall also be provided. There shall be provision, to add more auxiliary
contacts at a later date, if required.
b) Operation counters
c) Position indicator (Close/Open)
d) Necessary cable glands
e) Fuses
f) Manual trip device and local test push buttons
g) Terminal blocks and wiring for all control equipment and accessories
h) Adequate number of heaters for continuous operation to prevent moisture
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 107
condensation in the housing of operating mechanism
i) Selector switch for local/remote control.
21.0 SUPPORTING STRUCTURE
21.1 The circuit breakers shall be supplied complete with necessary galvanized steel
supporting structures, foundation and fixing bolts, etc., the galvanizing shall be as
per IS. The mounting of the breaker shall be such as to ensure the safety of the
operating staff and should conform to Indian Electricity Rules, 1956. Minimum
ground clearance of live part from ground level shall be 4000 mm inclusive
of foundation (300mm above GL).
21.2 The bidder shall submit detailed design calculations and detailed drawings in
respect of supporting structures suitable for the equipment offered. The tenders
shall specify the loads which shall be transmitted to the equipment foundation
under most adverse operating conditions of the breaker.
21.3 Facility to earth the circuit breaker structure at two points shall be provided.
22.0 GALVANISING
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 18:2629
or any other equivalent authoritative standard.
23.0 CABLE TERMINATION
Suitable cable glands for terminating the multi-core cable shall be provided wherever
required.
24.0 TERMINAL CONNECTIONS AND EARTH TERMINALS
24.1 Each circuit breaker connected with incoming and outgoing feeders shall be
provided with solder less clamp type bimetallic connectors suitable for
ACSR/AAAC conductor mentioned in 'Technical Parameter'
25.0 INTERTERLOCKS
25.1 Necessary interlocks to prevent closing or opening of the breaker under low
pressure of the contact spring and devices for initiating alarm shall be provided.
Provision shall also be made to enable electrical interlocking with the isolators
associated with the breaker to prevent opening or closing of the isolators.
26.0 TYPE TESTS
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 108
26.1 Type test certificates for the following tests, as per IS:13118 or IEC 62271-100
with latest amendment thereof, from any of the NABL accredited Laboratory shall
invariably be furnished
a. Short circuit duties test
b. Short time withstand current and peak withstand current tests
c. Temperature rise test
d. Mechanical endurance test
e. Lightning impulse voltage withstand test
f. Power Frequency withstand voltage test (dry & wet)
g. Single Capacitor bank switching test
h. Degree of protection IP-55 as per IS:13947:93(Part-I)/IEC 60529:89
26.2 Type test certificates must accompany drawing of type tested equipment, duly
sealed & signed by type testing authority.
26.3 Type tests should not have been conducted on the equipment earlier than 3 years
from the date of opening of bids.
26.4 In case of any change in design/type of breaker already type tested and the one
being offered against this specification, the Employer reserves the right to demand
repetition of some or all tests without any extra-cost at NABL accredited lab.
27.0 ACCEPTANCE AND ROUTINE TEST :-
27.1 Employer shall have access at all times to the works and all other places of
manufacture where the Circuit Breakers are being manufactured and the Bidder
shall provide all facilities for unrestricted inspection of the Bidder/manufacturer‟s
works, raw materials, manufacture of all the accessories and for conducting
necessary tests as detailed herein. The Employer reserves the right to insist for
witnessing acceptance/routine testing of the bought out items. The
Bidder/manufacturer shall submit the routine test certificates of bought out items
and raw material also, at the time of routine testing of the fully assembled breaker
27.2 No material shall be dispatched from its point of manufacture unless the material
has been satisfactorily inspected and tested.
27.3 Bidders shall indicate the inspections and checks carried out at various stages of
manufacture of the circuit breakers. Complete record of stage inspection would be
kept by the Bidder/manufacturer and this record should be made available for
inspection by the representative of the Employer. Bidder/manufacturer should
indicate the manufacturing programme and the The Employer will have a right to
depute inspecting officers during the manufacture of the equipment. The Employer
reserves the right to carry out stage inspections at all stages, for which advance
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 109
intimation shall be given and all necessary cooperation shall be rendered by the
manufacturer.
27.4 At the time of inspection, Bidder/manufacturer shall identify each and every
item/accessories of the particular Circuit Breaker under testing. Unless all the
items are identified, the manufacture will not be treated as complete. Various tests
stipulated in IS/IEC shall be performed in the presence of the Employer‟s
engineers or when the inspection waiver has been given, in such a case, testing
shall be done at the manufacturer's works as per IS/IEC stipulations and same
should be confirmed by documentary evidence by way of Test Certificate which
shall be got approved by the Employer.
27.5 It is expected that before circuit breaker is finally offered for inspection, internal
testing of the same for various important parameters are already done. Routine
test report for such tests shall also accompany the letter of inspection call so that
the Inspecting Officer at the time of inspection may verify the parameters brought
out in the preliminary report. Details of all tests should be clearly brought out.
27.6 In case for any reason, inspection is not completed or equipment is not found to be
complete with all accessories as per confirmation given with the letter of inspection
call, the Employer will reserve the right to recover complete cost of deputation of
inspecting team to the works of the manufacturer.
27.7 Acceptance of any quantity of circuit breaker & its accessories shall in no way
relieve the successful bidder of his responsibility for meeting all the requirement of
this specification and shall not prevent subsequent rejection if such equipments
are later found to be defective.
28.0 RATING PLATES & SURFACE FINISH PAINTING & GALVANISING:-
28.1 Each circuit breaker shall be provided with a detailed rating plate. Details on the
rating plate shall be as per ISS and shall also indicate manufacturer name, serial
no., order no. and month & year of dispatch.
28.2 All interiors and exteriors of tanks, mechanism, enclosures, cabinets and other
metal parts shall be thoroughly cleaned to remove all rust, scales, corrosion,
greases or other adhering foreign matter. All steel surfaces in contact with
insulating oil, as far as accessible, shall be painted with not less than two coats of
heat resistant, oil insoluble, insulating paint.
28.3 All metal surfaces exposed to atmosphere shall be given two primer coats of zinc
chromate and two coats of epoxy paint with epoxy base thinner or hot dip
galvanized or two packs of aliphatic polyurethane finished paint. All metal parts not
accessible for painting shall be made of corrosion resistant material. All machine
finished or bright surfaces shall be coated with a suitable preventive compound
and suitably wrapped or otherwise protected. Paints shall be carefully selected to
withstand tropical heat and extremes of weather within the limits specified.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 110
28.4 Paint shall not scale off or wrinkle or be removed by abrasion due to normal
handling. All external paintings shall be as per shade no. 697 or any other suitable
shade of IS:5 or polyurethane paint
28.5 All ferrous parts & steel structure including all sizes of nuts, bolts, plain and spring
washers, support channels, structures, etc. shall be hot dip galvanized or stainless
steel or electro-galvanized.
29.0 DOCUMENTATION:
29.1 List of Drawings and Documents: Bidders shall furnish four sets of relevant
descriptive and illustrative published literature, pamphlets and following drawings
for preliminary study;
(a) General outline drawings showing dimensions and shipping weights.
(b) Sectional views showing the general constructional features of the circuit breaker
including operating mechanism, arcing chambers, contacts with lifting dimensions for
maintenance.
(c) All drawings & data typical and recommended schematic diagram for control
supervision & reclosing shall be annotated in English. .
(d) Schematic diagrams of breaker offered for control supervision and reclosing.
(e) Structural drawing, design calculations and loading data for support structures.
(f) Short circuit oscillogram & certificates for similar type tested breakers. General
arrangement of foundation and structure mounting plan including weights of varnish
components and impact loading data for foundation design.
(g) Type test reports.
29.2 Successful bidders shall, within two weeks of placement of order, submit four sets
of final version of all the above drawings for the Employer's approval. The
Employer shall communicate his comments/approval on the drawings to the
Bidder/manufacturer within two weeks. Bidder/manufacturer shall, if necessary,
modify the drawings and resubmit four copies of the modified drawings for the
Employer's approval within two weeks from the date of comments. After receipt of
the Employer's approval, the Bidder/manufacturer shall, within three weeks, submit
4 prints per breaker and two set of good qualities reproducible of the approved
drawings for the Employer's use.
29.3 Successful bidders shall also furnish two sets each of bound manuals covering
erection, commissioning, operation and maintenance instructions and all relevant
information and drawings pertaining to the main equipment as well as auxiliary
devices along with each breaker. Marked erection drawings shall identify the
component parts of the equipment as shipped to enable erection by the
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 111
Employer‟s own personnel. Each manual shall also contain one set of all the
approved drawings, type test reports as well as acceptance reports of the
corresponding consignment dispatched.
29.4 Manufacturing of equipments shall be strictly in accordance with the approved
drawings and no deviation shall be permitted without the written approval of the
Employer.
29.5 Approval of drawings/work by the Employer shall not relieve the bidders of any of
his responsibility and liability for ensuring correctness and correct interpretation of
the drawings for meeting the requirements of the latest revision of the applicable
standards rules and codes of practices. Equipment shall conform in all respects to
high standards of engineering, design, workmanship and latest revisions of
relevant standards at the time of supply and the Employer reserves the right to
reject any equipment or material which, in his judgment, is not in full accordance
therewith.
30.0 PACKING AND FORWARDING:
30.1 Equipment shall be prepared for ocean shipment (foreign equipment) or rail road
transport (local equipment). Equipment shall be packed in suitable crates in such a
manner to protect it from damage and withstand handling during transit.
Bidder/manufacturer shall be responsible for and make good at his own expense
any or all damage to the equipment during transit, due to improper and inadequate
packing and handling. Easily damageable materials shall be carefully packed and
marked with the appropriate caution symbols. Wherever necessary, proper
arrangement for lifting such as lifting hooks etc. shall be provided. Any material
found short inside the packing cases shall be supplied by the Bidder/manufacturer
without any extra cost. Each consignment shall be accompanied by a detailed
packing list containing the following information:
(a) Name of the consignee.
(b) Details of consignment.
(c) Destination.
(d) Total weight of consignment.
(e) Sign showing upper/lower side of the crate.
(f) Handling and unpacking instructions.
(g) Bill of material indicating contents of each package and spare material.
31.0 COMPLETENESS OF EQUIPMENT AND BOUGHT OUT ITEMS:
31.1 Bidders must furnish following information along with technical bid. A list of all the
accessories which will be supplied with the breakers should be furnished. While
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 112
furnishing the list of accessories, items which will be manufactured by the Bidders
and balance items, which will be procured from sub-Bidder/manufacturers should
be clearly identified and stipulated in the bid.
32.0 GUARANTEED TECHNICAL PARTICULARS:
32.1 It is obligatory on the part of bidders to furnish Guaranteed Technical Particulars
enclosed with the bid document duly filled in complete in all respects. In case
Guaranteed Technical Particulars duly filled in complete in all respects is not
furnished, the bid may be treated as non-responsive
1.4 TECHNICAL SPECIFICATION FOR 33KV & 11 KV ISOLATORS
1.0 SCOPE
1.1. This section of the specification is intended to cover design specifications for manufacture
and testing of 33 KV and 11 KV gang operated switch (Isolators) with all fittings and
accessories.
1.2. The Isolators are for outdoor installation suitable for horizontal/vertical mounting on
mounting structures and for use at sub-stations.
1.3. Isolators shall be supplied with Earth Switch as and where specified.
2.0 GENERAL
2.1. The Isolators and accessories shall conform in general to IS 9921 (or IEC: 62271-102)
except to the extent explicitly modified in specification.
2.2. All isolating switches and earthing switches shall have rotating blades and pressure
releasing contacts. All isolating and earth switches shall operate through 90 angle from
closed position to fully open position.
2.3. Complete isolator with all the necessary items for successful operation shall be supplied
including but not limited to the following:
(i). Isolator assembled with complete base frame, linkages, operating mechanism, control
cabinet, interlocks etc.
(ii). All necessary parts to provide a complete and operable isolator installation, control
parts and other devices whether specifically called for herein or not.
(iii). The isolator shall be designed for use in the geographic and meteorological
conditions as given in Section 1.
3.0 DUTY REQUIREMENTS
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 113
3.1. Isolators and earth switches shall be capable of withstanding the dynamic and thermal
effects of the maximum possible short circuit current of the systems in their closed
position. They shall be constructed such that they do not open under influence of short
circuit current.
3.2. The earth switches, wherever provided, shall be constructionally interlocked so that the
earth switches can be operated only when the isolator is open and vice versa. The
constructional interlocks shall be built in construction of isolator and shall be in addition to
the electrical and mechanical interlocks provided in the operating mechanism.
3.3. In addition to the constructional interlock, isolator and earth switches shall have provision
to prevent their electrical and manual operation unless the associated and other
interlocking conditions are met. All these interlocks shall be of failsafe type. Suitable
individual interlocking coil arrangements shall be provided. The interlocking coil shall be
suitable for continuous operation from DC supply and within a variation range as
stipulated elsewhere in this specification.
3.4. The earthing switches shall be capable of discharging trapped charges of the associated
lines.
3.5. The isolator shall be capable of making/breaking normal currents when no significant
change in voltage occurs across the terminals of each pole of isolator on account of
make/break operation.
3.6. The isolator shall be capable of making/breaking magnetising current of 0.7A at 0.15
power factor and capacitive current of 0.7A at 0.15 power factor at rated voltage.
4.0 CONSTRUCTIONAL DETAILS
4.1. All isolating switches and earthing switches shall have rotating blades and pressure
releasing contacts. All isolating and earth switches shall operate through 90 angle from
closed position to fully open position.
4.2. Contacts:
a) The contacts shall be self-aligning and self-cleaning and so designed that binding
cannot occur after remaining closed for prolonged periods of time in a heavily polluted
atmosphere.
b) No undue wear or scuffing shall be evident during the mechanical endurance tests.
Contacts and spring shall be designed so that readjustments in contact pressure shall
not be necessary throughout the life of the isolator or earthing switch. Each contact or
pair of contacts shall be independently sprung so that full pressure is maintained on
all contacts at all time.
c) Contact springs shall not carry any current and shall not lose their characteristics due
to heating effects.
d) The moving contact of double break isolator shall have turn-and -twist type or other
suitable type of locking arrangement to ensure adequate contact pressure.
4.3. Blades:
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 114
a) All metal parts shall be of non-rusting and non-corroding material. All current carrying
parts shall be made from high conductivity electrolytic copper/aluminium. Bolts,
screws and pins shall be provided with lock washers. Keys or equivalent locking
facilities if provided on current carrying parts, shall be made of copper silicon alloy or
stainless steel or equivalent. The bolts or pins used in current carrying parts shall be
made of non-corroding material. All ferrous castings except current carrying parts
shall be made of malleable cast iron or cast-steel. No grey iron shall be used in the
manufacture of any part of the isolator.
b) The live parts shall be designed to eliminate sharp joints, edges and other corona
producing surfaces, where this is impracticable adequate corona shield shall be
provided..
c) Isolators and earthing switches including their operating parts shall be such that they
cannot be dislodged from their open or closed positions by short circuit forces, gravity,
wind pressure, vibrations, shocks, or accidental touching of the connecting rods of the
operating mechanism.
d) The switch shall be designed such that no lubrication of any part is required except at
very infrequent intervals i.e. after every 1000 operations or after 5 years whichever is
earlier.
4.4. Insulators:
a) The insulator shall conform to IS: 2544 and/or IEC-60168. The insulators shall have a
minimum cantilever strength of 400 Kgs. for 33/11 kV insulators respectively.
b) Pressure due to the contact shall not be transferred to the insulators after the main
blades are fully closed.
4.5. Base:
Each isolator shall be provided with a complete galvanised steel base provided with holes
and designed for mounting on a supporting structure.
5.0 EARTHING SWITCHES
5.1. Where earthing switches are specified these shall include the complete operating
mechanism and auxiliary contacts.
5.2. The earthing switches shall form an integral part of the isolator and shall be mounted on
the base frame of the isolator.
5.3. The earthing switches shall be constructionally interlocked with the isolator so that the
earthing switches can be operated only when the isolator is open and vice versa. The
constructional interlocks shall be built in construction of isolator and shall be in addition to
the electrical interlocks.
Suitable mechanical arrangement shall be provided for de-linking electrical drive for
mechanical operation.
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 115
5.4. Each earth switch shall be provided with flexible copper/aluminum braids for connection to
earth terminal. These braids shall have the same short time current carrying capacity as
the earth blade. The transfer of fault current through swivel connection will not be
accepted.
5.5. The frame of each isolator and earthing switches shall be provided with two reliable earth
terminals for connection to the earth mat.
5.6. Isolator design shall be such as to permit addition of earth switches at a future date. It
should be possible to interchange position of earth switch to either side.
5.7. The earth switch should be able to carry the same fault current as the main blades of the
Isolators and shall withstand dynamic stresses.
6.0 OPERATING MECHANISM
6.1. The bidder shall offer manual operated Isolators and earth switches..
6.2. Control cabinet/operating mechanism box shall be made of aluminum sheet of adequate
thickness (minimum 3 mm).
6.3. Gear should be of forged material suitably chosen to avoid bending/jamming on operation
after a prolonged period of non-operation. Also all gear and connected material should be
so chosen/surface treated to avoid rusting.
7.0 OPERATION
7.1. The main Isolator and earth switches shall be gang operated.
7.2. The design shall be such as to provide maximum reliability under all service conditions. All
operating linkages carrying mechanical loads shall be designed for negligible deflection.
The length of inter insulator and interpole operating rods shall be capable of adjustments,
by means of screw thread which can be locked with a lock nut after an adjustment has
been made. The isolator and earth switches shall be provided with “over center” device in
the operating mechanism to prevent accidental opening by wind, vibration, short circuit
forces or movement of the support structures.
7.3. Each isolator and earth switch shall be provided with a manual operating handle enabling
one man to open or close the isolator with ease in one movement while standing at
ground level. Detachable type manual operating handle shall be provided. Suitable
provision shall be made inside the operating mechanism box for parking the detached
handles. The provision of manual operation shall be located at a height of 1000 mm from
the base of isolator support structure.
7.4. The isolator shall be provided with positive continuous control throughout the entire cycle
of operation. The operating pipes and rods shall be sufficiently rigid to maintain positive
control under the most adverse conditions and when operated in tension or compression
for isolator closing. They shall also be capable of withstanding all torsional and bending
stresses due to operation of the isolator. Wherever supported the operating rods shall be
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 116
provided with bearings on either ends. The operating rods/ pipes shall be provided with
suitable universal couplings to account for any angular misalignment.
7.5. All rotating parts shall be provided with grease packed roller or ball bearings in sealed
housings designed to prevent the ingress of moisture, dirt or other foreign matter.
Bearings pressure shall be kept low to ensure long life and ease of operation. Locking
pins wherever used shall be rustproof.
7.6. Signaling of closed position shall not take place unless it is certain that the movable
contacts, have reached a position in which rated normal current, peak withstand current
and short time withstand current can be carried safely. Signaling of open position shall not
take place unless movable contacts have reached a position such that clearance between
contacts is atleast 80% of the isolating distance.
7.7. The position of movable contact system (main blades) of each of the Isolators and
earthing switches shall be indicated by a mechanical indicator at the lower end of the
vertical rod of shaft for the Isolators and earthing switch. The indicator shall be of metal
and shall be visible from operating level.
7.8. The contractor shall furnish the following details along with quality norms, during detailed
engineering stage.
(i) Current transfer arrangement from main blades of isolator along with millivolt drop
immediately across transfer point.
(ii) Details to demonstrate smooth transfer of rotary motion from motor shaft to the
insulator along with stoppers to prevent over travel.
8.0 TEST AND INSPECTION
8.1. The switches shall be subjected to the following type test in accordance to with IS: 9920.
I) Dielectric test (impulse and one minute) power frequency withstands voltage.
II) Temperature rise test
III) Rated off load breaking current capacity
IV) Rated active load breaking capacity
V) Rated line charging breaking capacity
VI) Rated short time current
VII) Rated peak withstand current
VIII) Mechanical and Electrical Endurance
8.2. The equipment shall be subjected to the following routine test.
I) Power frequency voltage dry test
II) Measurement of resistance of the main circuit
III) Operating test.
8.3. The porcelain will have pull out test for embedded component and beam strength of
porcelain base.
9.0 CONNECTORS
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 117
9.1. Each isolator shall be provided with appropriate number of bimetallic clamping type
connectors as detailed in the schedule of requirement. The maximum length of jumper
that may be safely connected or any special instruction considered necessary to avoid
under loads on the post isolators should be stated by the tenderer.
10.0 SUPPORTING STRUCTURES
10.1. All isolators and earthing switches shall be rigidly mounted in an upright position on their
own supporting structures. Details of the supporting structures shall be furnished by the
successful tenderer. The isolators should have requisite fixing details ready for mounting
them on switch structures.
11.0 PRE-COMMISSIONING TESTS
11.1. Contractor shall carry out following tests as pre-commissioning tests. Contractor shall also
perform any additional test based on specialties of the items as per the field instructions of
the equipment Supplier or Employer without any extra cost to the Employer. The
Contractor shall arrange all instruments required for conducting these tests along with
calibration certificates and shall furnish the list of instruments to the Employer for
approval.
(a) Insulation resistance of each pole.
(b) Manual operation and interlocks.
(c) Insulation resistance of control circuits and motors.
(d) Ground connections.
(e) Contact resistance.
(f) Proper alignment so as to minimise to the extreme possible the vibration during
operation.
(g) Measurement of operating Torque for isolator and Earth switch.
(h) Resistance of operating and interlocks coils.
(i) Functional check of the control schematic and electrical & mechanical interlocks.
(j) 50 operations test on isolator and earth switch.
12.0 TECHNICAL DATA SHEET FOR ISOLATORS
SL
No.
Technical Particulars Isolators class
33 kV 11kV
1 Nominal system voltage, kV 33 11
2 Highest system voltage, kV 36 12
3 Rated frequency, Hz. 50 50
4. Type of Isolator Double Break,
center pole rotating
Double Break,
center pole
rotating
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 118
SL
No.
Technical Particulars Isolators class
33 kV 11kV
5 Rated continuous current, A 630 1250
6 Rated short time current, kA 16 12.5
7 Rated duration of short time
current, Second
3 3
8 Rated lightning impulse
withstand voltage, kV (peak)
i) To earth & between poles
ii) Across isolating distance
170
170
95
95
9 Rated 1 minute power frequency
withstand voltage, kV (rms)
i) To earth & between poles
ii) Across isolating distance
70
80
28
40
10 Minimum creepage distance of
insulators, mm
900
400
11 Temperature rise As per relevant IS
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 119
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 120
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 121
No. CGM (D)/APDCL/LAR/AAI/NITB /19-20/ D-40 Page 122
-------- End --------