0% found this document useful (0 votes)
399 views218 pages

3551 Bid

The document announces a domestic competitive bidding process for the implementation of R-APDRP Phase-II projects in Agartala, Tripura. The scope of work includes strengthening the distribution system through extension of 11kV and LT lines using ABC cables, underground cables, and overhead conductors. It also involves augmentation of distribution substations. Eligible bidders must have experience in constructing substations or lines. Joint ventures with two constituents are allowed to bid. The estimated cost is 12.77 crore INR and the completion period is 12 months.

Uploaded by

Prosenjit Dutta
Copyright
© Attribution Non-Commercial (BY-NC)
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
399 views218 pages

3551 Bid

The document announces a domestic competitive bidding process for the implementation of R-APDRP Phase-II projects in Agartala, Tripura. The scope of work includes strengthening the distribution system through extension of 11kV and LT lines using ABC cables, underground cables, and overhead conductors. It also involves augmentation of distribution substations. Eligible bidders must have experience in constructing substations or lines. Joint ventures with two constituents are allowed to bid. The estimated cost is 12.77 crore INR and the completion period is 12 months.

Uploaded by

Prosenjit Dutta
Copyright
© Attribution Non-Commercial (BY-NC)
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 218

TRIPURA STATE ELECTRICITY CORPORATION LTD

(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A Government of Tripura Enterprises)

DOMESTIC COMPETITIVE BIDDING


NIT REF. NO: - AGM/EC-II/TSECL/2013-14/1 Dated.12/08/2013 Name of Work:- Implementation of R-APDRP (Part-B) scheme under Agartala Project ( Phase-II): System strengthening, Improvement and Augmentation of Distribution Network systems including Renovation, Modernization, ReConductoring & Bifurcation of existing 11 KV & LT Lines and conversion of bare conductors to UG Cable & AB Cables of existing 11 KV & LT Lines, Augmentation of Distribution Sub-Stations, Extension of 11 KV & LT Lines with installation of new Distribution Transformers and Installation of capacitor banks in Agartala Project Area covering Jurisdiction of Electrical Division No-I, Capital Complex Division, Electrical Division No-III, Jirania Electrical Division. / Erection of OG installations and Lines ( 11 KV & LT System including DT) by ACSR/AB Cables, 11 KV & 1.1 KV grade Power Cable(UG) including supply of sundry materials and accessories, Hardware, Jointing & termination kits for AB Cable, HT/LT power Cable etc.

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

ABBREVIATIONs
ACSR DT PCC STP HT LT MS XLPE GI BOM G. O.A.B. DC E&M UG OG DOF LA TSECL ABC Aluminium Conductor Steel Reinforced Distribution Transformer Pre-stressed Compact Concrete Steel Tubular Pole High Tension Low Tension Mild Steel Cross Linked Poly-ethylene Galvanized Iron Bill Of Material Gang Operated Air Break Direct Current Electrical and Mechanical Underground Overground Drop Out Fuse Lightning Arrester Owner/Purchaser Ariel Bunched Cable

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

SECTION-I TRIPURA STATE ELECTRICITY CORPORATION LIMITED (INVITATION OF DOMESTIC COMPETITIVE BIDDING)

NOTICE INVITING TENDER FOR- Implementation of R-APDRP (Part-B) Scheme under Agaratala Project (Phase-II) : System strengthening, Improvement and Augmentation of Distribution Network systems including Renovation, Modernization, Re-Conductoring & Bifurcation of existing 11 KV & LT Lines and conversion of bare conductors to UG Cable & AB Cables of existing 11 KV & LT Lines, Augmentation of Distribution Sub-Stations, Extension of 11 KV & LT Lines with installation of new Distribution Transformers and Installation of capacitor banks in Agartala Project Area covering Jurisdiction of Electrical Division No-I, Capital Complex Division, Electrical Division No-III, Jirania Electrical Division. / Erection of OG installations and Lines ( 11 KV & LT System including DT) by ACSR/AB Cables, 11 KV & 1.1 KV grade Power Cable(UG) including supply of sundry materials and accessories , Hardware, Jointing & termination kits for AB Cable, HT/LT power Cable etc.
INTRODUCTION: The Ministry of Power, Government of India is providing financial assistance to TSECL under Restructured Accelerated Power Development and Reforms Programme (R-APDRP). Projects under R-APDRP taken up in two parts. Part A includes the projects for establishment of Base line Data and IT application for energy accounting /energy auditing and IT based consumer service centers. Part-B of the programme includes strengthening of regular distribution systems. Under this PART-B scheme (Phase-II) of Agartala project, there is provision for extension of new 11KV/LT Line by AB Cables, Underground Cable lines & Over ground bare conductor lines and new distribution Sub-stations and also Bifurcation, Augmentation, Strengthening, Conversion of existing 11 KV & LT Distribution Network as well as distribution Transformers under Agartala Project Area. The scope of this package covers erection, construction and commissioning of new 11 KV lines/LT Lines with ACSR, Aerial Bunched (AB) Cable, UG Cables and Distribution substations including supply of sundry materials, AB Cable hardware,11 KV XLPE Insulated cable related kits in high loss incurring feeders and bifurcation of overloaded & lengthy feeders in Agartala City in Tripura State (one of the northeast states of India) on erection-cum commissioning responsibility basis.

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) SCOPE OF WORK: Under High & Low Voltage distribution network system (NEW / Bifurcation / Augmentation of 11KV Feeders / LT Feeders & Distribution Sub-Stations):- This specification covers detailed route survey for ROW for over ground & underground lines, finalization of pole locations, erection of poles and line supports, hoisting of conductor and over ground cables as per best practice including complete engineering of the over ground lines as well as HT & LT underground power lines as per design, drawing and configuration given in the bid documents at respective sites including transportation of materials (to be supplied by TSECL) and the sundry materials, AB Cable hardware to be supplied by the contractor, storage at site, insurance during construction, dismantlement of existing lines & other over ground installations like Distribution Sub-Stations as may be necessary, testing and commissioning of new 11 KV lines /LT Lines (with ACSR and AB Cables), UG Cables, new Distribution Transformers, LT distribution boxes and all related and required material for completing total erection and commissioning of lines both over ground and underground on erection-cum- commissioning responsibility basis. The items ( to be supplied by TSECL or contractors) shall include 8.0 meter, 9.0 meter long PCC poles / 8.0meter, 9.0meter and 11meter Steel Tubular Pole with base plates, ACSR conductors, HT/LT XLPE AB cable, UG HT/LT armored cable, 11 kV / LT porcelain Pin insulators, 11 KV disc insulators with required fittings, HT & LT cross arms, Single tension fittings, Stay rods with elbow, Stay wires, Earthing rods/ G.I.Pipes, GI wire, LAs, G.O.A.B. switches, D.O Fuse units, C-type wedge connectors, MS angle, MS channel, MS flat etc. as required. Fabrication of clamps, Cross Arms by drilling, cutting, providing muffing in all types of land rests with the contractor. Any other material / job not specifically mentioned but required to complete the work shall also be in the scope of the contractor. The material requiring dismantling from existing over ground or underground installations/lines shall be dismantled section-wise i.e. from dead end pole to next dead end pole or termination point to next point of termination. Shorter lengths of dismantled ACSR conductor shall not be accepted, unless there is a valid technical reason. The dismantled material shall be returned to concerned Sub-Divisional stores within Agartala Project Area. The work also includes associated civil works like Poles / Stay set concreting. 1.0 Scope of work given above is only indicative. The detailed scope has been described in the Schedule of Bid attached with this bidding document. Pre-bid discussion date : 11:00 am on 7-9-2013 Bid Receipt time and date : upto 1:00 pm on 18-9-2013 Bid opening time and date (Pre-Qualification) : 3:00 pm on 18-9-2013 Bid opening time and date (Techno Commercial Bid) : to be notified latter. Bid opening time and date(Price Bid) : to be notified latter. Cost of bidding document : Rs. 5,000.00 Estimated Cost : Rs. 12, 77, 19,366.00 Earnest Money : Rs. 5, 00,000.00 Completion Period : 12(Twelve) Months.

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 2.0 QUALIFYING REQUIREMENTS FOR BIDDERS : To be qualified to bid for the packages, the bidder shall have to meet the following minimum criteria: 2.1 The bidder must have designed,manufactured,supplied,erected and commissioned 33 KV or above voltage grade Substation in a single award of work which must be in satisfactory operation for at least 1 (One) year from prior to submission of bid as per NIT. OR 2.2 The bidder must have done construction of minimum 20 KM 11 KV or higher voltage grade over ground / underground line including at least 5 KM 11KV or LT AB Cable line in a single award which must be in satisfactory operation for at least 1 (One) year from prior to submission of bid as per NIT. The minimum average annual turnover of the bidder for the last three years shall be not less than 30% of the estimated cost put to tender. Bids may be submitted by an individual firm ( proprietorship entity ) with relevant experience or registered partnership firm or companies registered under companies act or joint ventures of registered firms/companies/ proprietorship entity with two constituents only as one of the following.

2.3 2.4

2.4.1. A single firm of proprietorship entity or registered partnership firms or companies registered under Companies Act, which meets anyone or both the requirements, indicated in para 2.1, 2.2 above and 2.3(Mandatory). 2.4.2. A joint venture of two registered firms/companies/ proprietorship entity, wherein each registered firm/company/ proprietorship entity shall meet any one or both the requirements of para 2.1, 2.2 & 2.3 above. 2.4.3. The figures of average annual turnovers for each registered firm/company/ proprietorship entity shall be added together to determine the bidders compliance with the minimum average annual turnover requirement for the package as given at para 2.3 above. 2.5 In case of joint ventures any of the registered firms/companies/ proprietorship entities shall be authorized to incur liabilities and receive instructions for and on behalf of any and all partners of the joint venture and the entire execution of the contract including receipt of payment shall be done exclusively through him. This authorization shall be evidenced by submitting a power of attorney signed by legally authorized signatories of all the partners. All partners of Joint Venture shall be liable jointly and individually / severally for the execution of the contract in accordance with the contract terms. A copy of the agreement of joint venture partners having such provision shall be submitted with the bid. Notwithstanding anything contained herein above, TSECL reserves the right to assess the capacity and capability of the bidder to execute the work. In addition to the mandatory requirements as specified in Para 2.1, 2.2 & 2.3 (mandatory), the following criteria must need to be fulfilled for the Bidder/Lead Partner for this package. Those parties already engaged in erstwhile Department of Power, Govt. of Tripura or its successor TSECLs APDRP, RGGVY-Ph-I &II (under XIth & XIIth Plan) works 5

2.6

2.7 2.8

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) and or any others works, their eligibility would be judged from the satisfactory performance certificate from the controlling officer of the works (not below the rank of Executive Engineer or Deputy General Manager) and submission of which is mandatory. Any unsatisfactory performance report will be treated as disqualification of eligibility. 2.9 2.10 (i) (ii) The bidder shall furnish documentary evidence in support of qualifying requirement stipulated above. The bidders offer must include the following documents as to make sustainable the qualifying requirement such as: Copies of original documents defining the constitution or legal status, place of registration and principal place of business, written power of attorney of the signatory of the Bidder to commit the Bid Successful completion certificate issued by an Engineer not below rank of Executive Engineer/Deputy General Manager in charge along with supporting photocopies of work order /LOA for the work executed in any 1(one) year out of last 5 financial years. Bidders shall provide details of work of similar nature executed or under execution during last 3 years in the following format. Sl. No. Descripti on of work of similar nature Client Name with LOA Ref. No. & Date LOA Value (in Lakhs) Amount obtained till date (in Lakhs) Scheduled Actual Brief completion Comple Reason time tion of time delay

(iii) (iv) (v) (vi) (vii) (viii) (ix) (x) (xi)

Experience in work of a similar nature and volume for each of the work in last three years and details of work under way of contractually committed; and clients who may be contacted for further information on those contracts. Major items of construction equipment proposed to carry out the contract. Details of proposed manufacturers of material/equipment and erection agencies are to be submitted with the bid. Qualifications and experience of key site management and technical personal proposed for the contract. Reports on the financial standing of the bidder , such as Profit and loss account & balance sheets and Auditors reports etc. for the Financial years 2009-10, 2010-11, 2011-12 Evidence of adequacy of working capital and access to line(s) of credit and availability of other financial resources from the scheduled commercial Bank. Authority to seek reference from the Bidders Bankers (as per format enclosed). Information regarding any litigation, current or during the last five years, in which the bidder is involved, the parties concerned, and disputed amount. Proposals for subcontracting any portion of the work amounting to more than 10 percent of the contract price. 6

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) (xii) Financial Turnover should be as per the published audited annual report of the company/ bidder/partners of joint venture along with PAN card (individual / organization). (xiii) Photocopy of valid Tripura Value Added Tax (VAT)/ CST/ Registration certificate. (xiv) Photocopy of Service Tax Registration Certificate. (xv) Photocopy of PAN card of bidder / all partners of joint venture. (xvi) The bidder should also substantiate availability (either owned or leased or by procurement against mobilization advance) of the tools, tackles, spare parts etc. for carrying out the work (xvii) PF registration No. ESI code No., insurance coverage under relevant Acts. (xviii) Contractors license & supervisory certificate of competency for requisite parts. 2.11 The bidder shall furnish the details of all the orders being executed by them and their partners, if any, in erstwhile Department of Power, Govt. of Tripura or its successor TSECL, other state Electricity Board and other Power Utilities for last five years. Photocopies of all documents furnished shall be self-authenticated and duly stamped. TSECL reserves the right to check the originals, if required. Notwithstanding anything stated above, the owner (TSECL) reserves the right to assess the capacity and capability of the bidder to execute the work, should the circumstances warrant such assessment in the overall interest of the owner. The Bid Document complete with general condition of contract, technical specification, schedule of quantities & drawings of equipment foundation & bill of materials for equipment support structures etc. may be seen in the office of the office of the Additional General Manager, Electrical Circle No. II, Bidyut Bhavan, North Banamalipur, Agartala on all working days during office hours upto the date fixed for sale of bid documents. The bidder shall bear all cost and expenses associated with purchase and submission of its bid including post bid discussions, technical; & other presentation etc., and TSECL will in no case be responsible or liable for those cost, regardless of the conduct or outcome of the bidding process. The bidder shall furnish documentary evidence in support of the qualifying requirements stipulated above along with their bid. Bid received without such documents shall be summarily rejected. The tender form can be seen and downloaded from the website www.tenders.gov.in , www.tripurainfo.co and TSECLs official website www.tsecl.nic.in . All the proposals shall be separately sealed with the inscription of proposal ( bid) along with tender reference. The offers containing all three proposals shall be sealed in a big envelope with the NIT No. & date of opening schedule and to be submitted within date specified and shall be opened sequentially in presence of authorized representative of intending bidders and the cost of the tender form shall be as in Clause1.0 of this section which shall be deposited in the form of Demand Draft on any Nationalized/Scheduled bank payable at Agartala in favour of the Additional General Manager, Electrical Circle No.II, Corporate Office, TSECL, Bidyut Bhaban, Agartala, Tripura furnished by the bidder in separate envelop . 7

2.12 2.13 2.14

3.0

4.0

5.0 6.0

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 7.0 The bidder shall be required to deposit earnest money @ 2.00 % of the estimated cost put to tender subject to maximum of Rs.5.00 lakh in the shape of demand draft or Banker Cheque from any scheduled bank guaranteed by Reserve Bank of India favouring TRIPURA STATE ELECTRICITY CORPORATION LIMITED payable at Agartala along with the bid in a separate sealed envelope. The earnest money deposited is adjustable with Contract Performance Guaranty. The successful bidder on award of work shall have to deposit a Contract Performance Guaranty equivalent to @10% of the LOA Value in the shape of Demand Draft/Banker Cheque in favour of TRIPURA STATE ELECTRICITY CORPORATION LIMITED from any scheduled bank guaranteed by Reserve Bank of India payable at Agartala or in the shape of Bank guarantee from a Public Sector / Scheduled Indian Bank guaranteed by Reserve Bank of India. BID NOT ACCOMPANIED WITH REQUISITE BID EARNEST MONEY IN A SEPARATE SEALED ENVELOPE SHALL NOT BE ENTRTAINED AND SHALL BE RETURNED TO THE BIDDER WITHOUT BEING OPENED. 8.0 9.0 The bidding documents are not transferable and cost of bidding document is not refundable under any circumstances. The original Bidding document shall be signed by the bidder(s) on all pages and will be enclosed with the COMMERCIAL / PRICE bidding schedule. All corrections to rates and items in the Bid(s) should be initialed by the Bidder(s). Every Page of the Schedule Price Bidding shall be signed in full by the Bidder(s). The Bidder(s) shall have to give a DECLARATION that he/they have gone through the details of the Bidding Document(s) as per format appended with the Bidding Document. Address for Communication / Purchase of Bid Document. Addl. General Manager, Electrical Circle No.II, Tripura State Electricity Corporation Limited Bidyut Bhavan, North Banamalipur Agartala 799001, West Tripura.

10.0

11.0

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) SECTION-II INSTRUCTION TO BIDDERS 1.0 GENERAL INSTRUCTIONS The bidders are to satisfy themselves by visiting to the sites of work as regards the prevailing condition of the existing 11KV primary distribution network, LT secondary distribution network proposed for bifurcation, conversion into AB Cable lines, and Distribution Substations require augmentation, construction of new DT(s) for system strengthening and renovation & reorientation of existing DT(s) and their approaches, transportation facilities, availability of laborers and availability of sundry materials, tools and tackles etc. before submission of bid. No claim or excuse on this account will be entertained at any stage later on. The locations of the work fall within the jurisdictions of Electrical Division No. I, Capital Complex Electrical Division, Electrical Division No-III and Jirania Electrical Division in Agartala and suburbs which are situated within a distance of about 10 Km. from the nearest Railway stations namely Jogendranagar and Agartala. However, the goods train come only up to Kumarghat which is 140 Km. away from State capital Agartala. The materials may be transported by road through National Highway 44 from Kumarghat or as may be convenient 2.0 COST OF BIDDING The Bidder shall bear all the costs and expenses associated with preparation and submission of its Bid including post-bid discussions, technical and other presentation etc. and TSECL shall, in no case, be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 3.0 3.1 THE BIDDING DOCUMENT CONTENTS OF BIDDING DOCUMENTS The goods and services required, bidding procedures and contract terms are as prescribed in the Bidding Documents. In addition to the Invitation for Bids, the Bidding Documents is a compilation of the following sections:
a. b. c. d. e. f. g.

Instructions to Bidders General Terms & Conditions of Contract Erection Conditions of Contract Standard Technical Specification & Guaranteed Technical Particulars. Special Instructions to Bidders General Technical Field Requirement Schedule of Bid. UNDERSTANDING OF BIDDING DOCUMENTS A prospective Bidder is expected to examine all instructions, forms, terms and conditions, specifications in the Bidding Documents and fully inform himself as to all the conditions and matters which may in any way affect the scope of work or the cost thereof. Failure to furnish all information required by the Bidding Documents or submission of a Bid not 9

3.2

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) substantially responsive to the Bidding Documents in every respect shall be at the Bidders risk and may result in the rejection of its Bid. 4.0 4.1. CLARIFICATIONS ON BIDDING DOCUMENTS If prospective Bidder finds discrepancies or omissions in the specifications and documents or is in doubt as to the true meaning of any part or requires any clarification on Bidding Documents should make the request / notify the Tender inviting Authority of TSECL in writing. The concerned authority of TSECL shall respond in writing to any request for such clarification of the Bidding Documents, which it receives not later than fifteen (15) days prior to the deadline for submission of bids stipulated in tender notice. Written copies of the response (including an explanation of the query but without identifying its source) shall be sent to all prospective bidders who downloaded the tender document. Verbal clarification and information given from any offices of TSECL or its employee(s) or representative (s) shall not in any way be binding on TSECL. AMENDMENT TO BIDDING DOCUMENTS At any time prior to the deadline for submission of bids, TSECL may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the Bidding Documents by amendment (s). The amendment shall be notified in writing or by Fax or Post or Email to all prospective Bidders, who have received the Bidding Documents at the address contained in the letter of request for issue of Bidding Documents from the Bidders. TSECL shall bear no responsibility or liability arising out of non-receipt of the same in time or otherwise. In order to afford prospective bidders reasonable time to take the amendment into account in preparing their bids, TSECL may, at its discretion, extend the deadline for submission of bids. Such amendments, clarifications, etc shall be binding on the bidders and shall be given due consideration by the bidders while they submit their bids and invariably enclose such documents as a part of the Bid. PREPARATION OF BIDS LANGUAGE OF BID The Bid prepared by the Bidders and all correspondences and documents relating thereto, exchanged by the Bidder and TSECL, shall be written in English language, provided that any printed literature furnished by the bidder may be written in another language so long as accompanied by an English translation of its pertinent passages. Failure to comply with this may disqualify a bid. For purposes of interpretation of the bid, the English translation shall govern. 7.0 7.1. LOCAL CONDITIONS It shall be imperative on each bidder to fully inform him of all local conditions and factors, which may have any effects on the execution of the contract covered under these documents and specifications. The Owner shall not entertain any request for clarification from bidders, regarding such local conditions. 10

4.2. 5.0 5.1.

5.2.

5.3.

5.4.

6.0

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 7.2. It must be understood and agreed that such factors as above have properly been investigated and considered while submitting the proposals. No claim for financial adjustment to the Contract awarded under these specifications and documents shall be entertained by TSECL. Neither any change in the time schedule of the Contract nor any financial adjustments arising thereof shall be permitted by TSECL. DOCUMENTS COMPRISING THE BID The Bid shall be submitted in 3(three) parts in separate sealed envelopes properly super scribing tender no., name of work and bid opening date as follows: Part-I: Bid Guarantee & Pre Qualification Bid Data
1. 2.

8.0

Containing Bid earnest money as per the stipulations of the Bid Documents in a separate sealed envelope. Containing Documentary Evidence of the Bidder fulfilling the Qualifying Requirements stipulated in the NIT / Bid Document. The document to be submitted shall include copies of the relevant work order / purchase order / Award letters / Agreements etc. and corresponding completion certificates issued by the concerned clients. The Bidder shall also furnish copies of the audited balance sheet and Profit and Loss Accounts for the last three financial years (w.r.t. the Bid Opening Date) in support of their meeting the financial qualifying requirement. The Bidder shall also submit professional tax clearance certificate & sales tax clearance certificate and all such other documents deemed necessary in support of their meeting the stipulated qualifying requirement and its credentials. Part-II: Techno-Commercial Bid Containing Bidders Technical Proposal, drawings etc. along with his Commercial Terms, Payment Terms in conformity with the Bid Documents. Part-III: Price Bid The schedule of bid as per the format indicated in the Bid Price Schedule. The price should be quoted both in figures and words.

9.0 9.1.

SCOPE OF THE PROPOSAL The scope of the proposal shall cover erection of all the equipments, equipment foundation, over ground lines & cables as well as underground cable lines as per drawing & specification in the bidding document, Galvanized Steel lattice structures, insulators and fitting fixtures etc. specified under the accompanying Technical Specification & Bidding Schedule / ANNEXURES. It shall include the following: i. Detailed design of the AB Cable Hardware, 11 KV XLPE cable jointing KITS , Steel Sections, MS. Channel, MS. Flat. MS. Nuts & Bolts and G.I.Pipe etc. as applicable for the proposed re-strengthening work of 11KV/LT distribution Network. Complete manufacture including shop testing of all kinds of Hardware. Providing engineering drawing, design & schematic of existing over head 11 & 0.433 KV line, lay-out of 11/0.433 KV of distribution Sub-Station Transformer structures within selective project area of implementation including survey of total 11

ii. iii.

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) actual requirement, equipment foundation drawing / Erection Key Diagram, drawings of all equipment and accessories, Operation Manual etc. for approval by TSECL. iv. v. vi. vii. viii. 9.2. Packing and transportation from the Manufacturers works to the Site. Receipt, storage, preservation and conservation of equipment and materials at Site. Pre-assembly, if any, Erection, Testing and Commissioning of all the equipment. Reliability & Performance Test on completion & Commissioning of erected finished job. Providing Guaranteed Technical Particulars of Equipment / Materials as per format enclosed.

Bids containing deviations from provisions relating to the following clauses shall be considered as non-responsive: a) b) c) d) e) f) Price Basis and Payments & Price Adjustment: Clause 12.0 (Section-II,) & 31.0 (Section-III,) Bid Guarantee: Clause 6.0, Section-I Contract Performance Guarantee: Clause 6.0, Section-I Liquidated Damages: Clause 13.0, General Condition of Contract (Section-III) Guarantee: Clause 14.0, Section-III Payment: Clause 33.0, Section-III. The determination of a Bids responsiveness will be based on the contents of the Bid itself without recourse to extrinsic evidence.

9.3. 10.0 10.1. 10.2.

Bids not covering the above entire Scope of Work shall be treated as incomplete and hence rejected. BID PRICE The Bidder shall quote unit rates in the appropriate schedule of the Bid Form. The Bidder shall also/must furnish the price breakup of quoted price of Supply and Erection Price in separate schedule / Schedule or volume of work per unit of equipment/ material/Hardware to indicate the following: i. Ex-works price of Power cable /Cable accessories and Hardware. all other sundry materials, Galvanized & Mild Steel made of Clamp, GI Pipe, HDPE pipe etc. as specified in the bidding schedule including price of civil component & others embedded in erection price.

ii. Charges for inland transportation and insurance for delivery of the equipments / materials up to their final destinations. 12

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) iii. Lump-sum charges towards unloading, storage, insurance, erection, testing and commissioning. iv. Excise duty, Sale Tax, Octroi duty / entry tax, Service tax and any other levies legally payable on the transactions between the Owner and the Bidder. 11.0 11.1. ALTERNATE PROPOSALS Bidder shall submit offers that comply with the requirements of the bidding documents, including the basic technical design as indicated in the drawing and specifications. Alternatives will not be considered PRICE BASIS AND PAYMENTS The Bidder shall quote in the appropriate schedule of the Bid Form, lump-sum firm price in Rupees only for the entire Scope of Work (covered under the Bidding Documents) and also the unit rates of the goods it proposes to supply and the services to be rendered under the contract. The Bidder shall also furnish the price break-up in the appropriate schedules of bid form to indicate the following:
a. Ex-works price of the equipment/ materials (including tools and tackles etc. if any) b. Charges for inland freight and insurance for delivery of the equipment/materials up

12.0

to their final destinations.


c. Lump-sum charges towards erection, testing and commissioning including

unloading, storage and insurance.


d. Price breakup for spares in line with relevant clauses of this section/Bid documents. e. Sale Tax, Excise duty, Service tax and any other levies legally payable on the

transaction between the Owner and the Bidder. f. Any other charges as per the requirement of Bid Document/Technical Specification. Source of Fund: The project shall be funded by TSECL with financial assistance from MOP, GOI through their nodal agency PFC as per Terms & conditions of R-APDRP under 11th Plan. 13.0 13.1. TAXES AND DUTIES All custom duties, excise duties, sales taxes and other levies payable by the bidders in respect of the transactions between the bidder and their Contractors /sub-suppliers while procuring any components, sub-assemblies, raw materials and equipment shall be included in the bid price and no claim on this behalf shall be entertained by TSECL .The bid price shall also be inclusive of excise duty and central sales tax and other levies in respect of the transactions solely between TSECL and the bidder under the Contract. The local sale tax as admissible shall be clearly indicated which is reimbursable on production of document of actual payment. Concessional Sales Tax declaration forms, as admissible, shall be issued to the Contractor, on request, for all items (as identified in the price schedule of the Bid) to be supplied directly by the Contractor as well as for the items to be supplied by the Subsuppliers as sale-in-transit. 13

13.2.

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 13.3. Sales Tax on goods incorporated in the Works: The bidder shall include the Sales Tax on Works Contract, Turnover Tax or any other similar taxes under the Sales Tax Act, as applicable in their quoted bid price and TSECL shall not bear any liability on this account. TSECL shall, however, deduct such taxes at source as per the rules and issue TDS Certificate to the Contractor. 13.4. 13.5. 14.0 14.1. 14.2. 14.3. 14.4. 14.5. 15.0 15.1. As regards the Income Tax surcharge on Income Tax and other corporate taxes, the Bidder shall be responsible for such payment to the concerned authorities. Service tax, as applicable on services rendered shall be responsibility of the bidder. TSECL shall not bear any liability on this account. TIME SCHEDULE The basic consideration and the essence of the Contract shall be strict adherence to the time schedule for performing the specified works. The requirement of completion schedule for the works is mentioned in Clause 1 (Section I) of this document. The completion schedule as stated in Clause 1 (Section I) shall be one of the major factors in consideration of the Bids. TSECL reserves the right to request for a change in the work schedule during post-bid discussion with successful bidder. The successful Bidder shall be required to submit detailed BAR CHART and finalize the same with TSECL, as per the requirement of completion schedule. CONTRACT QUALITY ASSURANCE The Bidder shall include in his proposal, the quality assurance programme containing the overall quality management and procedures which he proposed to follow in the performance of the works during various phases, as detailed in relevant clause of the General Technical Conditions. At the time of award of Contract, the detailed quality assurance programme to be followed for the execution of the contract shall be mutually discussed and agreed to and such agreed programme shall form part of the contract. INSURANCE The bidders insurance liabilities pertaining to the Scope of Work is detailed out in clauses titled insurance in General Terms & Conditions of Contract and in Erection Conditions of Contract. Bidders attention is specifically invited to these clauses. The bid price shall include all the cost in pursuance of fulfilling all the insurance liabilities under the Contract. 17.0 BRAND NAMES All the equipments/ materials/ Hardware /Spares shall be supplied out of the list of the makes / manufacturers as stipulated in the attached technical specification. Any deviation in this regard shall not be entertained and bids having such deviation shall be rejected. In case brand names are not specified in the attached technical specification, standard equipments / materials of reputed manufacturer acceptable to 14

15.2.

16.0

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) TSECL shall be supplied. 18.0 18.1. BID GUARANTEE The Bidder shall furnish, as part of its Bid, earnest money for an amount as specified in the Notice Inviting Tender (NIT) in the shape of demand draft only in favour of Tripura State Electricity Corporation Limited payable at SBI, TLA House Branch, Agartala, and West Tripura. The earnest money is required to protect TSECL against the risk of Bidders conduct, which would warrant the earnest money forfeiture pursuant to Para 18.7. The earnest money shall be deposited in Indian rupees only. Any bid not secured in accordance with para 18.1 and 18.3 above shall be rejected by TSECL as non-responsive. The earnest money of the unsuccessful Bidders shall be discharged /returned as promptly as possible as but not later than 60 days after the expiration of the period of bid validity prescribed by the Owner. The earnest money of the successful Bidder will be adjusted with the performance guarantee required to be furnished on award of contract as per Clause 6.0 of Section I. The earnest money shall be forfeited: Bidder

18.2. 18.3. 18.4. 18.5.

18.6. 18.7.

a. If a Bidder withdraws its bid during the period of bid validity specified by the on the bid form; or b. In case of a successful Bidder fails: i) to sign the contract; or ii) to furnish the Contract Performance Guarantee. 18.8. 19.0 19.1. No interest shall be payable by TSECL on the above earnest money. PERIOD OF VALIDITY OF BIDS

Bids shall remain valid for 6 (six) calendar months after the date of bid opening prescribed by TSECL, unless otherwise specified in the accompanying Special Conditions of Contract. A Bid valid for a shorter period shall be rejected by TSECL as nonresponsive. In exceptional circumstances, TSECL may solicit the Bidders consent to an extension of the period of Bid validity. The request and the response thereto shall be made in writing (including cable or fax). The Earnest money provided under Clause 6.0 of Section I shall also be retained upto the extended period. No interest shall be payable by TSECL for retaining the earnest money upto the extended period. A Bidder may refuse the request without forfeiting the earnest money deposited by him. A Bidder granting the request shall not be required or permitted to modify his Bid.

19.2.

15

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

SUBMISSION OF BIDS 20.0 20.1. 20.2. FORMAT OF BID The Bidder shall prepare two copies of the Bid, clearly marking the Original Bid and Copy of Bid. In the event of any discrepancy between them, the original shall prevail. The original and copy of bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized by the bidder to sign the bidding document. The letter of authorization shall be indicated by written power-ofattorney accompanying the Bid. All pages of the Bid, except for un-amended printed literature, shall be initialed by the person or persons signing the Bid. The Bid shall be submitted in three parts as described in clause no. 8 of Section II. The Bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the Bidder, in which case such corrections shall be initialed by the person or persons signing the Bid. SIGNATURE OF BIDS The Bid must contain the name, residence and place of business of the person or persons making the Bid and shall be signed and sealed by the Bidder with his usual signature. The names of all persons signing shall also be typed or printed below the signature. Bid by a partnership must be furnished with full names of all partners and be signed with the partnership name, followed by the signature(s) and designation(s) of the authorized partner(s) or other authorized representative(s). Bids by Corporation / Company must be signed with the legal name of the Corporation/Company by the President, Managing Director or by the Secretary or other person or persons authorized to Bid on behalf of such Corporation / Company in the matter. A Bid by a person who affixes to his signature the word President, Managing Director, Secretary, Agent, or other designation without disclosing his principal shall be rejected. Satisfactory evidence of authority of the person signing on behalf of the Bidder shall be furnished with the Bid. The Bidders name stated on the proposal shall be exact legal name of the firm. Bids not conforming to all the above requirements of para 21 above may be disqualified. The original Bidding document shall be signed by the bidder(s) on all pages and will be enclosed with the COMMERCIAL / PRICE bidding schedule and all corrections to rates and items in the Bid(s) should be initialed by the Bidder(s).Every Page of the Schedule Price Bidding shall be signed in full by the Bidder(s). SEALING AND MARKING OF BIDS The Bidders shall seal the Original and Copy of Bid in an inner and an outer envelope, duly marking the envelopes as Original and Copy.

20.3. 20.4.

21.0 21.1.

21.2.

21.3.

21.4. 21.5. 21.6. 21.7. 21.8.

22.0 22.1.

16

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

22.2.

The inner and outer envelopes shall be: a) Addressed to TSECL at the following address: Addl. General Manager (Electrical Circle No-II) Tripura State Electricity Corporation Limited Bidyut Bhavan, North Banamalipur Agartala 799001 West Tripura. b) Bear (the NIT No., Name of work & date of opening).

The inner envelope shall indicate the name and address of the Bidder to enable the Bid to be returned unopened in case it is declared late or rejected. 22.3. 22.4. 23.0 23.1. If the outer envelope is not sealed and marked as required by para 22.2 (b), TSECL shall assume no responsibility for the Bids misplacement or premature opening. The earnest money must be submitted in a separate sealed envelope. DEADLINE FOR SUBMISSION OF BIDS The Bidders have the option of sending the Bid by registered post or submitting the Bid in person. Bids submitted by Telex/Telegram/Fax shall not be accepted. No request from any Bidder to TSECL to collect the Bid from airlines, cargo agents etc. shall be entertained. Bids shall be received by TSECL at the address specified under para 22.2(a) of Section - II, not later than the time & date mentioned in the Invitation to Bid. TSECL may, at its discretion, extend this deadline for the submission of Bids, in which case all rights and obligations of TSECL and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. LATE BIDS Any Bid received by TSECL after the time & date fixed or extended for submission of Bids prescribed by TSECL, shall be rejected and /or returned unopened to the Bidder. MODIFICATION AND WITHDRAWAL OF BIDS The Bidder may modify or withdraw its Bid after the Bids submission provided that written notice of the modification or withdrawal is received by TSECL prior to the deadline prescribed for submission of Bids. The Bidders modification or withdrawal notice shall be prepared, sealed, marked and dispatched in accordance with the provisions of clause 22 of section II. No Bid shall be modified / withdrawn in the interval between the deadline for submission of Bids and the expiration of the period of Bid validity specified by the Bidder on the Bid Form. Withdrawal/modification of a Bid during this interval shall result forfeiture of the earnest money deposited by the bidder. 17

23.2. 23.3.

24.0 24.1. 25.0 25.1

25.2 25.3

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 26.0 26.1 INFORMATION REQUIRED WITH THE PROPOSAL The Bids must clearly indicate the name of the manufacturer, the type of model of each principal item of equipment proposed to be furnished and erected. The Bid shall also contain drawings and descriptive materials indicating general dimensions, principles of operation, the extent of pre-assembly involved, major construction equipment proposed to be deployed, method of erection and the proposed erection organizational structure. The above information shall be provided by the Bidder in the form of separate sheets, drawings, catalogues, etc. in five copies. Any bid not containing sufficient descriptive material to describe accurately the equipment proposed, shall be treated as incomplete and hence rejected. Such descriptive materials and drawings submitted by the Bidder shall be retained by TSECL. Any major departure from these drawings and descriptive material submitted shall not be permitted during the execution of the Contract without specific written permission of TSECL. Oral statements made by the Bidder at any time regarding quality, quantity or arrangement of the equipment or any other matter shall not be considered. Standard catalogue pages and other documents of the Bidder may be used in the Bid to provide additional information and data as deemed necessary by the Bidder. In case the proposal information contradicts specification requirements; the specification requirements shall govern, unless otherwise brought out clearly in the technical / commercial deviation schedule. BID OPENING AND EVALUATION 27.0 27.1 OPENING OF BIDS BY TSECL First the cover containing Earnest money as per clause 6.0 of Section - I shall be opened and then documents of qualifying requirement as per clause 2.0 of Section-I shall be opened. Only those Bidders whose Bid contains Earnest money and documents of qualifying requirements as per the stipulations of Section - I shall be considered eligible for opening of Part-II of the Bid which shall also be opened on the same day if possible. The Price Bid (Part III) of the eligible bidders on the basis of evaluation of part-II Bid shall be opened on a subsequent date. The date of opening of the price Bid (Part III) shall be notified in writing or by Fax to all qualified Bidders. In case the above schedule date of opening of Bid is declared holiday by the State / Central Govt. the Bid will be opened on the following working day keeping time unaltered. 27.2 The Bid and its all parts shall be opened in the presence of Bidders representatives (up to 2 persons) who choose to attend at the date and time for opening of bids indicated in the NIT or in case any extension has been given thereto, on the extended bid opening date and time notified to all the Bidders, who have purchased the Bidding Documents. The Bidders representatives who are present shall sign a register evidencing their attendance. No person / agent shall be allowed to be present during opening of Bid without valid authorization from the concerned bidder. 18

26.2 26.3

26.4 26.5 26.6

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 27.3 The Bidders names, bid prices, modifications, bid withdrawals and the presence or absence of the requisite earnest money and such other details as TSECL, at its discretion, may consider appropriate shall be announced at the opening. No electronic recording devices shall be permitted during bid opening. CLARIFICATION OF BIDS To assist in the examination, evaluation and comparison of Bids, TSECL may, at its discretion, ask the Bidder for a clarification of its Bid. The request for clarification and the response shall be in writing and no change in the price or substance of the Bid shall be sought, offered or permitted. PRELIMINARY EXAMINATION TSECL shall examine the Bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed and whether the Bids are generally in order. Arithmetical errors shall be rectified on the following basis: If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and total price shall be corrected. If there is a discrepancy between words and figures, the amount in words shall prevail. If the Bidder does not accept the correction of the errors as above, his bid shall be rejected and the amount of earnest money shall be forfeited. The Bidder shall ensure that the prices furnished by him are complete. In the case of not quoting of rates of any item (supply / erection) in the specified price schedules of the Bid Form, TSECL shall be entitled to consider the highest price of the tender for the purpose of evaluation and for the purpose of award of the Contract, use the lowest prices of the tender. 29.3 Prior to the detailed evaluation, TSECL shall determine the substantial responsiveness of each Bid w.r.t. Bidding Documents. For purpose of these Clauses, a substantially responsive Bid is one which conforms to all the terms and conditions of the Bidding Documents without material deviations. A material deviation is one which affects in any way the prices, quality, quantity or delivery period of the equipment or which limits in any way the responsibilities or liabilities of the Bidder or any right of TSECL as required in these specifications and documents. TSECL determination of a Bids responsiveness shall be based on the contents of the Bid itself without recourse to extrinsic evidence. A Bid determined as not substantially responsive shall be rejected by TSECL and may not subsequently be made responsive by the Bidder by correction of the non-conformity. TSECL may waive any minor non-conformity or irregularity in a Bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any Bidder. DEFINITIONS AND MEANINGS For the purpose of the evaluation and comparison of bids, the following meanings and definition shall apply: 19

27.4 28.0 28.1

29.0 29.1

29.2

29.4 29.5

30.0 30.1

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) a. Bid Price shall mean the base price quoted by each Bidder in his proposal for the complete scope of works. b. Cost Compensation for Deviations shall mean the Rupee value of deviations from the Bidding Documents, as determined from the Bidders proposal. c. Evaluated Bid Price shall be the summation of Bid Price, Differential Price and Cost Compensation for Deviations. 30.2 Calculation of Differential Price & Cost Compensation for Deviations. 30.2.1 Deviations from the Bidding Documents in so far as practicable shall be converted to a Rupee value and added to the Bid Price to compensate for the deviation from the Bidding Documents while evaluating the Bids. In determining the Rupee value of the deviations, TSECL shall use parameters consistent with those specified in the specifications and documents and/or other information as necessary and available to TSECL. 31.0 31.1 COMPARISON OF BIDS For comparison purposes all the evaluated bid prices shall be in Indian Rupee as under:W Where, W M = = Total Comparison Price Bid Price including ex-works value of equipment/ materials and other taxes & duties excluding local taxes, freight and insurance charges, cost of erection /services including works contract tax and other components of bid price, if any. Cost compensation for deviations calculated according to para 30.2.1. above. 31.2 Evaluated bid prices of all the bidders shall be compared among themselves to determine the lowest evaluated Bid and, as a result of this comparison, the lowest Bid shall be selected for consideration of award of the Contract. CONTACTING THE OWNER Bids shall be deemed to be under consideration immediately after they are opened and until such time official intimation of award/rejection is made by TSECL to the Bidders. While the bids are under consideration, Bidders and/or their representatives or other interested parties are advised to refrain from contacting by any means, the Owner and/or his employees/representatives on matters relating to the bids under consideration. TSECL, if necessary, shall obtain clarifications on the bids by requesting for such information from any or all the Bidders, either in writing or through personal contacts as may be necessary. Bidders shall not be permitted to change the substance of the bids after the bids have been opened. = M+D

32.0

20

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

AWARD OF CONTRACT 33.0 33.1 AWARD CRITERIA TSECL shall award the Contract to the successful Bidder whose bid has been determined to be substantially responsive and has been determined as technically acceptable and lowest evaluated Bid, provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily. TSECL shall be the sole judge in this regard. Further, TSECL reserves the right to award separate Contracts to two or more parties in line with the terms and conditions specified in the accompanying Technical Specifications. OWNERS RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS TSECL reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to award of contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for such action. NOTIFICATION OF AWARD Prior to the expiration of the period of bid validity and extended validity period, if any, TSECL shall notify the successful Bidder in writing by registered letter or by telex or FAX, to be confirmed in writing by registered letter, that his Bid has been accepted. The Notification of Award / Letter of Award shall constitute the formation of the Contract. Upon the successful Bidders furnishing of Contract Performance Guarantee pursuant to Clause 6.0 of Section I. TSECL shall promptly notify each unsuccessful Bidder and will discharge its bid guarantee, pursuant to Clause 18 (Section II) SIGNING OF CONTRACT At the same time as TSECL notifies the successful Bidder that its bid has been accepted, TSECL shall send the Bidder the detailed Letter of Award. Within 15(fifteen) days of receipt of the detailed Letter of Award, the successful Bidder shall convey in writing unconditional acceptance of the Letter of Award and shall attend the respective office of TSECL for signing the contract agreement. CONTRACT PERFORMANCE GUARANTEE As a Contract Performance Security, the successful Bidder, on award of work, shall have to deposit a Contract Performance Guaranty equivalent to 10% of the LOA Value in the shape of Demand Draft / Banker Cheque in favour of TRIPURA STATE ELECTRICITY CORPORATION LIMITED from any schedule bank guaranteed by Reserve Bank of India payable at Agartala or in the shape of Bank guarantee from a Public Sector / Scheduled Indian Bank guaranteed by Reserve Bank of India. (the latest annual report of the Bank should support compliance of capital adequacy ratio 21

33.2 34.0 34.1

35.0 35.1

35.2 35.3

36.0 36.1 36.2

37.0 37.1

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) requirement) in the form attached as Annexure I in favour of TRIPURA STATE ELECTRICITY CORPORATION LIMITED. The guarantee amount shall be equal to ten percent (10%) of the Contract Price and it shall guarantee the faithful performance of the Contract in accordance with the terms and conditions specified in these documents and specifications. The earnest money deposited at the time of tender shall be adjusted with the contract performance guarantee.The contract performance guarantee submitted in the shape of Bank guarantee shall be valid upto guarantee period as per Clause 14 of section III. 37.2 The Performance Guarantee shall cover additionally the following guarantees to TSECL: a. The successful Bidder guarantees the successful and satisfactory operation of the equipment supplied and erected under the Contract, as per the specifications and documents. b. The successful Bidder further guarantees that the equipment provided and installed by him shall be free from all defects in design, material and workmanship and shall upon written notice from TSECL fully remedy free of expenses to TSECL such defects as developed under the normal use of the said equipment within the period of guarantee specified in the relevant clause of the General Terms and conditions. The Contract Performance Guarantee is intended to secure the performance of the entire contract. However, it is not to be construed as limiting the damages under clause entitled Equipment Performance Guarantee in Technical Specifications and damages stipulated in other clauses in the Bidding Documents. The Contract performance Guarantee submitted in the shape of demand draft shall be returned to the Contractor without any interest at the end of successful completion and commissioning of the work against a Bank Guarantee of equivalent amount from any Public Sector / scheduled Indian Bank valid upto the Guarantee period. The Bank Guarantee such deposited shall be discharged after expiry of Guarantee period. The contract performance Guarantee shall be forfeited: If the contractor fails to start the work as per approved BAR CHART for reasons solely rest on him. If the contractor left / suspends the work without prior written intimation to the owners Engineer in charge of the work stating the reasons for such suspension of work. If the contractor left / suspends the work for reasons which are not acceptable to TSECL.

37.3

37.4

37.5 a. b.

c.

38.0 38.1

CORRUPT OR FRAUDULENT PRACTICES TSECL expects the bidders / suppliers / contractors to observe the highest standards of ethics during the procurement and execution of such contracts. In pursuance of this policy, TSECL a. defines, for the purpose of this provision, the terms set forth below as follows; I. Corrupt practice means offering, giving, receiving or soliciting of anything of 22

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) value to influence the action of an official in the procurement process or in contract execution, and II. Fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the owner, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the owner from the benefits of free and open competition. b. Will reject a proposal for award if it determines the bidder recommended for award has engaged a corrupt or fraudulent practice in competing for the contract in question. c. Will declare a firm ineligible, either indefinitely or for a stated period of time, if TSECL at any time determines that the firm has engaged in corrupt / fraudulent practices in competing for, or in executing the contract. ..***

23

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

SECTION-III GENERAL TERMS & CONDITIONS OF CONTRACT


A.

INTRODUCTION DEFINITION OF TERMS The Contract means the agreement entered into between Tripura State Electricity Corporation Limited and Contractor as per the Contract Agreement signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein. Owner or Purchaser shall mean TRIPURA STATE ELECTRICITY CORPORATION LIMITED (TSECL) and shall include their legal representatives, successors and assigns. Contractor or Manufacturer shall mean the Bidder whose bid shall be accepted by TSECL for award of the Works and shall include such successful Bidders legal representatives, successors and permitted assigns. Sub-contractor shall mean the person named in the Contract for any part of the Works or any person to whom any part of the Contract has been sublet by the Contractor with the consent in writing of the owners Engineer in charge of the work and shall include the legal representatives, successors and permitted assigns of such person. Consulting Engineer/Consultant shall mean any firm or person duly appointed as such from time to time by TSECL .. The terms Equipment, Stores and Materials shall mean and include equipment, stores and materials to be provided by the Contractor under the Contract. Works shall mean and include the furnishing of equipment, labour and services, as per the Specifications and complete erection, testing and putting into satisfactory operation including all transportation, handling, unloading and storage at the Site as defined in the Contract. Specifications shall mean the Specifications and Bidding Documents forming a part of the Contract and such other schedules and drawings as may be mutually agreed upon. Site shall mean and include the land and other places on, into or through which the works and the related facilities are to be erected or installed and any adjacent land, paths, street or reservoir which may be allocated or used by TSECL or Contractor in the performance of the Contract. The term Contract Price shall mean the item wise price / lump-sum price quoted by the Contractor in his bid with additions and/or deletions as may be agreed and incorporated in the Letter of Award, for the entire scope of the works. The term Equipment Portion of the Contract price shall mean the ex-works value of the equipment. The term Erection Portion of the Contract price shall mean the value of field activities of the works including erection, testing and putting into satisfactory operation including successful completion of performance and guarantee tests to be performed at Site by the 24

1.0 1.1.

1.2. 1.3.

1.4.

1.5. 1.6. 1.7.

1.8. 1.9.

1.10.

1.11. 1.12.

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) Contractor including cost of insurances. 1.13. Manufacturers Works or Contractors Works, shall mean the place of work used by the manufacturer, the Contractor, their collaborators/associate or sub-contractors for the performance of the Contract. Inspector shall mean TSECL or any person nominated by TSECL from time to time, to inspect the equipment; stores or Works under the Contract and/or the duly authorized representative of TSECL. Notification of Award of Contract/Letter of Award/Telex of Award shall mean the official notice issued by TSECL notifying the Contractor that his bid has been accepted. Date of Contract shall mean the date on which Notification of Award of Contract/Letter of Award/Telex of Award has been issued. Month shall mean the calendar month. Day or Days, unless herein otherwise expressly defined, shall mean calendar day or days of 24 hours each. A Week shall mean continuous period of seven (7) days. Writing shall include any manuscript, type written or printed statement, under or over signature and/or seal as the case may be. When the words Approved. Subject to Approval, Satisfactory, Equal to, Proper, Requested, As Directed, Where Directed, When Determined by, Accepted, Permitted, or words and phrases of like importance are used, the approval, judgment, direction etc. is understood to be a function of TSECL. Test on Completion shall mean such tests as prescribed in the Contract to be performed by the Contractor before the work is Taken Over by TSECL. Start Up shall mean the time period required to bring the equipment covered under the Contract from an inactive condition, when construction is essentially complete, to the state ready for trial operation. The start up period shall include preliminary inspection and checkout of equipment and supporting sub-system, initial operation of the complete equipment covered under the Contract to obtain necessary pre-trial operation data, perform calibration and corrective action, shut down, inspection and adjustment prior to the trial operation period. Initial Operation shall mean the first integral operation of the complete equipment covered under the Contract with the sub-system and supporting equipment in service or available for service. Trial Operation, Reliability Test, Trial Run, Completion Test shall mean the extended period of time after the start up period. During this trial operation period, the unit shall be operated over the full load range. The length of Trial Operation shall be as determined by the Engineer of TSECL unless otherwise specified elsewhere in the Contract. Performance and Guarantee Test shall mean all operational checks and tests required to determine and demonstrate capacity, efficiency and operating characteristics as specified in the Contract Documents. The term Final Acceptance / Taking Over shall mean written acceptance of the Works 25

1.14.

1.15. 1.16. 1.17. 1.18. 1.19. 1.20.

1.21. 1.22.

1.23.

1.24.

1.25.

1.26.

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) performed under the Contract by TSECL, after successful commissioning/completion of Performance and Guarantee Tests, as specified in the accompanying Technical Specification or otherwise agreed in the Contract. 1.27. Commercial Operation shall mean the Conditions of Operation in which the complete equipment covered under the Contract is officially declared by TSECL to be available for continuous operation at different loads upto and including rated capacity. Such declaration by TSECL, however, shall not relieve or prejudice the Contractor of any of his obligations under the Contract. Guarantee period/Maintenance Period shall mean the period during which the Contractor shall remain liable for repair or replacement of any defective part of the works performed under the contract. Latent Defects shall mean such defects caused by faulty designs, material or work man ship which cannot be detected during inspection, testing etc, based on the technology available for carrying out such tests. Drawings, Plans shall mean all: a) b) c) d) e) Drawing furnished by TSECL as a basis for Bid Proposals. Supplementary drawings furnished by TSECL to clarify and define in greater detail the intent of the Contract. Drawings submitted by the Contractor with his Bid provided such drawings are acceptable to TSECL. Drawings furnished by TSECL to the Contractor during the progress of the Work; and Engineering data and drawings submitted by the Contractor during the progress of the Work provided such drawings are acceptable to the Executive Engineer in charge of the work.

1.28.

1.29.

1.30.

1.31.

Codes shall mean the following including the latest amendments and / or replacement, if any: a) b) c) d) e) f) g)
h)

A.S.M.E. Test Codes. A.I.E.E. Test Codes. American Society of Testing Materials Codes. Standards of the Indian Standards Institutions. I.E.E. standards. I.E.C. standards. Other Internationally approved standards and / or Rules and Regulations touching the subject matter of the Contract.
Indian Electricity Rules.

1.32.

Words imparting Person shall include firms, companies, corporation and association or bodies of individuals. 26

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 1.33. Terms and expressions not herein defined shall have the same meaning as are assigned to them in the Indian Sale of Goods Act (1930), failing that in the Indian Contact Act (1872) and failing that in the General Clauses Act (1897) including amendments thereof if any. In addition to the above the following definitions shall also apply. a) b) c) 2.0 All equipment and materials to be supplied shall also mean Goods. Constructed shall also mean erected and installed Contract Performance Guarantee shall also mean Contact Performance Security

1.34.

APPLICATION These General Conditions shall apply to the extent that they are not superseded by provisions in other parts of the Contract. STANDARDS The Goods supplied under this Contract shall conform to the standards mentioned in the Various Technical Specifications and when no applicable standard is mentioned to the authoritative standard appropriate to the Goods and such standards shall be the latest issued by the concerned institution. LANGUAGE AND MEASURES All documents pertaining to the Contract including specification, Schedules, notices, correspondence, operating and maintenance instructions, drawings or any other writing shall be written in English language. The Metric System of measurement shall be used exclusively in the Contract. CONTRACT DOCUMENTS The term Contract Documents shall mean and include the following which deemed to form an integral part of the Contract: a) shall be

3.0

4.0

5.0 5.1.

Invitation of Bid including letter forwarding the Bidding Documents, Instructions to Bidders, General Terms and Conditions of Contract, Erection Conditions of Contract and all other documents included under the Special Conditions of Contract and various other sections. Specifications of the equipment to be furnished and erected under the Contract as brought out in the accompanying Technical Specification. Contractors Bid proposal and the documents attached there-to including the letter of clarifications thereto between the Contractor and TSECL prior to the Award of Contract. All the materials, literature, data and information of any sort given by the Contractor along with his bid, subject to the approval of TSECL. Letter of Award and any agreed variations of the conditions of the documents and special terms and conditions of contract if any.

b) c)

d) e) 6.0

USE OF THE CONTRACT DOCUMENTS AND INFORMATION The Contractor shall not communicate or use in advertising, publicity, sales releases or in any other medium, photographs or other reproduction of the Works under this contract, or 27

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) descriptions of the site, dimensions, quantity, quality, or other information, concerning the Works unless prior written permission has been obtained from TSECL. 7.0 JURISDICTION OF CONTRACT The laws applicable to the Contract shall be the laws in force in India. The Courts of Agartala shall have exclusive jurisdiction in all matters arising under this Contract. MANNER OF EXECUTION OF CONTRACT The contractor should attend the concerned office of TSECL within 15(fifteen) days from the date of issue of the Letter of Award to the Contractor for signing the contract agreement. The Contractor shall provide for signing of the Contract, Performance Guarantee, appropriate power of attorney and other requisite materials. 8.2. 8.3. The Agreement shall be signed in two originals and the Contractor shall be provided with one signed original and the rest shall be retained by TSECL. The Contractor shall provide free of cost to TSECL all the engineering data, drawings, and descriptive materials submitted with the Bid, in at least six (6) copies to form a part of the contract immediately after issue of Letter of Award. Subsequent to signing of the Contract, the Contractor, at his own cost, shall provide TSECL with at least five (5) true copies of Agreement and one soft copy including 3(three) hard copies of the approved drawings within fifteen (15) days after the signing of the Contract. ENFORCEMENT OF TERMS The failure of either party to enforce at any time any of the provisions of this Contract or any rights in respect thereto or to exercise any option therein provided, shall in no way be construed to be a waiver of such provisions, rights or options or in anyway to affect the validity of the Contract. The exercise by either party of any of its rights herein shall not prejudice either party from exercising the same or any other right it may have under the Contract. COMPLETION OF CONTRACT Unless otherwise terminated under the provisions of any other relevant clause, this Contract shall be deemed to have been completed on the date stipulated in the NIT.

8.0 8.1.

8.4.

9.0 9.1.

10.0 10.1.

GUARANTEE & LIABILITIES


11.0 11.1. TIME THE ESSENCE OF CONTRACT The time and the date of completion of the Contract as stipulated in the Contract by TSECL without or with modifications, if any, and so incorporated in the Letter of Award, shall be deemed to be the essence of the Contract. The Contractor shall so organize his resources and perform his Work as to complete it not later than the date agreed to. The Contractor shall submit a detailed BAR CHART / PERT NETWORK consisting of adequate number of activities covering various key phases of the Work such as design, 28

11.2.

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) procurement, manufacturing, shipment and field erection activities within fifteen (15) days of the date of Notice of Award of Contract. This Bar Chart shall also indicate the interface facilities to be provided by TSECL and the dates by which such facilities are needed. The Contractor shall discuss with TSECL for finalization and approval of the Bar Chart by TSECL. The agreed Bar Chart shall form part of the contract documents. During the performance of the Contract, if in the opinion of the owners Engineer in charge of the work, proper progress is not maintained, suitable changes shall be made in the Contractors operations to ensure proper progress without any cost implication to TSECL. The interface facilities to be provided by TSECL in accordance with the agreed Bar Chart shall also be reviewed while reviewing the progress of the Contractor. 11.3. 11.4. Based on the agreed Bar Chart fortnightly reports shall be submitted by the Contractor as directed by the owners Engineer in charge of the work. Subsequent to the finalization of the Bar Chart, the Contractor shall make available to the owners Engineer in charge of the work a detailed manufacturing programme in line with the agreed Contract Bar Chart. Such manufacturing programme shall be reviewed, updated and submitted to the owners Engineer in charge of the work once in every month thereafter. The above Bar Charts/manufacturing programme shall be compatible with TSECL computer environment and furnished to TSECL on such media as may be desired by TSECL. EFFECTIVENESS OF CONTRACT The Contract shall be considered as having come into force from the date of the Notification of Award, unless otherwise provided in the Notification of Award. LIQUIDATED DAMAGES For Equipment Portion (Excluding Spares)

11.5. 12.0

13.0 13.1.

13.1.1. If the Contractor fails to successfully complete the commissioning within the time fixed under the Contract, the Contractor shall pay to TSECL as liquidated damages and not as penalty a sum specified for each specified period of delays. The details of such liquidated damages are brought out in the accompanying Special Conditions of Contract. 13.1.2. Equipment and materials will be deemed to have been delivered only when all its components, parts are also delivered. If certain components are not delivered in time, the equipment and materials will be considered as delayed until such time the missing parts are also delivered. 13.1.3. The total amount of liquidated damages for delay under the Contract will be subject to a maximum of 5% of the Contract price. 13.2. For Spares 13.2.1. The liquidated damages for delay in supply of spares, beyond the dates stipulated under clause 35 of Section - III shall be % (Half per cent) of the price of undelivered spares, per week or part thereof. 13.2.2. The total amount of liquidated damages for delay under the Contract shall be subject to a maximum of ten per cent (10%) of the value of spares ordered unless otherwise specifically mentioned in Special Conditions of Contract. 29

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 14.0 14.1. GUARANTEE The Contractor shall warrant that the equipment shall be new, unused and in accordance with the contract documents and free from defects in material and workmanship for a period of Twelve (12) calendar months commencing immediately upon the satisfactory commissioning. The Contractors liability shall be limited to the replacement of any defective parts in the equipment of his own manufacture or those of his sub-contractors under normal use and arising solely from faulty design, materials and/or workmanship provided always that such defective parts are repairable at the site and are not in the meantime essential in the commercial use of the equipment. Such replaced/defective parts shall be returned to the Contractor unless otherwise arranged. No repairs or replacement shall normally be carried out by owners Engineer in charge (Deputy General Manager / Senior Manager) of the work when the equipment is under the supervision of the Contractors supervisory engineer. In the event of any emergency, where in the judgment of the owners Engineer in Charge of work, delay would cause serious loss or damages, repairs or adjustment may be made by him or a third party chosen by him without advance notice to the Contractor and the cost of such work shall be paid by the Contractor. In the event such action is taken by the Deputy General Manager / Senior Manager in Charge of work, the Contractor shall be notified promptly and he shall assist wherever possible in making necessary corrections. This shall not relieve the Contractor of his liabilities under the terms and conditions of the Contract. If it becomes necessary for the Contractor to replace or renew any defective portions of the Works, the provision of this clause shall apply to portion of the Works so replaced or renewed until the expiry of Twelve (12) months from the date of such replacement or renewal. If any defects are not remedied within a reasonable time, the Deputy General Manager / Senior Manager in Charge of work may proceed to do the work at the Contractors risk and cost, but without prejudice to any other rights which TSECL may have against the Contractor in respect of such defects. The repaired or new parts shall be furnished and erected free of cost by the Contractor. If any repair is carried out on his behalf at the site, the Contractor shall bear the cost of such repairs. The cost of any special or general overhaul rendered necessary during the maintenance period due to defects in the equipment or defective work carried out by the Contractor shall be borne by the Contractor. The acceptance of the equipment by the Deputy General Manager / Senior Manager in Charge of work shall in no way relieve the Contractor of his obligation under this clause. In the case of those defective parts, which are not repairable at site but are essential for the commercial operation of the equipment, the Contractor and the Owners Engineer in Charge of work shall mutually agree to a programme of replacement or renewal, which shall minimize interruption to the maximum extent in the operation of the equipment. At the end of the guarantee period, the Contractors liability ceases except for latent defects. For latent defects, the Contractors liability as mentioned in clause nos. 14.1 through 14.7 above shall remain till the end of 5 years from the date of commissioning. In respect of goods supplied by sub-contractors to the Contractor, where a longer guarantee 30

14.2.

14.3.

14.4.

14.5.

14.6. 14.7.

14.8.

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) (more than 12 months) is provided by such sub-contractor, TSECL shall be entitled to the benefits of such longer guarantee. 14.9. The provisions contained in this clause shall not be applicable: a) If TSECL has not used the equipment according to the generally approved industrial practice and in accordance with the conditions of operations specified and in accordance with operating manuals, if any. In cases of normal wear and tear of the parts to be specifically mentioned by the Contractor in the offer.

b) 15.0

TAXES, PERMITS & LICENCES The Contractor shall be liable and pay all non-Indian taxes, duties, levies lawfully assessed against TSECL or the Contractor in pursuance of the Contract. In addition, the Contractor shall be responsible for payment of all Indian duties, levies and taxes lawfully assessed against this contract. REPLACEMENT OF DEFECTIVE PARTS AND MATERIALS during the performance of the Contract, owners Engineer in charge of the work shall decide and inform in writing to the Contractor that the Contractor has manufactured any equipment, material or part of equipment unsound and imperfect or has furnished any equipment inferior to the quality specified, the Contractor on receiving details of such defects or deficiencies shall at his own expense within Seven (7) days of his receiving the notice, or otherwise, within such time as may be reasonably necessary for making it good, proceed to alter, reconstruct or remove such works and furnish fresh equipment/materials upto the standards of the specifications. In case, the Contractor fails to do so, the Owners Engineer in charge of the work may on giving the Contractor Seven (7) days notice in writing of his intentions to do so, proceed to remove the portion of the works so complained of and at the cost of the Contractor perform all such work or furnish all such equipment/materials. The Contractors full and extreme liability under this clause shall be satisfied by the payment to TSECL of the extra cost, of such replacement procured including erection as provided for in the Contract, such extra cost being the ascertained difference between the price paid by TSECL for such replacements and the Contract Price by portion for such defective equipment/materials/works and repayments of any sum paid by TSECL to the Contractor in respect of such defective equipment/material. Should TSECL not so replace the defective equipment/materials, the Contractors extreme liability under this clause shall be limited to repayment of all sums paid by TSECL under the Contract for such defective equipment/materials. PATENT RIGHTS AND ROYALTIES Royalties and fees for patents covering materials, articles, apparatus, devices, equipment or processes used in the Works shall be deemed to have been included in the Contract Price. The Contractor shall satisfy all demands that may be made at any time for such royalties or fees and he alone shall be liable for any damages or claims for patent infringements and shall keep TSECL indemnified in that regard. The Contractor shall, at his own cost and expense, defend all suits or proceedings that may be instituted for alleged infringement of any patents involved in the Works, and, in case of an award of damages, the Contractor shall pay for 31

16.0 16.1.

16.2.

17.0

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) such award. In the event of any suit or other proceedings instituted against TSECL, the same shall be defended at the cost and expense of the Contractor who shall also satisfy/comply with any decree, order or award made against TSECL. But it shall be understood that no such machine, plant, work, material or thing has been used by TSECL for any purpose or any manner other than that for which they have been furnished and installed by the Contractor and specified under these specifications. Final payment to the Contractor by TSECL shall not be made while any such suit or claim remains unsettled. In the event any apparatus or equipment, or any part thereof furnished by the Contractor, is in such suit or proceedings held to constitute infringement, and its use is enjoined, the Contractor shall at his option and at his own expense, either procure for TSECL, the right to continue the use of said apparatus, equipment or part thereof, replace it with non-infringing apparatus or equipment or modify it, so it becomes non-infringing. 18.0 DEFENCE OF SUITS If any action in court is brought against TSECL for the failure, omission or neglect on the part of the Contractor to perform any acts, matters, or things under the Contract, or for damage or injury caused by the alleged omission or negligence on the part of the Contractor, his agents, representatives or his Sub-Contractors, or in connection with any claim based on lawful demands of Sub-Contractors, workmen, suppliers or employees, the Contractor shall in all such cases indemnify and keep TSECL, from all losses, damages, expenses or decrees arising of such action. LIMITATION OF LIABILITIES The final payment by TSECL in pursuance of the Contract shall mean the release of the Contractor from all his liabilities under the Contract. Such final payment shall be made only at the end of the Guarantee/Warranty Period, and till such time as the contractual liabilities and responsibilities of the Contractor, shall prevail. All other payments made under the Contract shall be treated as on-account payments. POWER TO VARY OR OMIT WORK No alterations, amendments, omissions, suspensions or variations of the Works (hereinafter referred to as variation) under the Contract as detailed in the Contract Documents, shall be made by the Contractor except as directed in writing by owners Engineer in charge of the work, but he shall have full powers subject to the provisions hereinafter contained, from time to time during the execution of the Contract, by notice in writing to instruct the Contractor to make such variation without prejudice to the Contract. The Contractor shall carry out such variation and be bound by the same conditions as far as applicable as though the said variations occurred in the Contract Documents. If any suggested variations would, in the opinion of the Contractor, if carried out, prevent him from fulfilling any of his obligations or guarantees under the Contract, he shall notify the Engineer thereof in writing and the Engineer shall decide forthwith whether or not, the same shall be carried out and if the Engineer confirm his instructions, the Contractors obligations and guarantees shall be modified to such an extent as may be mutually agreed. Any agreed difference in cost occasioned by any such variation shall be added to or deduced from the Contract Price as the case may be. In the event of the Engineer requiring any variation, a reasonable and proper notice shall be given to the Contractor to enable him to work his arrangement accordingly, and in cases 32

19.0

20.0 20.1.

20.2.

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) where goods or materials are already prepared or any design, drawings or pattern made or work done requires to be altered, a reasonable and agreed sum in respect thereof shall be paid to the Contractor. 20.3. In any case in which the Contractor has received instructions from the Deputy General Manager / Senior Manager in charge of the work as to the requirement of carrying out the alterations or additional or substituted work which either then or later on, shall in the opinion of the Contractor, involve a claim for additional payment, the Contractor shall immediately and in no case later than Thirty (30) days, after receipt of the instructions aforesaid and before carrying out the instructions, advise the Owners Engineer in charge of the work to that effect. But the Owners Engineer in charge of the work shall not become liable for the payment of any charges in respect of any such variations, unless the instructions for the performance of the same shall be confirmed in writing by the Deputy General Manager in charge of the work. If any variation in the Works results in reduction of Contract Price, the parties shall agree, in writing, to the extent of any change in the price, before the Contractor proceeds with the change. In all the above cases, in the event of a disagreement as to the reasonableness of the said sum, the decision of owners Engineer in charge of the work shall prevail. Notwithstanding anything stated above in this clause, owners Engineer in charge of the work shall have the full power to instruct the Contractor, in writing, during the execution of the Contract to vary the quantities of the items or groups of items in accordance with the provisions of clause entitled Change of Quantity in Section III. The Contractor shall carry out such variations and be bound by the same conditions as though the said variations occurred in the Contract Documents. ASSIGNMENT AND SUB-LETTING OF CONTRACT The Contractor may, after informing owners Engineer in charge of the work and getting his written approval, assign or sub-let the Contract or any part thereof other than supply of main equipments and any part of the plant for which makes are identified in the Contract. Suppliers of the equipment not identified in the Contract or any change in the identified suppliers shall be subjected to approval by the owners Engineer in charge of the work. The experience list of equipment Contractors under consideration by the Contractor for this Contract shall be furnished to the owners Engineer in charge of the work for approval, prior to procurement of all such items/equipment. Such assignment/sub-letting shall not relieve the Contractor of any obligation, duty or responsibility under the Contract. Any assignment as above, without prior written approval of the owners Engineer in charge of the work, shall be void. For components/equipment procured by the Contractor for the purposes of the Contract, after obtaining the written approval of TSECL, the Contractors purchase specifications and enquiries shall call for quality plan to be submitted by the suppliers along with their proposals. The quality plans called for from the Contractors shall set out, during the various stages of manufacture and installation, the quality practices and procedures followed by the Contractors quality control organization, the relevant reference document/standard used, acceptance level, inspection documentation raised, etc. Such quality plans of the successful 33

20.4.

20.5. 20.6.

21.0 21.1.

21.2.

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) Contractors shall be discussed and finalized in consultation with the owners Engineer in charge (Deputy General Manager / Senior Manager) of the work and shall form part of the purchase order/contract between the Contractor and the Contractor. Within three weeks of the release of the purchase orders/contracts for such bought out items/components, a copy of the same without price details but together with detailed purchase specifications, quality plans and delivery conditions shall be furnished to the owners Engineer in charge of the work by the Contractor. 22.0 22.1. CHANGE OF QUANTITY During the execution of the Contract, TSECL reserves the right to increase or decrease the quantities of items under the Contract but without any change in unit price or other terms & conditions. Such variations shall not be subjected to any limitation for the individual items but the total variations in all such items including items not covered under the Contract shall be limited to 25%. The Contract price shall accordingly be adjusted based on the unit rates available in the Contract for the change in quantities as above. The base unit rates, as identified in the Contract shall however remain constant during the currency of the Contract, except as provided for in clause 31.0 below. In case, the unit rates are not available in the contract, the same shall be worked out as below: If the rates for the additional, altered or substituted work are specified in the contract, the contractor is bound to carry the additional, altered or substituted work at the same rates as are specified in the contract. If the rates for the additional, altered or substituted work are not specifically provided in the contract, the rates will be derived from a similar class of work as are specified in the contract. If the rates for the additional, altered or substituted work includes any work for which no rate is specified in the contract / can not be derived from the similar class of work in the contract, then such work shall be carried out at the rates which will be determined on the basis of current schedule of rate of TSECL above minus / plus the percentage which the total contract amount bears to the estimated cost put to tender. Provided always if the rate for particular part or parts of the item is not available in the schedule of rates, the rate of such part or parts will be determined by TSECL of the work on the basis of the prevailing market rate when the work was done. If the rates for the additional, altered or substituted work can not be determined in the manner specified in sub-clause i, ii & iii above, then the contractor shall within 7(Seven) days of receipt of order to carry out the order, inform the owners Engineer in charge of the work of rate which it is his intention to charge for such class of work, supported by analysis of rate or rates claimed, and TSECL shall determine the rate or rates claimed with mutual settlement with the contractor. The deviation limit referred to above is the net effect (algebraically sum) of all additions and deductions ordered. 34

22.2.

i)

ii)

iii)

iv)

v)

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)
vi)

Time for the completion for the work shall be extended in the proportion that the altered, additional or substituted work bears to the original contract of the work and the certificate of the owners Engineer in charge (Deputy General Manager / Senior Manager) of the work shall be conclusive for approval of the time extension by TSECL. PAKCING, FORWARDING AND SHIPMENT The Contractor, wherever applicable, shall after proper painting, pack and crate all equipment in such a manner as to protect them from deterioration and damage during rail and road transportation to the site and storage at the site till the time of erection. The Contractor shall be held responsible for all damages due to improper package. The Contractor shall notify the owners Engineer in charge of the work of the date of each shipment from his works, and the expected date of arrival at the site. The Contractor shall also give all shipping information concerning the weight, size and content of each packing including any other information the owners Engineer in charge of the work may require. The Contractor shall prepare detailed packing list of all packages and containers, bundles and loose materials forming each and every consignment dispatch to Site. The Contractor shall further be responsible for making all necessary arrangements for loading, unloading and other handling, right from his works up to the Site and also till the equipment is erected, tested and commissioned. He shall be solely responsible for proper storage and safe custody of all equipment.

23.0 23.1.

23.2. 23.3.

23.4.

24.0

CO-OPERATION WITH OTHER CONTRACTORS AND CONSULTING ENGINEERS The Contractor shall agree to cooperate with the TSECLs Consulting Engineers and freely exchange with them such technical information, as is necessary to obtain the most efficient and economical design and to avoid unnecessary duplication of efforts. The owners Engineer in charge(Deputy General Manager / Senior Manager) of the work shall be provided with three copies of all correspondence addressed by the Contractor to the consulting Engineers of TSECL in respect of such exchange of technical information. NO WAIVER OF RIGHTS Neither the inspection by TSECL nor any order by TSECL for payment of money or any payment for or acceptance of, the whole or any part of the Works by the owners Engineer in charge of the work, nor any extension of time, nor any possession taken by the owners Engineer in charge of the work shall operate as a waiver of any provision of the Contract, or of any power herein reserved to TSECL or any right to damages herein provided nor shall any waiver of any breach in the Contract be held to be a waiver of any other or subsequent breach. CERTIFICATE NOT TO AFFECT RIGHT OF TSECL AND LIABILITY OF CONTRACTOR. No interim payment certificate of the owners Engineer in charge of the work, nor any sum 35

25.0

26.0

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) paid on account by TSECL, nor any extension of time for execution of the Works granted by TSECL shall affect or prejudice the rights of TSECL against the Contractor or relieve the Contractor of his obligation for the due performance of the Contractor, or be interpreted as
approval of the Works done or of the equipment furnished and no certificate shall create liability for TSECL to pay for alterations, amendments, variations or additional works not ordered, in writing, by the owners Engineer in charge of the work or discharge the liability of the Contractor for the payment of damages whether due, ascertained or certified or not or any sum against the

payment of which he is bound to indemnify TSECL, nor shall any such certificate nor the acceptance by him of any sum paid on account or otherwise affect or prejudice the rights of TSECL against the Contractor. 27.0 27.1. INSPECTION AND TESTING OF EQUIPMENTS / MATERIALS All equipments / materials shall be dispatched by the contractor only after issuance of Materials Inspection Clearance Certificate (MICC) by the inspecting officer / team of TSECL officials unless otherwise waived by TSECL during execution of the contract in special circumstances. After manufacturing or at the stage of dispatch of equipments / materials the contractor shall give intimation to the owners Engineer in charge of the work for conducting inspection of equipments / materials at manufactures works or at recognized testing laboratories to be arranged by the contractor. The intimation shall be made at least 15(fifteen) days before the equipments / materials become ready for dispatch. Testing of equipments / materials as specified above shall be conducted at the risk and cost of the contractor. The contractor shall also bear the to and fro traveling, food and lodging charges of the inspecting officer / team of TSECL. PROGRESS REPORTS AND PHOTOGRAPHS During the various stages of the Work in the pursuance of the Contract, the Contractor shall at his own cost submit periodic progress reports as may be reasonably required by the owners Engineer in charge of the work with such materials as, charts, Bar Charts, photographs, test certificates, etc. Such progress reports shall be in the form and size as may be required by the owners Engineer in charge of the work and shall be submitted in at least Three (3) copies. EXTENSION OF TIME TSECL may consider to grant time extension for completion of the work if it is felt absolutely essential on fulfillment of following conditions by the Contractor:a) The contractor must apply to the Engineer-In-charge in writing for extension of time so required justifying the necessity. b) Such application must state the grounds which hindered the contractor in the execution of the work within the time as stipulated in the contract document. c) Such application must be made within 30 days of the date on which such hindrance had arisen. d) The Engineer-in charge must be of the opinion that the grounds shown for the 36

27.2.

27.3.

28.0

29.0 29.1.

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) extension of time are reasonable and without extension of such time completion of the work is practically impossible. 29.2. The Engineer-In- Charge(Deputy General Manager) will have full powers, but the orders on the application of the Contractor accepted by the Authorities higher than the Engineer-In-Charge shall be issued by him only after written approval from the concerned authority higher than Engineer-In-Charge. The opinion of the Engineer- in- charge(Deputy General Manager), whether the grounds shown for the time are or are not reasonable, is final. If the Engineer- in- charge is of the opinion that the grounds shown by the supplier/ contractor are not reasonable and declines to grant extension to time, the supplier/contractor cannot challenge. TAKING OVER Upon successful completion of all the tests to be performed at Site on equipment furnished and erected by the Contractor, the owners Engineer in charge of the work shall issue to the Contractor a Taking over Certificate as a proof of the final acceptance of the equipment. Such certificate shall not unreasonably be withheld. CONTRACT SECURITY AND PAYMENTS 31.0 CONTRACT PERFORMANCE GUARANTEE The Contractor shall furnish Contract Performance Guarantee as specified in Clause 6.0 of Section - I for the proper fulfillment of the Contract within Fifteen (15) days of Notice of Award of Contract. CONTRACT PRICE ADJUSTMENT All prices / price components of the contract shall remain firm and no adjustment of price, whatsoever, shall be applicable during the currency of contract PAYMENT The payment to the Contractor for the performance of the Works under the Contract will be made by TSECL as per the guidelines and conditions specified herein. All payment made during the Contract shall be on account payments only. The final payment will be made on completion of all Works and on completion of Warranty / Guaranty Period including fulfillment by the Contractor of all his liabilities under the Contract. Currency of Payment All payments under the Contract shall be in Indian Rupees only. 33.3. Due Dates for Payments TSECL will make progressive payment as and when the payment is due as per the terms of payment set forth as herein after. 34.0 Mode of Payment 37

29.3.

30.0

32.0

33.0 33.1.

33.2.

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 34.1. 34.2. Payment due on supply / erection of Equipment & materials / services shall be made by the owners Engineer in charge of the work through account payee Banker cheque. TERMS OF PAYMENT The terms of payments for various activities under the contract are as under. 34.2.1. Price of Supply and Erection The terms of payments for price of all equipment / materials and erection are detailed herein after. A) Supply of Hardware, cable accessories, other sundry/ materials excepting Spares, Tools & Plant. i) a. b. 70% of the cost of materials after: Acknowledgement of Letter of Award. Submission of contract performance guarantee as per clause 6.0 (Section I) in the shape of demand draft in favour of Tripura State Electricity Corporation Limited payable at SBI, TLA House Branch, Agartala, West Tripura.. Submission of a detailed Bar Chart based on the work schedule stipulated in the Bid document and its approval by TSECL. Signing of contract agreement. On production of dispatch documents(Delivery Challan in original) including the material inspection clearance certificate (MICC) issued by the inspecting officer / team of TSECL. Finally, on receipt of materials at site. (Store receipt voucher (SRV) issued by an officer not below the rank of Senior Manager or Manager In- charge) Insurance policy/certificate. Manufacturers/Contractors guarantee certificate of quality of supplied equipments and materials.

c. d. e.

f.

g. h.

Progressive bill value for supplied of equipments/materials shall not less than Rs. 1.00 Crore.

be

ii) iii) B)

Balance 20% of the cost of materials / Cable accessories /Hardware / other sundry materials etc. after successful erection at site. Balance 10% of the cost after successful commissioning.

For the Erection Component a. 90% on successful erection of materials / Cable accessories /Hardware / other sundry materials etc as per lay-out drawing / Erection Schedule / Erection Key Diagram submitted by the bidder and approved by TSECL. Balance 10% of the erection cost of materials / Cable accessories /Hardware / 38

b.

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) other sundry materials etc. after successful commissioning. c. C) Progressive bill value for erection / laying component shall not be less than Rs. 150.00 lakh.

For the Spares & Tools & Plant 100% on receipt of the Spares and Tools & Plants in full and good condition.

34.2.2. Price adjustment/Contract Variation Any increases in Contract Price due to price adjustment provision as per Clause 32.0 of this section, shall be payable in the similar manner as provided in clause 34.2.2 above. Any reduction in Contract Price as per price adjustment provision given in clause 32.0 of this Section shall be effected by recovering 100% of the reduction amount (including the advance) from any of the Contractors bills falling immediately due for payment. All further payments for contract variations in terms of clause 20.0 and Sub-clause 22.1 (if any) under the Contract shall be made on submission of invoices with supporting documents by the contractor and on final acceptance by TSECL as stipulated in the Contract document after signing the Contract Agreement. 34.2.3. Spares 34.2.3.1. The Ex-works price components including packing and forwarding charges of spares shall be paid as indicated below: a) On receipt and storage at Site and on physical verification by the owners Engineer in charge of the work. 35.0 DEDUCTION FROM CONTRACT PRICE All costs, damages or expenses which TSECL may have paid, for which under the Contract, the Contractor is liable, will be deducted from the progressive bill of the contractor. SPARES All the spares for the equipment under the Contract will, strictly, conform to the specification and documents and will be identical to the corresponding main equipment / components supplied under the Contract and shall be fully interchangeable. All the mandatory spares covered under the Contract shall be produced along with the main equipment as a continuous operation and the delivery of the spares will be affected along with the main equipment in a phased manner and the delivery would be completed by the respective dates for the various categories of equipment as per the agreed Bar chart. In case of recommended spares, the above will be applicable provided the order for the recommended spares has been placed with the Contractor prior to commencement of manufacture of the main equipment The quality plan and the inspection requirement finalized for the main equipment will also be applicable for the corresponding spares. 39

36.0 36.1.

36.2.

36.3.

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 36.4. The Contractor will provide TSECL with the manufacturing drawings, catalogues, assembly drawings and any other documents required by TSECL so as to enable the Owner to identity the recommended spares. Such details will be furnished to TSECL as soon as they are prepared but in any case not later than six months prior to commencement of manufacture of the corresponding main equipment. The Contractor will provide TSECL with all the addresses and particulars of his subsuppliers while placing the order on Contractors for items /components / equipment covered under the Contract and will further ensure with his Contractors that TSECL, if so desires, will have the right to place order (s) for spares directly on them on mutually agreed terms based on offers of such Contractors. WARRANTY FOR SPARES The Contractor shall warrant that all spares supplied will be new and in accordance with Contract Documents and will be free from defects in design, materials and workmanship and shall further guarantee as under: 36.6.1. for 3 years operational spares (both mandatory and recommended) a. For any item of spares ordered or to be ordered by TSECL for 3 years operational requirement of the plant which is manufactured as a continuous operation together with the corresponding main equipment/component, the warranty will be 12 months from the scheduled date of commercial operation of the last unit of main equipment under the Contract. In case of any failure in the original component/equipment due to faulty designs, materials and workmanship, the corresponding spare parts, if any, supplied will be replaced without any extra cost to TSECL unless a joint examination and analysis by TSECL and the Contractor of such spare parts prove that the defect found in the original part that failed, can safely be assumed not to be present in spare parts. Such replaced spare parts will have the same warranty as applicable to the replacement made for the defective original part/component provided that such replacement for the original equipment and the spare replaced are again manufactured together. The discarded spare parts will become the property of the Contractor as soon as they have been replaced by the Contractor. For the item of spares ordered / to be ordered by TSECL for 3 years operational requirement of the equipment, which with the written approval of the Owner, are not manufactured as a continuous operation together with the manufacture of the corresponding main equipment / component, will be warranted for 6000 hrs of trouble free operation, if used within a period of 18 months (reckoned from the date of delivery at Site). However, if such spare parts are put to use after 18 months of the delivery at site then the guarantee of such spares will stand valid till the expiry of 36 months from the scheduled date of the completion of commissioning of the last unit of equipment or 6000 hrs of trouble free operation after such spares are put in service, whichever is earlier. For long Term Requirement. For items of spares that may be ordered by TSECL to cover requirements beyond 3 years of initial operation of the plant, the warranty will be till the expiry of 6000 hrs 40

36.5.

36.6.

b.

c.

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) of trouble free operation if used within a period of 18 months from the date of delivery at Site. For items of spares that may be used after 18 months from the date of delivery at Site, the warranty period will be 12 months from the date they are put to use or 6000 hrs of trouble free operation, whichever is earlier. 36.6.2. The warranty of spares that are not used within 18 months from the respective dates of the delivery at Site covered in Para (b) & (c) above will, however, be subject to the condition that all such spares have been stored / maintained / preserved in accordance with Contractors standard recommended practice, if any, and the same have been furnished to TSECL. 36.6.3. To enable TSECL to finalize the requirement of recommended spares which are ordered subsequent to placement of order for main equipment in addition to necessary technical details, catalogue and such other information brought-out here-in-above, the Contractor will also provide a justification in support of reasonableness of the quoted prices of spares which will, inter-alia, include documentary evidence that the prices quoted by the Contractor are not higher than those charged by them from other customers in the same period. 36.6.4. In addition to the spares recommended by the Contractor, if TSECL further identifies certain particular items of spares, the Contractor will submit the prices and delivery quotations for such spares within 30 days of receipt of such request with validity period for 6 months for consideration of placement of order for additional spares, if TSECL so desires 36.6.5. The Contractor shall guarantee the long-term availability of spares to TSECL for the full life of the equipment covered under the Contract. The Contractor shall guarantee that before going out of production of spare parts of the equipment, he shall give at least twelve (12) months advance notice so that the latter may order his bulk requirement of spares, applicable to Sub-Contractor of any if he so desires. The same provision will also be spares by the Contractor or his Sub-Contractors. Further, in case of discontinuance of manufacture of any spares by the Contractor or his Sub-Contractors, the Contractor will provide TSECL, two years in advance, full manufacturing drawings, material specifications and technical information required by TSECL for the purpose of manufacture of such items. 36.6.6. Further in case of discontinuance of supply of spares by the Contractor or his Subcontractors, the Contractor will provide TSECL with full information for replacement of such spares with other equivalent makes, if so required by TSECL. 36.6.7. The prices of all future requirements of items of spares beyond 3 years operational requirement will be derived from the corresponding ex-works price at which the order for such spares have been placed by TSECL as part of mandatory spares or recommended spares. Ex-works order price of future spares shall be computed in accordance with the price adjustment provisions covered under the main Contract excepting that the base indices will be counted from he scheduled date of successful completion of trial operation of the last equipment under the main project and there will be no ceiling on the amount of narration in the prices. The above option for procuring future long term requirement of spares by TSECL shall remain valid for a period of 5 years from successful completion of commissioning of the last unit of equipment. 36.6.8. The Contractor will indicate in advance the delivery period of the items of spares, which TSECL may procure in accordance with above Sub-clause. In case of emergency requirements of spares, the Contractor would make every effort to expedite the manufacture 41

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) and delivery of such spares on the basis of mutually agreed time schedule. 36.6.9. In case the Contractor fails to supply the mandatory, recommended or long term spares in accordance with the terms stipulated above, TSECL shall be entitled to purchase the same from alternate sources at the risk and the cost of the Contractor and recover from the Contractor, the excess amount paid by TSECL over the rates worked out on the above basis. In the event of such risk purchase by TSECL, the purchases will be as per the works and procurement policy of TSECL prevalent at the time of such purchases and at his option, may include a representative of the Contractor in finalizing the purchases. 36.6.10. It is expressly understood that the final settlement between the parties in terms of the relevant clauses of the Bidding Documents shall not relieve the Contractor of any his obligations under the provision of long term availability of spares unless otherwise discharged in writing by TSECL. 37.0 37.1. TRANSFER OF THE TITLE This Transfer of Title of equipments / materials shall not be construed to mean the acceptance and the consequent Taking Over of equipment and materials. The Contractor shall continue to be responsible for the quality and performance of such equipment and materials and for their compliance with the specifications until Taking Over and the fulfillment of guarantee provisions of this Contract. This Transfer of Title shall not relieve the Contractor from the responsibility for all risks of loss or damage to the equipment and materials as specified under the clause entitled Insurance of this Section. INSURANCE The Contractor at his cost shall arrange, secure and maintain all insurance as may be pertinent to the Works and obligatory in terms of law to protect his interest and interests of TSECL against all perils detailed herein. The form and the limit of such insurance as defined herein together with the under-writer in each case shall be acceptable to TSECL. However, irrespective of such acceptance, the responsibility to maintain adequate insurance coverage at all times during the period of Construction & commissioning Contract shall be of the Contractor alone. The Contractors failure in this regard shall not relieve him of any of his contractual responsibilities and obligations. The insurance covers to be taken by the Contractor shall be in a joint name of TSECL and the Contractor. The Contractor shall, however, be authorized to deal directly with Insurance Company or Companies and shall be responsible in regard to maintenance of all insurance covers. Further the insurance should be in freely convertible currency. Any loss or damage to the equipment or any material(specified in the Schedule) during handling, transportation, storage, erection, putting into satisfactory operation and all activities to be performed till the successful completion of commissioning of the equipment shall be to the account of the Contractor. The Contractor shall be responsible for preference of all claims and make good the damages or loss by way of repairs and/or replacement of the equipment, damaged or lost. The transfer of title shall not in any way relieve the Contractor of the above responsibilities during the period of Construction & commissioning 42

37.2.

38.0 38.1.

38.2.

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) Contract. The Contractor shall provide TSECL with copy of all insurance policies and documents taken out by him in pursuance of the Construction & commissioning Contract. Such copies of documents shall be submitted to TSECL immediately after such insurance coverage. The Contractor shall also inform TSECL in writing at least Sixty (60) Days in advance regarding the expiry/cancellation and/or change in any of such documents and ensure revalidation, renewal etc., as may be necessary well in time. 38.3. The perils required to be covered under the insurance shall include, but not be limited to fire and allied risks, miscellaneous accidents (erection risks) workman compensation risks, loss or damage in transit, theft, pilferage, riot, strikes, social unrest and malicious damages, civil commotion, weather conditions, accidents of all kinds, etc. The scope of such insurance shall be adequate to cover the replacement / reinstatement cost of the equipment for all risks upto and including delivery of goods and other costs till the equipment is delivered at Site. The insurance policies to be taken should be on replacement value basis and/or incorporating escalation clause. Notwithstanding the extent of insurance cover and the amount of claim available from the underwriters, the Contractor shall be liable to make good the full replacement / rectification value of all equipment/materials and to ensure their availability as per project requirements. All costs on account of insurance liabilities covered under the Contract will be to Contractors account and will be included in Contract Price, However, TSECL may from time to time, during the pendency of the Contract, ask the Contractor in writing to limit the insurance coverage, risks and in such a case, the parties to the Construction & commissioning Contract will agree for a mutual settlement, for reduction in Contract price to the extent of reduced premium amount. The Contractor, while arranging the insurance shall ensure to obtain all discounts on premium, which may be available for higher volume or for reason of financing arrangement of the project. The clause entitled Insurance under the Section - IV, covers the additional insurance requirements for the portion of the works to be performed at the Site. LIABILITY FOR ACCIDENTS AND DAMAGES Under the Contract, the Contractor shall be responsible for loss or damage to the equipment until the successful completion of commissioning as defined else-where in the Bidding Documents. DELAYS BY TSECL OR HIS AUTHORISED AGENTS In case the Contractors performance is delayed due to any act on the part of TSECL or his authorized agents, then the Contractor shall be given due extension of time for the completion of the Works, to the extent of such act on the part of TSECL has caused delay in the Contractors performance of the Contract. Regarding reasonableness or otherwise of the extension of time, the decision of the TSECL shall be final. 41.0 DEMURRAGE, WHARFAGE, ETC. All demurrage, wharfage and other expenses incurred due to delayed clearance of the material or any other reason shall be to the account of the Contractor. 43

38.4.

38.5.

39.0

40.0 40.1.

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 42.0 42.1. FORCE MAJEURE Force majeure is herein defined as any cause which is beyond the control of the Contractor or TSECL as the case may be, which they could not foresee or with a reasonable amount of diligence could not have foreseen and which substantially affects the performance of the Contract, such as: a. Natural phenomena, including but not limited to floods, droughts, earthquakes and epidemics; b. Acts of any Government including but not limited to war, declared or undeclared, quarantines, and embargoes. Provided the contractor shall within Fifteen (15) days from the occurrence of such a cause notify TSECL in writing of such causes, acceptance of which will be given by TSECL after verification. 42.2. The Contractor or TSECL shall not be liable for delays in performing his obligations resulting from any force-majeure cause as referred to and / or defined above. The date of completion will, subject to hereinafter provided, be extended by a reasonable time. 43.0 43.1. SUSPENSION OF WORK TSECL reserves the right to suspend and reinstate execution of the whole or any part of the Works without invalidating the provisions of the Contract. Orders for Suspension or reinstatement of the Works will be issued by TSECL to the Contractor in writing. The time for completion of the works will be extended for a period equal to duration of the suspension. CONTRACTORS 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 TSECLs Engineer in charge (Deputy General Manager / Senior Manager) of the work in connection with the works or shall contravene the provisions of the Contract, TSECL may give notice in writing to the Contractor to make good the failure, neglect or contravention complained of. Should the Contractor fail to comply with the notice within Thirty (30) days from the date of serving the notice, then and in such case TSECL 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 TSECL 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 Contractors hands and re-contract with any other person or persons to complete the works or any part thereof and in that event TSECL shall have free use of all Contractors 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 TSECL 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 there of as may be necessary, to 44

44.0 44.1.

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 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 there of as a foresaid 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. 44.2. In addition, such action by TSECL as aforesaid shall not relieve the Contractor of his liability to pay liquidated damages for delay in completion of Works as defined in clause 13.0 of this Section. Such action by TSECL as aforesaid, the termination of the Contract under this clause shall neither entitle the Contractor to reduce the value of the Contract Performance Guarantee nor the time thereof. The Contract Performance Guarantee shall be valid for the full value and for the full period of the Contract including guarantee period. TERMINATION OF CONTRACT ON OWNERS INITIATIVE TSECL reserves the right to terminate the Contract either in part or in full due to reasons stipulated in the clause entitled Contractors Default. TSECL 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. 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 TSECL 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, TSECL 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 the surviving partners of the Contractors firm on account of the cancellation of the Contract. The decision of TSECL that the legal representatives of the deceased Contractor or surviving partners of the Contractors firm cannot carry out and complete the Contract shall be final and binding on the parties. RESOLUTION OF DISPUTES 46.0 46.1. 46.2. SETTLEMENT OF DISPUTES Any dispute(s) or difference(s) arising out of or in connection with the Contract shall, to the extent possible, be settled amicably between the parties. If any dispute or difference of any kind whatsoever shall arise between Deputy General Manager / Senior Manager in charge of the work and the Contractor, arising out of the Contract for the performance of the Works whether during the progress of the Works or after its completion or whether before or after the termination, abandonment or breach of the Contract, it shall, in the first place, be referred to and settled by the Additional General Manager of the concerned circle / General Manager as the case may be , who, within a period of Thirty (30) days after being requested by either party to do so, shall give written notice of his decision to both the parties. 45

45.0 45.1.

45.2. 45.3.

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 46.3. In the event the Contractor being dissatisfied with any such decision, the matters in dispute shall be referred to arbitration as hereinafter provided. ARBITRATION All disputes or differences in respect of which the decision, if any, of the Engineer has not become final or binding as aforesaid shall be settled by arbitration in the manner hereinafter provided.

47.0 47.1.

47.1.1. The arbitration shall be conducted by an arbitrator, to be nominated by TSECL and he will be the sole arbitrator to conduct the arbitration. 47.1.2. The arbitration shall be conducted in accordance with the provisions of the Indian Arbitration & Reconciliation Act, 1996 or any statutory modification thereof. The venue of arbitration shall be at Agartala. 47.2. 47.3. The arbitrators may, from time to time with the consent of all the parties enlarge the time for making the award. The arbitrator shall have full powers to review and / or revise any, decision, opinion, direction, certification or valuation of the Engineer in accordance with the Contract, and neither party shall be limited in the proceedings before such arbitrators to the condense or arguments out before the Engineer for the purpose of obtaining the said decision. During settlement of disputes and arbitration proceedings, both parties shall be obliged to carry out their respective obligations under the Contract. RECONCILIATION OF ACCOUNTS The Contractor shall prepare and submit every 4(four) months, a statement covering payments claimed and the payments received vis--vis the works executed, for reconciliation of accounts with the owners Engineer in charge (Senior Manager) of the work. The Contractor shall also prepare and submit a detailed account of Materials received from TSECL and utilized by him for reconciliation purpose.

47.4. 48.0

46

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) SECTION-IV ERECTION CONDITIONS OF CONTRACT 1.0 1.1 General: This specification covers supply of M.S.Brackets / Cross arms for 11KV & LT Line supports, jointing Kits for XLPE HT & LT Power Cable, AB Cable, GI Pipe, HDPE Pipe, Bi-metallic Lugs, KIT-KAT Fuse Units and erection, construction and commissioning of HT & LT Lines by TSECL supplied materials with the above supplies under this contract. The contractor shall clearly indicate in his offer the sources from where he proposes to procure the raw material / completed material and its components related to erection, assembling, construction & commissioning Contract. Any material / item of work not specifically mentioned in the contract but required to satisfactorily complete and commission the job is deemed to be included in the scope of work of the contractor. The entire stringing work of conductor, AB cable, messenger wire and earth wire shall be carried out as per relevant Indian Standard. In those cases where specific IS code is not available, the work shall be executed as per best engineering practice / construction standard of TSECL / REC or CBIP guide lines or as specified in the document. The contractor shall indicate in his offer the detailed description of procedure to be deployed for stringing operation. The Contractor shall maintain an accurate and exhaustive record detailing out the list of all equipment/materials received by him for the purpose of erection and keep such record open for the inspection of the Engineer in-charge. TSECL will issue the construction materials progressively for carrying out erection works specially items of material to be supplied by TSECL as Steel Tubular Poles, PCC poles, ACSR Conductors, all type of Porcelain Insulators, Distribution Transformers, Power Cables, Gang Operating Switch, Drop Out Fuse Unit, Lightning Arrestor, 11 KV G.I. Pin, 11 KV Hardware Fittings for Strain Insulators, Straps Nuts & Bolts, Stay Sets, GI Stay Wire, GI wire etc. and Contractor shall bear all the cost for transportation of such materials form the issuing Store yard of Engineer in Charge to work site including handling, lifting, loading and unloading etc as required. Location Details: The lines shall be laid in the areas covered under Agartala City ( Capital of Tripura State, one of the northeast states of India) and its suburbs like Jirania. Details of Line Route and Terrain: The 11 KVOG& UG power lines, LT lines etc will be running almost through plain areas of Agartala city and cultivated areas of its suburbs. Preparation of preliminary route alignment maps of power lines covered under this package indicating the general topography and major crossings like HV power lines, railway lines, River, streams & Cherrea and road etc. are in the contractors scope. 47

1.2

1.3

1.4

1.5

2.0 3.0

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 4.0 Access to the Line and Right of Way: Owner will facilitate and assist the contractor in getting clearance and securing way leave and right of way from Private / Public / Govt. owned lands. However it shall be the responsibility of the contractor to conduct preliminary survey before quoting the bid and further getting clearance for right of way during execution. The Owner shall not be responsible for delay on this account or pay any compensation in lieu of getting clearance/ any damages for right of way during execution of the project. 5.0 5.1 Detailed Survey for Optimization of Pole Location: The detailed survey for line route and optimization of pole location along with profiling shall be carried out by the successful contractor. The provisional quantity only has been indicated in the Schedule of work. (a) The single line diagram of existing OG & UG lines and DT(s) proposed for augmentation, re-conductoring, conversion, up gradation, re-strengthening etc. and where works require to be carried out shall be available in the office of the nodal officer i.e. DGM, Electrical Division No.-I, Agartala wherefrom the same can be obtained by the contractor. The detailed survey shall be carried out by the contractor along the suggested route. The contractor will examine the site of works and its surroundings and obtain at his own responsibility and expenses, all information regarding general site characteristics, crossings, accessibility, infrastructure details etc. The Owner will, however, assist the interested contractor to see and inspect the site of work. For this purpose the contractors are requested to contact the following officials: Dy. General Manager, ED-I / Dy. General Manager, Capital Complex Division / Jirania Electrical Division and Electrical Division No-III, Agartala of the related areas as may be indicated on SLD(s)/sketch. Four (4) Pole OG structure drawings as per site requirements shall be provided where the situation so demands. (b) Additional HT-Poles if required for pole mounting Distribution sub-station under the existing 11 KV feeders are to be taken care of by the contractor as per requirement of operation organization. 5.3 The contractor should note that the Owner will not furnish the topographical map prepared by Archeological Survey of India but will make available any assistance that may be required for obtaining topographical map. Route Marking: At the starting point of the commencement of route survey the peg marking shall be done with iron spikes, driven firmly into the ground. A benchmark on top section of the angle iron shall be made to indicate the location of the survey instrument. Teakwood peg shall be driven at prominent position at intervals of not more than 50 meters along the HT power line to be surveyed up to the next angle point. At angle position stone/concrete pillar with TSECL marked on it shall be put firmly on the ground for easy identification. 7.0 Pole Locations: 48

5.2

6.0

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) With the help of pole spotting data, pole locations shall be marked on the profiles prepared to check the required ground clearances. While locating the poles on the profile sheets the following shall be borne in the mind. a) Extension: Average span shall be as near to the normal design span as possible. In case any span becomes too short or long with normal supports on account of ground profile, one or both supports of the spans may be extended with standard design or provisions of a special structure for the purpose according to technical specifications. The design of such extension shall be prepared & supplied by the contractor for approved from the Owner.( If required owner may consider the number of consecutive spans both for HT&LT Line in case of AB Cable as Between the section points shall not preferably exceed 25/26 spans for 11 KV Line-------)

b) Road Crossings: At all road crossings, protective cradle guarding will have to be provided (for low & high tension lines) keeping clearance in conformity with the Provisions under Section of I.E. Rules 1956. c) Railway Crossings: The contractor will make preliminary survey to assess the requirement of railway crossing and take the same into account in his bid. At the time of route survey, the rail way crossing shall be finalized as per the regulation laid down by the Railway Authorities. The following are the important feature of the prevailing regulations (revised in 1987);

The crossing shall normally be at right angle to the railway track. No crossing shall be located over a booster transformer, traction switching station, traction sub-station or a track cabin location in an electrified area.

The work of railway crossings will be got executed by him as a deposit work with the railways or otherwise as per rules of Railway Department. TSECL will assist to get expeditious approval from Railway authorities. However, proposal for approval will be submitted by the contractor on well in time.

d) Power Line Crossings: Wherever the line is to cross over / below the other line of the same voltage or higher or low voltage the requisite clearances shall have to be ensured in accordance with the Indian Electricity Rules, 1956 as amended from time to time. The contractor shall submit and get approval from the owner any special design wherever required in order to achieve such clearances. e) River Crossing: 49

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) The 11 KV or low tension (new or augmented ) lines, if routed through a river bed / nallah or rivulet must have concrete foundation for erection of poles and must be supported by a good number of stay-supports capable to withstand water / wind pressure and must be executed to entire satisfaction of the owner. g) In case the 11 KV underground cables is to be laid along the municipal road / highway or any other road than the ones mentioned above, the contractor shall make preliminary survey to assess such requirement and take into account in his bid. TSECL will provide support and assistance in getting approval from civic authorities. However, proposal for approval shall be submitted by the contractor well in time. 8.0 8.1 Clearance from Ground, Building, Trees etc.: Clearance from ground, building, trees and telephone lines shall be provided in conformity with the Indian Electricity Rules 1956. The tree cutting shall be the responsibility of the contractor at the time of survey as well as during actual execution. However, the contractor shall count, mark and put proper Nos. with suitable quality of paint at his own cost on all the trees that are to be cut by him at the time of actual execution of work. Contractor may note that TSECL shall not pay any compensation for any loss or damage to the properties or for tree cutting necessitated due to contractors work. Any way-lay which may be required shall be arranged by the by the contractor .TSECL will provide all support and assistance for such way lay as required but ultimate responsibility rests with the contractor. To evaluate and tabulate the trees and bushes coming within 6.096 m on either side of the centre alignment of the support, the trees will be numbered and marked with quality paint serially from angle point 1 onwards and corresponding number will be painted on the stem of trees at a height of 1m from ground level. The trees listed should contain the following information: a) Girth (circumference) measured at a height of 1 m from ground level. b) Approximate height of the tree with an accuracy of +/- 2 mtrs. c) Name & the type of the species / tree. 8.4 The profile sheets duly spotted with preliminary schedule indicating position of poles, wind span, weight span, angle of deviation, river or road crossings and other details shall be submitted for approval of the Owner. After approval, the contractor shall submit six copies of approved profile along with one set of reproducible final profile drawing to the Owner for record purpose. Environmental Conditions: General Climatic Conditions: The installations are required to operate satisfactory under the following site conditions: i) Max. temperature 45 Degree C 50

8.2

8.3

9.0

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) ii) Min. temperature -3 Degree C iii) Max. relative humidity 100% iv) Min. relative humidity 26% v) Average No. of rainy days / annum Nearly 120 days. vi) Average annual rainfall 900 mm vii) Average No. of dust storm days / annum 35 viii) Isoceraunic level 45 ix) Max. Wind pressure 195 kg./sq.m. x) Altitude above mean sea level Less than 1000 M The area is in extreme climatic belt. Monsoons are generally active in the area from the month of June to September. The area is also prone to mild dust storms during the months of Oct to March. The maximum temperature in summer season shall be of the order of 45C and minimum temperature in winters shall be of the order of 3C. Normal day temperature during summer is 40C.Hail & Storm takes place in the months of April &May. 10.0 Technical Data: The contractor shall furnish all technical data as per relevant schedules in five copies. 11.0 11.1 Statutory Regulations and Standards: Statutory Regulations: The contractor is required to follow Statutory Regulations stipulated in Electricity Act 2003 and Indian Electricity Rules 1956 as amended to-date and other local rules and regulations referred to in this specification. 11.2 Reference Standards: The work shall be carried out in accordance with specifications & construction standards attached hereto. The codes or standards referred to in this specification shall govern in all cases wherever such references are made. In case of conflict between such codes or standards and specification, latter shall govern. Such codes or standards referred to shall mean the latest revision, amendments/ changes adopted and published by relevant agencies. Other internationally accepted standards, which ensure equivalent or better performance than those specified shall also be accepted. All tested steel sections shall be supplied conforming to relevant Indian Standard Specifications. 12.0 12.1 Quality Assurance, Inspection and Testing: QUALITY CONTROL Quality Control Procedures for the manufacture of AB Cable Hardware, 11 KV XLPE cable jointing KITS, Steel Sections (MS. Channel, MS. Flat. MS angle), Nuts & Bolts, 51

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) G.I.Pipe, HDPE Pipe, LT Feeder Pillar etc shall be prepared by the contractor and submitted to the TSECL for approval. 12.2 Quality Assurance Program This shall be prepared and followed to ensure that the equipment, materials and services under the scope of the contract whether manufactured or performed within the contractors works or at his subcontractors premises or at the TSECLs site or at any other place of work are in accordance with the specifications. The contractor shall adopt suitable quality assurance program to control all activities at all points necessary. Such program shall be broadly outlined in his bid and finalized after discussions with the TSECL before the award of the contract. The contractor shall submit his detailed program after the award of the contract for approval by the Owner after discussion. However, in case a detailed valid program approved by the TSECL already exists, same would be followed till its validity. The quality assurance program by the contractor shall generally cover the following: (a) Organization structure for the management and implementation of the proposed quality assurance program; (b) Documentation of control system; (c) Qualification data of contractors key personnel; (d) The procedure for purchase of materials, parts components and selection of subcontractors services including Contractor analysis, source inspection, incoming raw material inspection, verification of material purchases, etc. (e) System for shop manufacturing and site erection controls including process control, fabrication and assembly control; (f) Control of non-conforming items and system for corrective actions; (g) Inspection and test procedure both for manufacture and field activities; (h) Control of calibration and testing and measuring of field activities; (i) System for indication and appraisal of inspection status; (j) System for quality audits; (k) System for authorizing release of manufactured products to the TSECL; (l) System for maintenance of records; (m) System for handling, storage and delivery; and (n) A quality plan detailing the specific quality control measures and procedures for controlling the quality characteristics relevant to each item of equipment and materials furnished and/or services rendered. 12.2.1 The Owner or his duly authorized representative reserves the right to carry out quality audits and quality surveillances of the system and procedures of the contractor, his sub52

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) contractors quality management and control activities. 12.2.2 The contractor will be required to submit all quality assurance documents as stipulated in the quality program at the time of the Owners inspection of equipment and materials. 12.2.3 The contractor shall adopt suitable quality assurance program to control each activity. Such program shall be outlined by the contractor and shall be finally accepted by the Owner. 12.3 Inspection and Testing: Upon award of the contract, the contractor and TSECL shall establish mutually acceptable control and inspection procedures and indications are to be given at that time by the contractor as to how the agreed procedures will be implemented. 12.4 General

12.4.1 All goods / Hardware / Jointing Kits being supplied, shall conform to type tests, sample tests as per the technical specifications and shall be subject to routine, acceptance and site tests in accordance with requirements stipulated under the respective sections, unless otherwise stated. The Owner reserves the right to witness any or all the type and sample tests. The contractor shall inform the Owner of the detailed program of tests at least two (2) weeks in advance in case of domestic supplies. 12.4.2 The contractor shall furnish to the Owner the reports of all type tests, sample and routine tests as per technical specification along with the equipment/materials drawings. The type tests conducted earlier should have been conducted in accredited laboratories (based on ISO/IEC by a reputed accreditation body) or witnessed by Owner or another electric power utility. The type test reports submitted shall be of the tests conducted within last five (5) years prior to the date of bid opening. In case the test reports are of a test conducted five (5 ) years prior to the date of bid opening, and dont correspond to the offered equipment/material, or dont comply with the Technical Specifications, the contractor shall repeat this / these test / tests at no extra cost to the Owner before sample (acceptance) tests. 12.4.3 The Owner, his duly authorized representative and/or outside inspection agency acting on behalf of the Owner shall have free access at all reasonable times to the contractors/subContractors premises or works and shall have the power at all reasonable times to inspect and examine the equipment /materials and workmanship of the works during its manufacture or erection. If part of the works is being manufactured or assembled at other premises or works, the contractor shall obtain for the Owner, his duly authorized representatives and/or outside inspection agency permission to inspect as if the works were manufactured or assembled on the contractors own premises or works. Inspection may be made at any stage of manufacture, dispatch or at the site at the option of the Owner, and the equipment if found unsatisfactory due to bad workmanship or quality or material is liable to be rejected. 12.4.4 When the factory tests have been completed at the contractors or subcontractors works, the Owner / Inspector shall issue a certificate to this effect within fifteen (15) days after the completion of the tests, but if the tests are not witnessed by the Owner/Inspector, the certificate shall be issued within 15 days of receipt of the contractors test certificate by the Owners representative. Failure of the Owner / Inspector to issue such a certificate shall not 53

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) prevent the contractor from proceeding with the works. The completion of these tests or the issue of the certificate shall not bind the Owner to accept the equipment/materials should it, on further tests after erection, be found not complying with the contract. The equipment / materials shall be dispatched to site only after approval of test reports and issuance of the inspection certificate by the Owner. 12.4.5 The inspection by the Owner and issue of the inspection certificate thereon shall in no way limit the liabilities and responsibilities of the contractor in respect to the agreed quality assurance program forming part of the contract. 12.4.6 The Owner will have the right of having at contractors expenses any other test(s) of reasonable nature carried out at the manufacturers premises or at any other place in addition of aforesaid type and routine tests to satisfy that the equipment / materials comply with the specifications. 12.4.7 The Owner deserves the right for getting any field tests not specified in the respective sections of the technical specifications conducted on the completely assembled equipment at site. The Owner will provide the testing equipment for these tests. 12.4.8 The contractor shall ensure that his subcontractors manufacturing and supplying the goods (material and equipment) shall perform the routine tests specified in the related standards and in the technical specifications of this contract regularly. 12.4.9 The contractor shall notify the Owner in writing at least two (2) weeks in advance for inspection and testing or as otherwise directed in advance of the date and place at which any material or work will be ready for inspection and testing. 12.4.10 Should any postponement become necessary; the contractor shall provide written notification at least one week prior to the originally scheduled date. The Owner shall give 48 hours' notice in writing to the contractor, of his intention to attend the tests, or ask for postponement, if required. 12.4.11 Should the Owner explicitly waive to attend the relevant test, the contractor may proceed with the test, which shall be deemed to have been made in his presence, and the contractor shall forthwith forward to the Owner duly certified copies of the test reports for approval. 12.4.12 All sample and type tests will be performed at the presence of the authorized personnel of the contractor or inspectors authorized by the contractor, if there is no representative of Owner. Owner may or may not be present in any or all sample and type tests but all test reports shall be approved by Owner. This procedure shall not release the contractor from any of his responsibilities or obligations under this contract. The contractor shall prepare and agree with the Owner, the test programs so that tests to be performed in countries (i.e., at manufacturer's factory recognized test facilities) are carried out in sequence which would permit TSECL to organize in an optimal manner the supervision of the said tests by the inspection agency.

54

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) ACRONYMS IEC ISO ISS Reference Abbreviations Name and Address International Electro Technical Commission Bureau Central de la Commission Electro Technique International, Rue de verembe Geneva, Switzerland International Organization for Standardization, Danish Board of Standardization Aurchoegyej-12 DK-2900, Heerprup, DENMARK Indian Standard Bureau of Indian Standards Nanak Bhavan 9, Bahadur Shah Zafar Marg, NEW DELHI-110002, INDIA

13.

SPECIFIC REQUIREMNT The contractor shall be responsible for safety of human and equipment during erection, construction, testing & commissioning and during working in the locations.. It will be the responsibility of the contractor to co-ordinate and obtain electrical inspectors clearance before commissioning. Any additional items or modification due to observation of such statutory authorities shall be provided by the contractor at no extra cost. ***.

55

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

SPECIAL INSTRUCTION AND ERECTION CONDITIONS FOR AERIAL BUNCHED CABLE.


1. GENERAL.
This section describes the rolling out and erection of bunched aerial cables. The instructions apply to bunched aerial cables with a maximum cross sectional area of 4X95 mm. If the cable is rolled out in different way from that described here, for example, manually or using a vehicle, other parts of the instruction still apply. 2 REQUIREMENTS.

The gang would normally consist of two erectors, at least one of whom must be familiar with these instructions. The Ganger or Foreman should obtain these instructions and a map in advance. A Work Plan should be made containing information relating to:
Storage size for the cable drums

Road Crossings. Other Obstacles. Angle Poles. Suspension and dead end poles. Duration of supply interruptions. Precaution to be taken near other lines, etc. Length of the pulling rope. Load Limits of tools and other equipments. If lookouts are required when crossing roads or other Obstacles, the size of the gang may have to be increased. When crossing busy roads, the help of the police or Road Traffic authorities should be sought. Poles should be fitted with fixtures for bunched aerial cables, as well as the necessary stays and down leads. The cable drums should be transported out and located according to the work plan.
3 ERECTION DATA.

New construction. Scope. The rolling out and Erection of bunched aerial cables, the erection of services, earthing, stays, Distribution boxes, etc. The Work should be carried out by two linemen. Where, M = Erectors time in hours. 56

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) L= Length of Line. N= Number of new aerial and earth cable service lines. N1= Number of existing service lines. The time required or installation may be calculated as follows. For cross sectional area 25 sq-mm, M = 22.6 L+2.1 N. For cross sectional area 50-95 sqmm. M = 26.1 L+ 2.1 N. Additional points when extending an existing installation.

Scope.
Further points to consider when working on existing low voltage networks are discussion with customers, extra notification of times when the supply will be interrupted , checks and breaks, as well as obstacles in the form of existing line, etc.
4 PREPARATIONS.

When a cable drum is used, it should be placed on drum jack or a carriage with a braking mechanism. Where necessary; the area where the drum is located should be roped off or guarded by personnel. Winches for extending the bunched aerial cable should be set up in advance at appropriate places. Warning signs should be set up at cross roads In accordance with local traffic regulations and any instructions that may have been issued. Where necessary, special safety measures should be taken. Radio equipment should be tested before work is started. The Pulling rope, which should be made of Synthetic fibre material, should be laid out manually along the path, the cable is to take. Rolling-out blocks should be set out if this has not already been done when erecting the poles. Rolling out blocks need not be set up where Suspension devices, which allow the bunched Aerial cables, to be pulled through are used. In the case of inner angles of 60 or more, a double Rolling out block should be used. In the case of outer angles, a rolling - out block with concave rollers, or a similar device, should be used. Note: - When rolling out bunched aerial cable with a cross sectional area greater than 50 sq-mm, a rolling out block with an extra wide cable wheel should be used on the pole nearest to the coil or cable drum. All equipments used must be suitable for the bunched aerial cable actually being used and for the force which arise during installation. 57

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)
5 ROLLING OUT.

The conductors of the bunched aerial cable should be alternately cut back about 100 mm in accordance with the diagram. The Pulling rope should then be stretched out the fixed in place with tape or nylon thread. The cable sock should be able to run through the rolling out blocks and suspension devices. To avoid wastage when jointing the cable, cable drums should be located on site in such a way that cable can be fed out from the new drum in one operation. Bunched aerial cable which is to be jointed should be pulled out in the same direction so that the phase relationship is correct.

When rolling out bunched aerial cable, the winch operator should be in radio contact with the supervisory personnel along the route. After the bunched aerial cable has been rolled out along its route, it should be fastened at the top of the last pole with a dead end clamp. If it is to be continued from this point, either as a service line or is to be connected to another line, provision should be made for this point determining its length.
6. TENSIONING.

The bunched aerial cable should be tensioned with a cable which located at the site of the cable drum until the approximate amount of sag between the poles has been obtained. For this purpose, the winch line should be fixed to the bunched aerial cable within the aid of a comealong Clamp.
7. FINAL TENSIONING.

When applying final tension to the bunched aerial cable, a lever winch and come-along clamp should be used. The tension force should be measured by using a Dynamometer, connected between the lever winch and come-along clamp on the bunched aerial cable. 58

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) Alternatively, the sag can be regulated by using a sight Rod. Sag and Tension data can be found in the tables. The bunched aerial cables should not be cut until tensioning is complete. Care should be taken to see that tools and ments are not overloaded during tensioning.
8. ERECTION.

equip-

End Pole:When the bunched aerial cable has been tensioned, it should be fastened by a dead end clamp and hook. The winch and lever which may then be slackened off and taken down. In line poles:The bunched aerial cable should be pulled through a suspension clamp and any rolling out block used then removed. Angle pole, Tension Poles & Lifting Poles :In the case of angle poles and poles with large vertical Loads, as well as lifting poles, come along clamps should be located on the bunched aerial cable about 1(one) meter on each side of the pole. A lever winch should be connected between the clamps, and the tension from the cable at the pole. The suspension clamps and dead end clamps can then be fitted.Works should be carried out from the rear of the post.
9. CONNECTION.

Bunched aerial cable to bunched aerial cable. Where a straight through joint is required, clamp should be attached about 1 meter on each side of the junction point so that the tension can be removed from the cable by the use of a lever winch and the cores separated. Alternatively, the cores can be separated by using wedges. 59

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) The cores should be stripped for screwed or clamped joints with a displacement of about 100 mm. The neutral joint should always be furthest from the pole. Stripping should preferably be done using a textile cutting string and not a knife. The jointing of the conductors should be done in accordance with the instructions detailed herein after under title ELECTRICAL CONNECTIONS. Bunched aerial cable to earth cable. Connections should be made along the lines of bunched aerial cable to bunched aerial cable. The earth cable should be stripped and the screen braided and insulated. Extra Insulation should be applied to the insulated cores. Insulation should be done either with insulating sleeves or insulating tape as set out herein after under title ELECTRICAL CONNECTIONS. Bunched aerial cable to earthing conductor. The earthing conductor should be connected to neutral conductor in the system in the same way as when connecting bunched aerial cable to bunched aerial cable. Bunched aerial cable to overhead wire:Bunched aerial cable can be located high up or below down the poles of an overhead wire transmission system and fixed as at an end pole. The conductors should be connected to the conductors of the overhead wire system using screw clamps. The cores of the bunched aerial cable should be taped together at the branch points. Bunched aerial cable to service entry:The Bunched aerial cables should be fixed to the building by clamps attached to a hook. The hook can either screwed in or take the form of a through- going bolt. The part of the building to which the bunched aerial cable is fixed must be strong enough to withstand the forces applied to it by the cable. The strands of the bunched aerial cable should be joined to the bushing conductors in accordance with the instructions set out herein after under title ELECTRICAL CONNECTIONS. 60

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)
10. ELECTRICAL CONNECTION.

General:-. Conductors can be connected by screwing or clamping. However for joints which are under tensile stress, clamps connections are always required and these should be made in accordance with the instructions herein after under Title JOINTING. When using screw type connector, the torque applied to the screws should not exceed that for which the connectors are designed. In order to avoid clamping damage, spacers should be placed between the cores where necessary. In the case of pre insulated cramping sleeves, an inspection should be made to see that the insulation has not been damaged through the application of pressure. Clamps and crimping sleeves must be designed to suit the material in the conductors and should be mounted in such a way that galvanic currents do not cause corrosion. Care should be taken to see that copper conductors are not clamped over aluminum conductors. The Insulation of connections:Connections (Joint and junctions) on bunched aerial cable which are not pre insulated must be insulated so that they have the same dielectric strength as the conductors in the bunched aerial cables. The Insulation should be continued at least 20 mm beyond the ends of the joint and can be made with, - four layers of approved black insulating tape with 50% overlapping. -An insulating sleeve of black PVC which is well fixed at the ends with two layers of approved black insulating tape with 50% overlapping. -A cover of black insulating material. Before insulating crimped joints with tape, all sharp edges or burrs should be filed off, and any grease thoroughly removed.
11. JOINTING.

Joints under Tensile stress. Item -1: The two ends of the bunched aerial cable should be cut to an even length. Item -2:The cores should be cut as set out in the table below. CUTTING OF THE CORES USE Neutral Phase-I Phase-II Phase-III At the one end 0mm 300mm 600mm 900mm At the other end. 900mm 600mm 300mm 0mm 61

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) Measuring and cutting should be carried out with the greatest accuracy so that the mechanical stress is divided equally between the cores after cutting. Item 3: The cable cores should be stripped to half the length of the jointing sleeve. Stripping must not damage the conductors and should if possible, be carried out using textile cutting string. If a knife is used, the ends of the core insulating should be stripped off as if sharpening a pencil. Item-4: After placing a jointing sleeve on a conductor, the requisite number of crimping operations should be carried out starting at the centre of the jointing sleeve. Crimping should be done alternately from opposite sides of the sleeves in order to prevent the sleeve becoming bent. The corresponding conductor from the other cable end should then be inserted in the jointing sleeve and crimping fast. Item -5: Sharp edges or burns on the jointing sleeve should be filed or scraped off and all grease removed whetherupon the sleeve should be insulated as mentioned in ELECTRICAL CONNECTIONS. Take care that the lay of the cores is maintained. 12. TOOLS AND EQUIPMENTS:
Two-way ratio. Rolling out blocks. Drum Jack or Carriage. Motor winch provided with 500 m of laid pulling rope of synthetic material. Cable socks. Come- along clamps. Lever Winches. Cable winch. Straps, textile. Dynamometer. Warping Block. Warping Line, diameter 12 mm of synthetic material. Warning Signs ( Road Signs). Earthing Tools. Tongs with Jaws for crimping and cutting. Spanners for the screw type clamps. Hacksaw. Textile cutting string for stripping the cable. File. Rags or Cotton waste.

62

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

SECTION-V
(GENERAL TECHNICAL REQUIREMENT) INDEX Clause No 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 Particulars Foreword General Requirement Standards Services to be performed by the equipment Technical Parameters of 11 kV Lines Detail of Material Bolts, Nuts & Washers Spans & Clearances Conductor & Earth Wire Configuration Excavation & Erection of Poles Handling of Conductor & Earth Wire Stringing of Conductors & Earth Wire General Technical Conditions Back Filling of Pits Submission & Approval of Drawings Design Improvement Packing Monthly Progress Reports Manpower Deployment Report Material Handling & Storage Erection Conditions Construction Management Field Office Records 63 Page No

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 24 25 26 27 28 29 Protection of Property & Contractors Liability Code Requirements Fire Safety & Protection Finishing of Metal Surfaces Finishing of Metal Surfaces Handling, Storing & Installation Operating & Maintenance Instructions

30

Laying of Cable & Termination kit joints

1. FOREWORD The provisions under this section are intended to supplement general requirements for the materials, equipments, erection, construction and services covered under other sections of this bid document and are not exclusive. However in case of conflict between the requirements specified in this section and requirements specified under other sections, the requirements specified under respective sections shall prevail. 2. 2.1 2.2 GENERAL REQUIREMENT The bidders shall submit the technical requirements, data and information as per the technical data sheets provided in this Section. The contractors shall furnish catalogues, engineering data, technical information, design documents, drawings relating to supply of cable accessories, other sundry materials, erection key diagram and construction etc. It is recognized that the manufacturers may have standardized the use of certain components, materials, processes or procedures different from those specified herein. Alternate proposals offering similar equipment based on the manufacturers standard practice will also be considered provided such proposals meet the specified designs, standard and performance requirements and are acceptable to the Owner. Except for lighting fixtures, wherever a material or article is specified or defined by the name of a particular brand, manufacturer or Contractor, the specific name mentioned shall be understood as establishing type, function and quality and not as limiting competition. Equipment furnished shall be complete in every respect with all mountings, fittings, fixtures and standard accessories normally provided with such equipment and/or needed for erection, completion and safe operation of the equipment as required by applicable codes though they may not have been specifically detailed in the Technical Specifications unless 64

2.3

2.4

2.5

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) included in the list of exclusions. Materials and components not specifically stated in the specification but which are necessary for satisfactory operation, unless specifically excluded, shall be deemed to be included in the scope of the specification and shall be supplied without any extra cost. All similar standard components/ parts of similar standard equipment provided shall be inter-changeable with one another. 3. 3.1 STANDARDS The erection & construction works including supply of specific sundry materials and accessories covered by the specification shall be designed, engineered, manufactured, built, tested and commissioned in accordance with the Acts, Rules, Laws and Regulations of India. The equipment to be furnished under this specification shall conform to latest issue with all amendments (as on the date of bid opening) of standard specified in this document, unless specifically mentioned in the specification. The bidder shall note that standards mentioned in the specification are not mutually exclusive or complete in themselves, but intended to complement each other. The bidder shall also note that list of standards presented in this specification is not complete. Whenever necessary, the list of standards shall be considered in conjunction with specific IS/IEC. When the specific requirements stipulated in the specifications exceed or differ than those required by the applicable standards, the stipulation of the specification shall take precedence. Other internationally accepted standards which ensure equivalent or better performance than that specified in the standards specified under individual sections for various equipments shall also, be accepted, however the salient points of difference shall be clearly brought out in additional information schedule with English language version of such standard. The equipment conforming to standards other than specified under individual sections for various equipments shall be subject to Owners/owners approval. The contractor shall clearly indicate the specific standards in accordance with which the works will be carried out. SERVICES TO BE PERFORMED BY THE EQUIPMENT BEING FURNISHED: All equipment shall perform satisfactorily under various electrical, electromechanical and meteorological conditions of the site of installation. All equipment shall be able to withstand all external and internal mechanical, thermal and electromechanical forces due to various factors like wind load, temperature variation, short circuit etc for the equipment. The terminal connectors of the equipment shall be designed taking into account various forces that are required to be withstood. The equipment shall also comply with the following: 65

3.2

3.3 3.4

3.5

3.6

3.7 4. 4.1 4.2

4.3 4.4

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) a) All outdoor equipments except marshalling kiosks etc. shall be suitable for hot line washing. b) To facilitate erection of equipment, all items to be assembled at site shall be match marked. c) All piping, if any between equipment control cabinet / operating mechanism to marshalling box etc. of the equipment, shall bear proper identification to facilitate the connection at site. 5. TECHNICAL PARAMETERS OF 11 KV LINE:
Electrical System Data: a) Nominal Voltage b) Maximum system voltage c) BIL (Impulse) d) Power frequency withstand voltage : 11 KV : 12 KV : 75 KV (Peak) : 28 KV

6. 6.1

BOLTS, NUTS & WASHERS: All bolts and nuts shall conform to IS: 1363-1967 (amended to-date) or equivalent to IEC standard. All bolts and nuts shall have hexagonal head nuts, the heads being forged out of the solid steel rods and shall be truly pen centric and square with the shank, which must be perfectly straight. Small nuts & bolts both shall be fully threaded whereas long bolts shall be partially threaded.
Steel Items: All steel items shall conform to IS: 2062 Grade-A (amended up to-date) or equivalent to IEC standard.

6.2 7. 7.1 7.1.1

SPANS AND CLEARANCES: Normal Span: For 11 & 33 KV System: The average span length of the lines shall be approx. 35 to 40 Meters in urban areas..

7.1.2

For Bifurcation of 11 KV feeders: The average span length of the lines(by AB Cable) shall be maintained to 35 to 40 meters for 11 kV lines and 30 to 35 meters (by AB Cable) for LT Lines in semi urban or suburban areas. Wind Span:
The wind span is the sum of two half spans adjacent to the support under consideration. For normal horizontal spans this equals to normal running span.

7.2

7.3 7.3.1

Electrical Clearances: Ground Clearances: 66

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) The minimum ground clearance from the bottom conductor of overhead lines across a Street shall not be less than 5.8 meter meters at the maximum sag conditions i.e. at maximum temperature and still air in respect of Low Voltage Lines. For High Voltage lines the ground clearance across street shall be 6.1 meter. Any LT/ HT/ Telecommunication lines falling around the new 11 kV line should have enough clearances as prescribed in I.E. rules applicable in this respect. Clearances for (i) above ground, (ii) between conductors, (iii) from Buildings and (iv) for conductors at different voltages on same support shall be as per IE Rules (Rules 77,78,79,80 and 81. 7.3.2 8.0 For river crossing, the minimum electrical clearance including ground clearance will be the same as for normal poles. CONDUCTOR AND EARTH WIRE CONFIGURATION: The conductors of three Phase Primary Distribution system (11 KV) shall generally be in triangular formation / configuration or as per requirement of TSECL / site Condition but subject to standard engineering practice and design recommended by REC or CBIP or any other approved body.. The phase to phase spacing shall not be less than 1.07 m and for Low Tension lines shall not be less than 0.30m. 9. 9.1 EXCAVATION & ERECTION OF POLES: The pits for the poles are to be excavated in the direction of the line, as this will facilitate the erection of pole and given internal stability. The depth of the foundations to be excavated for the poles shall be approximately 1/6th of the poles length. The alignment of the poles are to be set right and back earth-filling will be done after checking the alignment vertically and back filled earth shall suitably & properly be rammed afterwards. H-Poles are to be erected preferably on 10th location when the line gets an straight ROW without considerable angle of deviation. If the line alignment is not obtained straight up to 10th location then, DP structure may be used

9.2

At all tapping point At all Distribution Transformer At all points of deviation of angle between 10 - 60 ) At dead end locations.

and it is also to be provided wherever there is an angle of deviation in the line. When the angle of deviation is >60, 4 pole structures may be provided. In case of angled H-Pole, the pits are to be excavated along the bi-section of the angle of deviation. It will be ensured that the poles are held in vertical position and earth is back filled in the pits and proper ramming is done so that pole remains in appropriate position. On every H-Pole, 4 stays are to be provided along the line i.e. 2 on each direction and in addition two more stays along the bi-section of the angle of deviation are to be provided as required depending upon the site conditions as per the drawings attached with the specifications. 67

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 9.3 The stays will be provided at all dead end locations, angle locations and T-off points and also on normal locations as wind stays to counter the pressure of the winds. The angle of the stays will be generally kept on 30 to 45 degrees depending upon the tension and the location of the line. Spike Earthing shall be provided on every pole in addition to the continuous earth wire. Each pole of H-pole structures will be provided with 1 no spike earthing Number plate shall be provided on each location indicating the no. of structure S1, S2 etc. 2 pole and 4 pole structures will be numbered both for structure nos. as well as H-Pole /4pole marking. For example if 1st H-pole appears at structure no. 10, plate will be denoted as S-10/H-1. Similarly, if 1st 4-pole appears at structure no. 25, the same will be denoted by S25/4P-1 & so on. All unpainted /un-galvanized iron sections like channel, angle/clamps, stay sets etc. shall be given 2 coatings of red oxide before installation to prevent rusting. To avoid rusting, anti-corrosion aluminum paint shall also be provided. DSLP on 2/4pole structure on pole top shall be provided within 0.5 km area. 11 kV G.O. Switch shall be provided on the terminal structure near the grid sub-station & at the interconnection points with existing feeder to facilitate the complete isolation of the line. HANDLING OF CONDUCTOR AND EARTH WIRE: The contractor shall be entirely responsible for any damage caused to the poles, insulators and conductors during transportation, erection & stringing. While rolling out the conductors, care shall be taken that the conductors do not touch or rub against the ground or objects, which could cause scratches or damages to the strands. The conductors shall be rolled out of the drums from the top in order to avoid damage due to chaffing. The stringing blocks shall be suspended in a manner to suit the design of the X- arms. Proper T&P shall also be made available to the Owner by the contractor for checking the tensions in the guy wires. The drums shall be provided with a suitable braking device to avoid damages, loose rolling out and kinking of the conductor. The conductor shall be continuously observed for loose or broken strands or any other damage. When approaching end of a drum length at least three coils shall be left when the stringing operations are to be stopped. These coils are to be removed carefully and if another length is required to be run, a joint shall be made as per the recommendations of the manufacturers. Repairs to conductors if necessary shall be carried out during the rolling out operations with repair sleeves. Repairing of conductors surface shall be done only in case of minor damage scuff marks etc. keeping in view both electrical and mechanical safe requirements. The final conductors shall be cleaned smooth and without any projections, sharp points, cuts or abrasions. Conductor splices shall be made so that they do not crack or get damaged in the stringing operations. The contractor shall use only such equipment/methods during conductor stringing which ensures complete compliance in this regard. Derricks shall be used where roads, rivers, channels, telecommunication or overhead power 68

9.4 9.5

9.6

9.7

10. 10.1

10.2

10.3

10.4

10.5

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) lines, railway lines, fences or walls have to be crossed during stringing operations. It shall be seen that normal services are not interrupted or damage caused to property. Shut down shall be obtained when working at crossing of overhead power lines. Contractor shall be responsible for proper handling of the conductor, earth wire and accessories in the field. 10.6 10.7 The sequence of stringing of conductors / earth wire shall be from top to downwards i.e. conductors will be rolled out in succession & earth wire will be strung in the last. The proposed 11 kV power lines may run parallel for certain distance with the existing power lines, which may remain energized during the stringing period. As a result there is a possibility of dangerous voltage built up due to electromagnetic and electrostatic coupling in the pulling wire, conductors and earth wires which although comparatively small during normal operations can be severe during switching. It shall be contractors responsibility to take adequate safety precautions to protect his employees and others from this potential danger. The contractor shall inform the engineer in charge whenever he wants to avail the Permit to Work from the local sub-division for erecting the new 11 kV line or augmenting the existing 11 kV line /LT Line and Distribution Sub-Stations. A minimum of 72 hours advance notice in writing for availing the shutdown on any live 11 kV feeder / LT lines shall be given to the engineer. The 11 kV / LT line on which permit is taken should be made clear from all the temporary earth, men and material before cancellation of the Permit to Work. It is worth mentioning here that the Permit to Work on existing line shall be arranged through the engineer or his representative and the same shall also be got cancelled through the same agency only. No Permit to Work shall be issued on any line directly to contractor or his staff from any sub-station. STRINGING OF CONDUCTOR & EARTH WIRE: The stringing of conductor shall be done by best engineering practice / standard followed for stringing. 11.2 11.3 11.4 After being pulled, the conductor / earth wire shall not be allowed to hang in the stringing blocks for more than 6 hours before being pulled to the specified sag. Conductors creep in respect of ACSR conductors are to be compensated by over tensioning the conductor at a temperature of 21C or lower during stringing. The contractor shall give complete details of the stringing method, which he proposes to follow. Before the commencement of stringing, the contractor shall submit the stringing charts for the conductor and earth wire for various temperatures and spans along with equivalent spans for the approval of the Owner. Sagging in Operation:

10.8

11. 11.1

11.5

11.5.1 The conductor shall be pulled up to the desired sag and left in running blocks for at least one hour after which the sag shall be re-checked and adjusted if necessary before transferring the conductor from the running blocks to the pin insulators. The conductor shall be clamped within 36 hours of sagging. 69

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 11.5.2 The sag will be checked in the first and the last span of the section in case of sections up to 8 spans and in one intermediate span also for sections with more than eight spans. The sag shall also be checked when the conductor has been drawn up and transferred from running blocks to the insulators. 11.5.3 The running blocks when suspended from the structures for sagging shall be so adjusted that the conductors on running blocks will be on the same height as 11kV pin insulators to which it is to be secured. At sharp vertical angle, the sag and tensions shall be checked on both sides of the angle, the conductor wire shall be checked from the running blocks for equality of tension on both sides. 11.5.4 Tensioning and sagging operations shall be carried out in calm weather when rapid changes in temperature are not likely to occur. 11.6 Tensioning and Sagging of Conductor and Earth Wire: The tensioning and sagging operations shall be done in accordance with the approved stringing chart before the conductor and earth wire are finally attached to the poles through the earth wire clamps and insulators for the conductor. The relevant stringing charts for the conductor and earth wire should be employed for this purpose. 11.7 Final Checking, Testing and Commissioning: After completion of the works, final checking of the line and equipment shall be carried out by the contractor to ensure that all the foundation works, pole erection and stringing has been done according to the specifications and as approved by the Owner. All the works shall be thoroughly inspected keeping in view the following main points: a) All the structures are straight & erect and in proper alignment. Sufficient back filled earth is lying over each pit and it is adequately rammed / compacted. b) All bolts are properly tightened and punched / tack welded. c) The stringing of the conductors and earth wire has been done as per the approved sag and tension charts and desired clearances are clearly available. d) All conductors and earth wire accessories are properly installed & fixed. e) All other requirements to complete the work like fixing of danger plate, phase plate, number plate, barbed wire etc. are properly installed. f) The insulation of line as a whole is tested by the contractor by providing his own equipment, labor etc. to the satisfaction of the Owner. g) The line is tested satisfactorily for commissioning purpose. h) Earth resistance values of every earth electrode in lines including the pole mounting SubStations shall be measured and result be supplied and such values will be checked by the engineer-in-charge or his representative before acceptance..

70

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 12. 12.1 GENERAL TECHNICAL CONDITIONS: The above provisions shall supplement all the detailed technical specifications and requirements brought out herein. The contractors proposal shall be based on the use of materials complying fully with the requirements specified herein. Engineering Data:

12.2

12.2.1 The furnishing of engineering data by the contractor shall be in accordance with the schedule as specified in the technical specifications. The review of these data by the Owner will cover only general conformance of the data to the specifications and not a thorough review of all dimensions quantities and details of the materials or items indicated or the accuracy of the information submitted. The review of the Owner shall not be considered by the contractor as limiting any of his responsibilities and liabilities for mistakes and deviations from the requirements specified under these specifications. 12.2.2 All engineering data submitted by the contractor after review by the Owner shall form part of contract document. If errors are discovered any time during the validity of the contract then the contractor shall be responsible for their consequences. 12.2.3 The quantities worked out here are only tentative. The contractor shall work out actual requirement and get it approved from the engineer-in-charge. The payment shall be made on actual basis. 13. A. BACK FILLING OF PITS: a) All the locations, (with following exceptions), the pits after erection of poles shall be back filled with excavated or borrowed earth in layers taking care to ram the earth in one layer at a time to the satisfaction of site-in-charge. b) For all the failure containment structures, described earlier & repeated below, the pits shall be back filled with excavated / borrowed earth and broken bricks (jhama) back properly rammed to the satisfaction of site-in-charge. i) At some of the tapping points & dead end poles ii) At all the points where DT is to be installed. iii) At all the points as per drawing (for the diversion angle of 10-60 degree). iv) Both side poles at all the crossings for main road, nallah and railway crossings etc. v) At DP structures. Tapping points & roads where the failure containment structures are to be erected shall be decided during detailed engineering. c) The cost of backfilling including all material / borrowed earth / jhama etc. is deemed to be included in the quoted price. The above clauses shall be read in conjunction with clause given below: 71

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 13. B. FOUNDATION & POLE ERECTION: a) The foundation of poles shall be of the following types:i) Foundation back-filled and rammed with excavated soil and brick batting for ST Poles. ii) Foundation back-filled and rammed with excavated/ borrowed soil. b) The type of foundation for individual poles shall be decided during detailed engineering. The contractor shall quote their rates as per the quantity of foundations. The pole erection rate shall include excavation in all types of soil / rock, back-filling of the foundation pole as specified, cost of all materials, labour etc. c) Foundation back-filled and rammed with excavated soil and brick-batting for ST Poles. The foundation pit of the pole should be of size 600 mm x 500 mm x depth and duly backfilled as explained in clause above. d) Foundation back-filled and rammed with excavated / borrowed soil and brick batting for PCC Poles / ST Poles. The foundation pit of the pole should be of size 600 mm x 400 x depth and duly back-filled as explained in clause above. e) It is envisaged that 11 KV line may be traversing through marshy & low laying area for which special type of foundation shall be required. In such a case, difference in excavation quantity, concreting & reinforcement between special foundation and normal foundation shall be part of the package. f) Erection of Poles: The poles are to be erected in alignment with utmost care. The poles shall then be lifted to the pit with the help of wooden supports. The pole shall then be kept in the vertical position with the help of 25 mm (min.) manila ropes which shall act as the temporary anchor. The verticality of the pole shall be checked by spirit level in both longitudinal & transverse directions. Once, this is done, the back filling / concreting shall be done in the pit. The temporary anchor shall be removed only when poles set properly in the foundation. 13. C. ERECTION OF STAY SETS: 1. The contractor shall install the stay set complete in all respect. This includes excavation of pit size 0.5 m x 0.5 m x 1.7 m in all kinds of soil including hard rocks. Stay plate and rod (leaving the top 10 cm) shall be embedded in the pit with CC in the ratio 1:2:4 (the volume of CC shall be 0.5 m x 0.5 m x 0.8 m). The rest (upper half) of the pit shall be filled with excavated soil duly compacted layer by layer. An angle between 30 to 45 degrees shall be maintained between stay wire and the pole. The stay wire shall be used with a stay insulator at a height of 5 m above ground level or as specified as per approved drawing with G.I. turn buckle. The mentioned height is for HT Stay insulator or LT 2. The technical specifications as given in the bid documents are covering a range of items, in that case only the material as per the schedule of prices is to be considered. 14. 14.1 SUBMISSION & APPROVAL OF DRAWINGS All drawings submitted by the contractor including those submitted at the time of bid shall 72

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) be with sufficient detail to indicate the type, size, arrangement, dimensions, material description, bill of materials, weight of each component, break-up for packing and transportation, fixing arrangement required, the dimensions required for installation and any other information specifically requested in these specifications 14.2 Each drawing submitted by the contractor shall be clearly marked with the name of the Owner, the specification title, the specification number and the name of the project. All titles, noting, markings and writings on the drawing shall be in English. All the dimensions should be to the scale and in metric units. The contractor shall submit the necessary detailed route plan or other necessary construction drawings for approval to the Owner within 30 days of award of the contract The route plan drawings submitted by the contractor shall be examined by the Owner as far as practicable within 20 days and shall be modified by the contractor, if any modifications and / or corrections are required by the Owner. The contractor shall incorporate such modifications and / or corrections and submit the final drawings for approval. Any delays arising out of failure by the contractor to rectify the drawings in good time shall not alter the contract completion date. The drawings submitted for approval to the Owner shall be in quadruplicate. One print of such drawings shall be returned to the contractor by the Owner marked approved / approved with corrections. The contractor shall thereupon furnish the Owner additional prints as may be required along with one reproducible in original of the drawings after incorporating all corrections. The work shall be performed by the contractor strictly in accordance with these drawings and no deviation shall be permitted without the approval of the Owner, if so required. All manufacturing, fabrication and erection work under the scope of contractor, prior to the approval of the drawings shall be at the contractors risk. The contractor may make any changes in the design which are necessary to conform to the provisions and intent of the contract and such changes will again be subject to the approval by the Owner. The approval of the documents and drawings by the Owner shall mean that the Owner is satisfied that: a) The contractor has completed the part of the works covered by the subject document (i.e., confirmation of progress of work). b) The work appears to comply with requirements of specifications. In no case does the approval by the Owner of any document implies compliance with all technical requirements, nor the absence of errors in such documents. 14.9 The following is the general list of the documents and drawings that are to be approved by the Owner: a) Work Schedule (Master Network) Plan. 73

14.3

14.4

14.5

14.6

14.7

14.8

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) b) Sag tensions calculation and sag template curve drawing. c) Pole spotting data. d) Detailed survey report and profile drawings showing ground clearance and pole locations. e) Pole earthing drawing. f) Pole accessories drawings like danger plate, number plate, phase plates etc. g) AB Cable accessories & hardware drawings. h) Pole foundation (C.C.) drawings. i) Drawing of Conductor cross-arm, all types of Clamps with dimensional details. j) PERT Chart. 15.0 15.1 DESIGN IMPROVEMENTS: The Owner or the contractor may propose changes in the specification and if the parties agree upon any such change and involves the cost implication, the specification shall be modified accordingly. If any such agreement affects the price and schedule of completion, the parties shall agree in writing as to the extent of any change in the price and schedule of completion before the contractor proceeds with the change. Following such agreement, the provision thereof, shall be deemed to have been amended accordingly. Design Co-ordination The contractor shall be responsible for the selection and design of appropriate material / item to provide the best coordinated performance of the entire system. The basic design requirements are detailed out in this specification. The design of various components, subassembly and assemblies shall be so done that it facilitates easy field assembly and maintenance. 15.4 Design Review Meetings The contractor will be called upon to attend design review meetings with the Owner and the consultants of the Owner during the period of contract. The contractor shall attend such meetings at his own cost at Agartala as and when required. Such review meeting shall be held as & when required. 16. 16.1 PACKING All the material shall be suitably protected, coated, covered or boxed and crated to prevent or deterioration during transit, handling & storage at site till the time of erection. The contractor shall be responsible for any loss or damage during transportation, handling and storage due to improper packing. The contractor shall include and provide for securely protecting and packing the materials so as to avoid loss or damage during transport by air, sea, rail and road. 74

15.2

15.3

16.2

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 16.3 All packing shall allow for easy removal and checking at site. Wherever necessary, proper arrangement for attaching slings for lifting shall be provided. All packages shall be clearly marked for with sign showing up & down on. Each package shall be legibly marked by the contractor at his expenses showing the details such as description and quantity of contents, the name of the consignee and address, the gross and net weight of the package, the name of the contractor etc. MONTHLY PROGRESS REPORT For the control of the works by TSECL, the contractor shall prepare detailed monthly progress reports in following form: 17.1 These reports show the progress of material orders and procurement, material shipments, construction and assembly works included in the contract. It will also include but not be limited to commencement dates, percentage of completion (with regards to the affected payments vs. total contract amount excluding escalation and to the physical realization of works) and expected completion dates. Progress reports shall show manufacture, supply and fabrication of goods and construction operations for each item of work, the time work under the contract started to the anticipated completion date, there by indicating the periods during which was previously underway as well as estimated future periods of manufacture and construction operations. Two (2) copies of the monthly progress reports which are prepared at the end of each calendar month by the contractor shall be submitted to TSECL not later than seven (7) days after the close of the reporting period. i) Name of Contractor : ii) Contract No: iii) Contractor's Site Engineer(s): (Name, telephone, and fax. number) iv) Electrical Engineer(s): v) Supervisor(s): vi) Site Test Engineer(s): vii) Commissioning Engineer(s): viii) TSECL's Control Engineer(s): (Name, telephone and fax. number) ix) Electrical Engineer: x) Project Report No: xi) Month from: ....to........ 75

16.4

17.0

17.2

17.3

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 18 MANPOWER DEPLOYMENT REPORT The contractor shall submit to the Owner on the first day of every month a manpower deployment schedule for each activity. The contractor shall also submit to the Owner on the first day of every month a manpower deployment report of the previous month detailing the no. of persons scheduled to have been employed and the manpower employed actually (difference between scheduled and actual). 18.1 Tools, Tackle and Scaffolding The contractor shall provide all the construction equipment, tools, tackle and scaffoldings required for construction, erection and commissioning of the power lines & Sub-Stations covered under the contract. He shall submit a list of all such Tools, Tackle and Scaffolding to the Owner before the commencement of work at site. These tools and tackle shall not be removed from the site without the written permission of the Owner. 18.2 First Aid and General Hygiene The contractor shall provide necessary first aid & reasonable hygiene facilities for all his employees, representatives and workmen working at the site. Enough number of contractors personnel shall be trained in administering first aid. 18.3 Security The contractor shall have total responsibility for all equipment and materials in his custody, stored, loose, semi-assembled and/or erected by him at site. The contractor shall make suitable security arrangements including employment of security personnel to ensure protection of all materials, equipment and works from theft, pilferage and any other damages and loss. 19.0 19.1 19.2 MATERIALS HANDLING AND STORAGE All the supplies under the contract as well as arriving at site shall be promptly received, unloaded and transported and stored in the stores by the contractor. Contractor shall be responsible for examining all the shipment and notify the Owner immediately of any damage, shortage, discrepancy etc for the purpose of Owners information only. The contactor shall submit to the Owner every week a report detailing all the receipts during the week. However, the contactor shall be solely responsible for any shortage or damages in transit, handling and/ or in storage and erection at site. The contractor shall maintain an accurate and exhaustive record detailing out the list of all items received by him from TSECL or as per scope in contract for the purpose of erection and keep such record open for the inspection of the Owner. Each package shall be legibly marked by the contractor/ supplier at his expense showing the details such as description and quantity of contents, the name of the consignee and address, the gross and net weight of the package, the name of the contractor etc. ERECTION CONDITIONS 76

19.3

19.4

20.0

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 20.1 The following shall supplement the conditions already contained in the other parts of these specifications and documents and shall govern that portion of the work on this contract to be performed at site. Regulation of local Authorities and Statutes

20.2

20.2.1 The contractor shall comply with all the rules and regulations of local authorities during performance of his field activities. He shall also comply with the minimum Wages Act, 1948 and the Payment of Wages Act (both of Govt. of India) and the rules made there under in respect of any employee or workman employed or engaged by him or his subcontractor. 20.2.1.1 All registration and statutory inspection fees, if any, in respect of his work pursuant to this contract shall be to the account of the contractor. However, any registration, statutory inspection fees lawfully payable under the provisions of the statutory law and its amendments from time to time during erection in respect of the 11 KV line / LT Line, ultimately to be owned by the Owner, shall be to the account of the Owner. Should any such inspection or registration need to be re-arranged due to the fault of the contractor or his subcontractor, the additional fees to such inspection and /or registration shall be borne by the contractor. 20.3 Contractors Field Operation 20.3.1 The contractor shall keep the Owner informed in advance regarding his field activity plans and schedules for carrying-out each part of the works. Any review of such plan or schedule or method of work by the Owner shall not relieve the contractor of any of his responsibilities towards the field erection, construction & commissioning activities. Such reviews shall also not be considered as an assumption of any risk by the Owner or any of his representatives and no claim of the contractor will be entertained because of the failure or inefficiency of any such plan or schedule or method of work reviewed. The contractor shall be solely responsible for the safety, adequacy and efficiency of tools and plants and his erection methods. 20.3.2 All the materials stored in the open or dusty location must be covered with suitable weather-proof and flameproof covering material as applicable. 20.3.3 The contractor shall be responsible for making suitable indoor storage facilities at various locations to store all items / materials which require indoor storage. 21.0 CONSTRUCTION MANAGEMENT Time is the essence of the contract and the contractor shall be responsible for performance of his works in accordance with the specified construction schedule. If at any time, the contractor is falling behind the schedule for reasons attributable to him, he shall take necessary action to make good for such delays by increasing his work force or by working overtime or otherwise to accelerate the progress of the work and to comply with schedule and shall communicate such actions in writing to the Owner, satisfying that his action will compensate for the delay. The contractor shall not be allowed any extra compensation for such action.

77

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

22.0

FIELD OFFICE RECORDS The contractor shall set up his site offices at different locations to facilitate smooth working. The site offices shall be manned by his supervisors / other staff. The contractor shall maintain at his site office up-to-date copies of all drawings, specifications and other supplementary data complete with all the latest revisions thereto. The contractor shall also maintain, in addition, the continuous record of all changes to the above contract documents, drawings, specifications, supplementary data etc. effected in the field and on completion of his total assignment under the contract shall incorporate data to indicate as installed conditions of the material supplied and erected under the contract. Such drawings and engineering data shall be submitted to the Owner in required number of copies.

23.0

PROTECTION OF PROPERTY AND CONTRACTORS LIABILITY The contractor will ensure provision of necessary safety equipment such as barriers, signboards, warning lights and alarms etc. to provide adequate protection to persons and property. The contractor shall be responsible to give reasonable notice to the Owners and the owners of public or private property and utilities when such property and utilities are likely to get damaged or injured during the performance of his works and shall make all necessary arrangements with such owners, related to removal and /or replacement or protection of such property and utilities.

24.0

CODE REQUIREMENTS The erection requirements and procedures to be followed during the execution of the project shall be in accordance with the applicable Indian / International standards / regulations, as indicated in technical specifications, in line with good engineering practice, the approved / standard drawings and other applicable Indian codes, laws and regulations.

25.0 25.1

FIRE SAFETY & PROTECTION The work procedures that are to be used during the erection shall be those which minimize fire hazards to the extent practicable. Combustible materials, combustible waste and rubbish shall be collected and removed from the site at least once each day. Fuels, oils and volatile or flammable materials shall be stored away from the construction site and equipment and material stores in safe containers. All the contactors supervisory personnel and sufficient number of workers shall be trained for fire-fighting and shall be assigned specific fire protection duties. Enough of such trained personnel must be available at the site during the entire period of the contract. The contractor shall provide enough fire protection equipment of the requisite type and quantity for the ware house, office, temporary structures, labour colony area etc. Access to such fire protection equipment, shall be easy and kept open at all time. FINISHING OF METAL SURFACES All metal surfaces shall be subjected to treatment for anti-corrosion protection. All ferrous 78

25.2

25.3

26.0 26.1

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) surfaces for external use unless otherwise stated elsewhere in the specification or specifically agreed, shall be hot-dip galvanized after fabrication. High tensile steel nuts & bolts and spring washers shall be electro galvanized. All steel conductors including those used for earthing / grounding (above ground level) shall also be galvanized according to IS: 2629. 26.2 HOT DIP GALVANISING

26.2.1 The minimum weight of the zinc coating shall be 610 gm / sq. m and minimum thickness of coating shall be 85 microns for all items thicker than 6mm. For items lower than 6 mm thickness requirement of coating thickness shall be as per relevant ASTM. For surface which shall be embedded in concrete, the zinc coating shall be 610 gm / sq. m minimum. 26.2.2 The galvanized surfaces shall consist of a continuous and uniform thick coating of zinc, firmly adhering to the surface of steel. The finished surface shall be clean and smooth and shall be free from defects like discolored patches, bare spots, unevenness of coating, smelter which is loosely attached to the steel globules, spiky deposits, blistered surface, flaking or peeling off, etc. The presence of any of these defects noticed on visual or microscopic inspection shall render the material liable to rejection. 26.2.3 After galvanizing, no drilling or welding shall be performed on the galvanized parts of the equipment except that nuts may be threaded after galvanizing. Sodium dichromate treatment shall be provided to avoid formation of white rust after hot dip galvanization. 26.2.4 The galvanized steel shall be subjected to six one minute dips in copper sulphate solution as per IS-2633/72. 26.2.5 Sharp edges with radii less than 2.5 mm shall be able to withstand four immersions of the standard pierce test. All other coatings shall withstand six immersions. The following galvanizing tests should essentially be performed as per relevant Indian Standards. - Coating thickness - Uniformity of zinc - Adhesion test - Mass of zinc coating 26.2.6 Galvanized material must be transported properly to ensure that galvanized surfaces are not damaged during transit. Application of zinc rich paint at site shall not be allowed. 26.3 PAINTING

26.3.1 All sheet steel work shall be degreased, pickled, and phosphated in accordance with the IS6005 Code of practice for phosphating iron and sheet. All surfaces that will not be easily accessible after shop assembly, shall beforehand be treated and protected for increasing the life of the equipment. The surfaces, which are to be finished painted after installation or require corrosion protection until installation, shall be shop painted with at 79

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) least two coats of primer. Oil, grease and dirt shall be thoroughly removed by emulsion cleaning. Rust and scale shall be removed by pickling with dilute acid followed by washing with running water, rinsing with slightly alkaline hot water and drying. 26.3.2 After phosphating, thorough rinsing shall be carried out with clean water followed by final rinsing with dilute dichromate solution and oven drying. The phosphate coating shall be sealed with application of two coats of ready mixed, stoving type zinc chromate primer. The first coat may be flash dried while the second coat shall be stoved. 26.3.3 After application of the primer, two coats of finishing synthetic enamel paint shall be applied, each coat followed by stoving. The second finishing coat shall be applied after inspection of first coat of painting. 26.3.4 The exterior color of the paint shall be as per shade no: 697 (for outdoor) & 692 (for indoor) of IS-5 and inside shall be glossy white for all equipment, marshalling boxes, junction boxes, control cabinets, panels etc. unless specifically mentioned under respective sections of the equipments. Each coat of primer and finishing paint shall be of slightly different shade to enable inspection of the painting. A small quantity of finishing paint shall be supplied, for minor touching up required at site after installation of the equipments. 27.0 27.1 HANDLING, STORING AND INSTALLATION In accordance with the specific installation instructions as shown on manufacturers drawings or as directed by the Owner or his representative, the contractor shall unload, store, erect, install, wire, test and place into commercial use all the equipment included in the contract. Equipment shall be installed in a neat, workmanlike manner so that it is level, plumb, and square and properly aligned and oriented. 27.2 Contractor may engage manufacturers engineers to supervise the unloading, transportation to site, storing, testing and commissioning of the various equipment being procured by them separately. Contractor shall unload; transport, store, erect, test and commission the equipment as per instructions of the manufacturers supervisory engineer(s) and shall extend full cooperation to them. In case of any doubt / misunderstanding as to the correct interpretation of manufacturers drawings or instructions, necessary clarifications shall be obtained from the Owner. Contractor shall be held responsible for any damage to the equipment consequent to not following manufacturers drawings/ instructions correctly. All components shall be protected against damage during unloading, transportation, storage, installation, testing and commissioning. Any equipment damaged due to negligence or carelessness or otherwise shall be replaced by the contractor at his own expense. Contractor shall be responsible for examining all the shipment and notify the Owner immediately of any damage, shortage, discrepancy etc. for the purpose of Owners information only. The contractor shall submit to the Owner every week a report detailing all the receipts during the weeks. However, the contractor shall be solely responsible for any shortages or damages in transit, handling and/or in storage and erection of the equipment at 80

27.3

27.4

27.5

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) site. Any demurrage, wharfage and other such charges claimed by the transporters, railways etc. shall be to the account of the contractor. 27.6 The contractor shall be fully responsible for the equipment / material until the same is handed over to the Owner in an operating condition after commissioning. Contractor shall be responsible for the maintenance of the equipment / material while in storage as well as after erection until taken over by Owner, as well as protection of the same against theft, element of nature, corrosion, damages etc. Where material / equipment is unloaded by Owner before the contractor arrives at site or even when he is at site, Owner by right can hand over the same to contractor and there upon it will be the responsibility of contractor to store the material in an orderly and proper manner. The contractor shall be responsible for making suitable indoor storage facilities, to store all equipment which requires indoor storage. The words erection and installation used in the specification are synonymous.

27.7

27.8 27.9

27.10 Exposed live parts shall be placed high enough above ground to meet the requirements of electrical and other statutory safety codes 27.11 The design and workmanship shall be in accordance with the best engineering practices to ensure satisfactory performance throughout the service life. If at any stage during the execution of the contract, it is observed that the erected equipment(s) do not meet the above minimum clearances as required under Indian Electricity Rules 1956, the contractor shall immediately proceed to correct the discrepancy at his risks and cost. 28.0 OPERATING AND MAINTENANCE INSTRUCTIONS: These instructions, prepared by the contractor in English, shall give sufficient details to enable the Owner to maintain, dismantle, reassemble and adjust all parts of the equipment and shall contain the following information. Table of content List of illustration Introduction The instructions shall contain: - General technical characteristics - A brief general description of the equipment and - A definition of the technical terms used in subsequent paragraphs of the instruction Book 28.1 Detail description: This shall contain a complete and accurate description of the equipment, its assembly and dismantling, as well as components and accessories. An accurate list stating clearances, tolerances, temperatures, fits, etc. is required. 81

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 28.2 28.3 Operating principles: A brief summary of the technical operating basis of the equipment, including diagrams, circuit diagrams and similar ones. Operating instructions: The instructions shall be accurate and easy to understand and shall contain the sequence of individual manipulations required for operation of the equipment, table lists and graphic presentation should be used as far as possible for making the description understood more readily. All labels, instructions on equipment shall be written in English by the contractor. Testing and adjustment: The entire testing and adjustment procedure for equipment after overhauls and during operation shall be dealt in accordance with maintenance instructions which are divided in to the following three parts. 1. Preventive maintenance indicating the inspection required at regular intervals, the inspection procedure, the routine cleaning and lubricating operations, the regular safety check and similar steps. 2. Repair and adjustment, describing the inspections, fitting and dismantling of parts, fault tracing as well as repair and adjustment procedure. 3. Spare parts list, containing all the necessary data for ordering spare parts. 29.0 29.1 29.2 Erection Specifications for Cable lay- ing: Scope Scope includes erection, laying, installation, testing and commissioning of the cable system. Standards: The work shall be carried out by best workmen in conformity with this specification, codes of practice of Indian Standards Institution, approved drawings and instructions of Engineer in charge or authorized representative. In case of any conflict between the standards, the instructions of Engineer in charge shall be binding. 29.3 Cable laying: 29.3.1 Cables as far as possible shall be laid in complete, uncut lengths from one termination to the other. 29.3.2 Cables shall be properly arranged in the trenches such that criss crossing is avoided and final take off to feeder pillars / poles or as required as specified or as per approved drawing is facilitated. Contractors are responsible for arrangement of cables in cable trench. Adequate sizes of GI pipe sleeves shall be utilized for end termination of cable. Pipe sleeves shall be laid at an angle of maximum 45 to the trench wall. In case of larger dia cables i.e. 50 mm and above adequately sized pipe with larger bend radius shall be provided for ease of drawing of cable or for replacement. In place where it is not possible, a smaller trench may be provided as approved by Engineer in charge. 29.3.3 Each underground cable shall be provided with identity edges of lead securely fastened every 30 m of its underground length with at least one tag at each end before the cable enters the ground. Cable markers shall be provided as directed at every 30 m and at cable joint locations. 82

28.4

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 29.3.4 Temporary ends if any shall be protected against dirt and moisture and prevents damage to the insulation. Proper PVC or rubber insulating tape shall be used. Use of friction type or fabric tape is not permitted. Lead sheathed cables shall be plumbed with lead alloy. 29.3.5 Cables shall be handled carefully during installation to prevent damage to the cables. Protective pipes shall be used as and when required as directed. 29.3.6 Cables laid underground in excavated cable trenches shall be as per the approved drawings. Trenches shall be of sufficient depth and width for laying of all cables. Cables shall be spaced properly so that heat dissipation is attained. Minimum depth of buried cable trench shall be 1100 mm for HV cables. The depth and width of the trench may vary depending on the number of layers of cables as per Indian Standards. Cables shall be laid in trenches as shown in the drawing. Before laying the cable the bottom of trench shall be filled with sand 150 mm of depth duly leveled. The cables laid on this sand shall be covered with further 150 mm depth sand on top of largest diameter of the cable. Sand shall be lightly pressed. Protective covering of suitable bricks / HT tiles/ half round slab as specified and as per approved drawings shall be provided before back filling the trench with soil, rammed and levelled. 29.3.7 Insulation resistance test of all the cables shall be taken in presence of Engineer in charge. Defective cables shall be immediately replaced before laying of cables of other groups. 29.3.8 Suitable GI / HDPE/ RCC hume pipes for protection as directed shall be provided as required. Cable ends shall be drawing carefully through such pipes to prevent damage to the cable. Radius at bending shall not be less than the recommended bending radius of the cables specified by the manufacturer. Standard gauge of pipe filling shall be used for sizing the pipe. After installation and testing of cables, conduit ends shall be plugged with a suitable weatherproof plastic compound / putty for sealing purpose as directed. No extra payments shall be allowed for the laying. 29.3.9 Prior approvals for cutting holes for laying cable in existing structures and foundations shall be obtained from the Engineer in charge. 29.3.10. At road / railway / canal crossing where cable enters pipe sleeves, adequate bed of sand shall be given so that the cable do not slack and get damaged by pipe ends. 29.3.11. Drum number shall be recorded for each cable in cable schedule. Cables shall be routed so that they are not subjected to heat from adjacent hot pipings and vessels. 29.3.12 Appropriate support shall be provided to prevent sagging of cable. Distance between supports shall be maximum 450 mm for HT cable. 29.3.13 GI pipes laid for cable laying shall be bend with hydraulically operated bending machine.(which is to be arranged by the contractor).Bends of pipes shall be placed in such a way that they are concealed in wall, soil or structures. The open end of the pipes shall be suitably plugged with plugs supplied by the contractor at no extra cost. 29.3.14 Supporting angles for cables shall be suitably clamped / tied by means of nylon cords and 83

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) the angles shall be painted before laying the cables. The paint shall be done with one coat of red lead paint and two coats of approved bituminous aluminum paint unless otherwise specified. 30.0 Termination: The 11 kV cable termination / joints shall be done by skilled and experienced jointers having cable jointing proficiency certificate from appropriate authority. Termination including supply of jointing kit is included in the contractors scope unless specified otherwise. Termination kits shall be suitable for termination of the cables to indoor switchgear or to weather proof feeder pillar of an outdoor mounted transformer and for termination at poles. The terminating kits shall preferably be as of the following types. Heat shrinkable type. Straight through jointing kits shall be suitable for underground installation with uncontrolled backfill and possibility of flooding by water. The jointing kit shall be preferably of Heat shrinkable type 30.1 Tests: Before commissioning, the insulation resistance of every circuit shall be measured from phase to phase and from phase to ground with 2.5 / 5 KV Megger both before and after backfilling. D.C High voltage 18 KV test shall be conducted after installation on Cables and test results be recorded as per TSECL format in presence of Engineer in charge.

84

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

SECTION-VI
TECHNICAL SPECIFICATION SECTION INDEX - Technical Specification of Equipment, Materials & Accessories. A. 1. ACESSORIES SUITABLE FOR LT AERIAL BUNCHED CABLE SCOPE: This specification covers manufacturing, testing before dispatch, supply and delivery F.O.R. Destination of Hardware / Accessories suitable for HT & LT Aerial Bunched XLPE Insulated PVC sheathed phase Conductor (Aluminum) Cables with bare Messenger Wire for 11 KV and Insulated Neutral-cum-Messenger Wire for LT Overhead lines suitable for working voltage up to & including 1100 Volts as per relevant REC Construction / NFC standards. The Hardware / Accessories to be supplied are Suspension Clamp assembly(Aluminum Alloy),Bracket for Suspension Clamp, Eye Hook for use with pole clamp, stainless steel strap & buckles to erect AB Cables on ST Pole / PCC / Girder Pole, Aluminum alloy Dead End Clamp / Anchoring Clamp(Wedge Type) Assembly and Aluminum Bracket, stainless steel strap& buckles, Insulation Piercing Connectors with insulation cover, pre insulated compression type Straight Through Ferrules along with Nuts, Bolts, and Washers. The requirement of Hardware shall be as per schedule annexed. It may be noted that the quantity in the schedule is tentative and successful contractor is to work out actual before commencing work subject to approval of TSECL 2. APPLICABLE STANDARDS Unless otherwise stipulated in this specification the following standards with latest amendments shall be applicable: (i) REC Specification No.84/2010, NFC 33-040, NFC 33-041 (ii) REC Specification No.83/2010, NFC - 33-020: (iii) NFC - 33-004: Electrical Ageing Test. (iv) IS 14255: LV Aerial Bunched Cable. 3. GENERAL REQUIREMENTS: The hardware/accessories should be suitable for AB Conductor required as under: The phase conductors of LT Lines shall be 120 / 95 / 70 / 25 sq.mm. and street light conductor 16sq. mm. XLPE insulated and neutral cum messenger conductor shall be 25 / 50 / 70 / 95 sq.mm. bare heat treated aluminum silicon conforming to IS: 398 (Part- IV) 1979 and its latest amendment, if any. 4.1. SUSPENSION CLAMP ASSEMBLY: a) The suspension clamp shall conform to NFC 33-040 standard and to be fitted with a bracket made of corrosion resistant aluminum alloy, dimensions and strength of which 85

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) are to be as per NFC 33-040 b) The suspension clamp shall provide sufficient flexibility to allow for movement of clamp at both straight run and angle locations. c) The suspension clamp shall be capable of holding bare Al. Alloy messenger wire of size 95 / 70 /50 / 25 sq.mm. The suspension clamp assembly suitable for 95 and 70 sq.mm should have tensile strength of 15 KN and 50 and 25 should have strength of 12 KN min. d) The suspension clamp shall have good finish and shall be free from all flaws, sharp radius of curvature and edges shall be suitably rounded off. e) The design of clamp shall be bolt-less, neutral messenger should be fixed by an adjustable grip device. There should not be any loose part in the process of clamping. f) The Suspension clamp shall be made fully of insulating type of mechanically strong and weather resistant plastic for protection of phase cable. g) The suspension clamp shall be provided with suitable Aluminum bracket, Stainless Steel Strap, Buckle to erect them on PCC / Steel tubular /RS Joist/ Rig Poles. h) The performance/ test requirements shall be as per NFC 33-040 standards or other prevailing standards. i) The one No. suitable tool for striping & cutting has to be supplied free of cost with each lot of 300 Nos. (or part thereof) of suspension clamp assembly. 4.2. ANCHORING CLAMP/ DEAD END CLAMP ASSEMBLY: a) The anchoring clamp / dead end clamp assembly shall conform to NFC 33-041 standard and be supplied along with Aluminum bracket for clamping the same on poles. b) The anchoring clamp (dead end assembly) shall be capable of holding bare Al. Alloy messenger wire of size of 95 / 70 /50 / 25 sq.mm. The anchoring assembly suitable for 95 and 70 sq. mm should have tensile strength of 20 KN and 50 and 25 should have strength of 10 KN min. c) The anchoring clamp / dead end assembly shall have good finish and shall be free from all flaws, sharp radius of curvature and edges shall be suitably rounded off. d) The design of clamp shall be boltless i.e. no tools required to clamp the messenger wire. Wedge type clamps shall be used for clamping the messenger without damaging the strands of the bare messenger. The clamp shall be of aluminum body with fully insulating type of mechanical and weather resisting thermoplastic wedges. e) The Anchoring Clamp shall be supplied with a stainless steel flexible Rope to connect the Tension Clamp to the Eye Hook. The flexible Rope forming part of clamp should be of length to maintain at least 150 mm distance between Al. Pole bracket and body of clamp. The rope should have sufficient flexibility to ease the tensional movement of the ABC system. f) The anchoring clamp / dead end assembly shall be provided with suitable Aluminum bracket, Stainless Steel Strap, Buckle to erect them on PCC/Steel tubular/RS Joist/Rig poles having top and bottom dimensions as per NFC 33-041 or other applicable 86

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) Indian/International Standards. However, the size and no. of pole clamps should be computed as per requirement invariably before supply. g) The performance/ test requirements shall be as per NFC 33-041 standards. h) The one No. suitable tool for striping & cutting has to be supplied free of cost with each lot of 400 Nos. (or part thereof) of anchor clamp assembly. 4.3. INSULATION PIERCING CONNECTORS: a) The L.T. Insulating Piercing Connectors are used for making Tee or Tap off connections to an Aerial Bunched Cables suitable up to 1.1 KV, service voltage 0.6 KV. b) The L.T. Insulation Piercing Connectors shall conform to NFC-33-020. c) The L.T. Insulation Piercing Connectors shall be of following type: Type I -A I -B II -A II -B Main Cable 16-95 Sq.mm. 50-120 Sq.mm. 16-95 Sq.mm. 16-120 Sq.mm. Tap Off Cable 16-95 Sq.mm. XLPE 50-120 Sq.mm. XLPE 1.5-10 Sq.mm. XLPE 6-50 Sq.mm. XLPE End Cap suitable for Sealing Branch 16-95 Sq.mm. XLPE 50-120 Sq.mm. XLPE 1.5-10 Sq.mm. XLPE 6-50 Sq.mm. XLPE

d) The L.T. Insulation Piercing Connectors are designed to make a connection between the uncut main conductor & a branch cable conductor without removing the insulation and with single tightening. The IPC will first pierce the insulation, and then make good electrical contact between the main & the branch conductor while simultaneously insulating & sealing the connection. The piercing teeth shall be made of Copper Alloy. e) The Insulation Piercing Connectors must be suitable for application by one worker working alone with a 17mm/ 13mm/ 10mm wrench. f) The Insulation Piercing Connectors must be equipped with Aluminum alloy/thermoplastic shear heads with minimum & maximum torque as indicated by the manufacturer and within the range specified in NFC 33-020. g) The Insulation Piercing Connectors shall be water proof & the water tightness shall be ensured by appropriate elastomeric material. h) The Connector shall have removable end cap for sealing cut end of the branch cable enabling tapping on either side of the connector with the connector being in its vertical position with bolt head upward. The end cap shall be rigid of slide type enabling easy 87

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) positioning. The end cap shall be equipped with a water tightness seal. i) Rubber seal around piercing teeth shall be compatible with grease used. Rubber seal shall be designed in a manner to provide proper sealing around the piercing & to avoid the damage to conductor insulation beyond piercing point. Rubber parts shall comprised of material that exhibit resistance to aging caused by heating or other weather conditions. j) All the insulating material used shall be UV resistant & fire retardant. Metallic parts shall be non corrosive surface treatment. Exposed metallic parts shall be potential free during & after connector mounting. k) The Insulation Piercing Connectors shall have good finish and shall be free from all flaws, sharp radii of curvature and suitably rounded off. l) The performance / test requirements of insulation piercing connectors shall be as per NFC Standards 33-020. m) Type Test Certificates of both the model must be furnished with tender. The IPC offered, sample submitted and the IPC on type test carried out has to be of same design. This is applicable for both the model. Type test has to be conducted as per NFC 33 020 strictly in any internationally recognized labs like COFRAC/NABL Accredited Lad. 4.4. EARTHING / NEUTRAL CONNECTOR: a) The L.T. earthing / neutral Connectors are used for making Tee or Tap off connections to an Aerial Bunched Cables bare neutral messenger suitable upto 1.1 KV, service voltage 0.6 KV. b) The L.T. earthing / neutral Connectors shall conform to NFC-33-020. c) The connector bodies shall be made entirely of mechanical and weather resistant plastic insulation material made of weather & UV resistant reinforced polymer and no metallic part outside the housing is acceptable except for the tightening bolt or nuts. d) Any metallic part that is exposed must not be capable of carrying a potential during or after connector installation. e) The connector shall be water proof and the water tightness shall be ensured by appropriate elastomeric materials and not by grease, gel or paste alone. Grease can be applied to protect the contact baled alone and shall not be visible on the outer surface of the connector. Connector should not be dipped in grease. f) Design of IPBC should be such as to not cause damage to insulation of adjacent conductors due to vibration and relative movement during service. g) All the metallic parts of the connector should be corrosion resistant and there should not be any appreciable change in contact resistance & temperature after overloads & load cycling and should be contractor to the long duration tests specified in this standard. h) The performance/ test requirements of insulation piercing connectors shall be as per NFC Standards 33-020. i) Type Test Certificates of both the model must be furnished with tender. The connector 88

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) offered, sample submitted and the IPC on type test carried out has to be of same design. This is applicable for both the model. Type test has to be conducted as per NFC 33 020 strictly in any internationally recognized labs like COFRAC/NABL Accredited Lad. 4.5. MID SPAN JOINT a) The sleeves should be pre insulated for phases and street lighting conductors. A bare aluminum alloy sleeve shall be used for neutral messengers. b) The phase conductor aluminum sleeve shall be insulated with an anti UV black thermoplastic tube sealed with 2 flexible rings. c) Mid span joint should have tensile strength equal or greater than tensile strength of messenger conductor and as per relevant IS for respective cores of AB Cable. d) Suitable crimping tool has to be provided to have constant quality of crimping, free of cost 1no. with each lot of 50 nos. of mid span joint. The Crimping tool shall cover all the indicated sizes of mid span joint and bimetallic lugs. Crimping tool should be hand operated hydraulic type and needs to be of 50KN crimping force as per NFC 33 021. e) Type Test Reports of the same has to be submitted from any NABL Accredited lab or accredited by ILAC signatory organizations like COFRAC as per NFC 33-021. 4.6 STAINLESS STEEL STRAPS a) Stainless steel strap should be of size width 20mm 0.2 and thickness 0.7mm 0.05 mm and shall have a tensile strength of 7.5KN min., elongation 30% Min, finish 2B. b) The stainless steel material shall be of high mechanical strength, corrosion and wear resistant as per ASTM SS 202 or equivalent. c) Tensile strength of strap is to be min 7.5KN to be tested on a loop with buckle. Number of loops for mounting the bracket on pole to be allocated as per load requirement for deadend and suspension clamp specified in this specification. d) The SS Strap should be engraved with the name of the Manufacturer, the date of manufacturing and length at a distance of approx. 250 mm. e) Stainless steel straps to be supplied as a roll of 50 meters in a plastic dispensable case for easy handling 4.7 STAINLESS STEEL BUCKLES a) Stainless steel buckles is to be made of SS 304 to suit above strap and shall be used to tension & fix it. It should have a slot width of not less than 20.5 mm x 1.5 mm. b) Stainless Steel buckles are to be supplied in bags of 100 nos. 5. The above hardware/ accessories shall be suitable for use with LT Aerial Bunched XLPE Insulated Cable conforming to IS: 14255/l995 of following sizes.
1

2 3

3x25 + 1x16 + 1x25 sq.mm bare messenger 3X50+16+1X50 sq.mm bare messenger 3x70 + 1x16 + 1x50 sq.mm bare messenger 89

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 4 5 3x95 + 1x16 + 1x70 sq.mm bare messenger 3x120 + 1x16 + 1x95 sq.mm bare messenger

Note:- The first part of the designation refers to the number and size of insulated phase conductor and the middle refer to insulated Street light conductor and last refers to the size of bare messenger/neutral wire. The sizes shown are the nominal cross sectional area of the conductors. 6. DRAWINGS: i. A drawing / picture clearly showing principal parts & dimensions for all products should be submitted along with the offer. ii. The principal outer dimensions of each item, 1 x b x w in mm and weight in gms. should be submitted along with the offer. Few examples of drawings of various accessories are to be attached with tender. However, bidders are advised to submit their own design /drawings of respective item duly type tested as per relevant standards. The successful bidder within two weeks of placement of order shall furnish three sets of final versions of all drawings of hardware/ accessories for owners approval along with sample finalized. 7. 7.1 7.2 TESTS & TESTS CERTIFICATES: The AB Cable Hardware / accessories should meet the requirement of all tests as specified in respective NFC standard and their latest amendments. The bidder shall furnish latest complete type test certificates (should not be older than 5 years) prescribed in respective NFC standard from any NABL Accredited / CPRI, Bangalore / CPRI, Bhopal/ CPRI, Muradnagar testing laboratory or a International Laboratory Accreditation Corporation accredited lab like COFRAC certified laboratory. The TSECL shall reject the offer of the bidder who does not have valid type test report. Type test:The following shall constitute Type tests for Suspension and Dead end Clamps. i) Tensile Test on Brackets. ii) Tensile / Mechanical Test on sub-assembly. iii) Slippage Test (for suspension Clamp only). iv) Voltage test on assembly. v) Corrosion Test. vi) Climatic Test. vii) Endurance test under Mech and Thermal Stress (for Anchor Clamps only). The following shall constitute Type tests for insulation Piercing Connectors and Neutral Connectors 90

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) i) Mechanical - Electrical Continuity and Shear head & mechanical behavior. - Effect of tightening the mechanical strength of main core. - Checking mechanical strength of tap core. ii) Voltage test - 6KV water immersion iii) Water tightness test (only for neutral connectors) iv) Climatic Ageing Test v) Corrosion Test vi) Electrical ageing test Acceptance Tests: - The following shall constitute acceptance tests: For Anchor Assemblies i) Visual * ii) Dimensional (as per SCD and Overall dimensions submitted with tender ) * iii) Mechanical Test on bracket ** iv) Mechanical test on clamp ** v) Voltage Test * For Suspension Assemblies i) Visual * ii) Dimensional (as per SCD and Overall dimensions submitted with tender) * iii) Mechanical Test on Bracket ** iv) Mechanical tests on Clamp ** v) Voltage Test * For Insulation Piercing Connectors and Neutral Connectors i) Visual * ii) Dimensional (as per SCD and Overall dimensions submitted with tender) * iii) Mechanical * iv) Electrical Continuity and Shear head & mechanical behavior. v) Voltage Test * The above tests are to be carried out as per sampling plan below.

91

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

In case of random failure/defect, double the sample lot is to be drawn and there should be no failure/defect exceeding half the permissible defects (rounded down) shown in the chart. Lot Size Sample Size Upto 100 101 - 500 501 - 2500 2501 and above 2 5 10 For test Marked * Max permissible Nil 1 2 For test Marked ** Sample Size 1 2 2 4 Max permissible Nil Nil Nil 1

10 +0.2% 2 + 10% of additional sample quantity

The bidder must also clearly indicate various testing facilities available at their works for testing the material as per relevant standard. In case of other particulars of the place such testing is proposed to be conducted during the course of inspection shall be indicated with the offer. 8.0 8.1 INSPECTION: The inspection may be carried out by the owner at any stage of manufacture. The successful bidder shall grant free access to the owners representative at reasonable time when the work is in progress. Inspection and acceptance of any equipment / material under this specification by the owner shall not relieve the contractor of his obligation of furnishing equipment in accordance with the specification and shall not prevent subsequent rejection if the equipment / material are found to be defective. The acceptance tests shall be carried out as per relevant REC construction / NFC standards/ ISS as applicable. The contractor shall keep the owner informed in advance about the manufacturing program so that arrangement can be made for inspection. The owner reserves the right to insist for witnessing the acceptance /routine tests of the bought out items. ACCEPTABILITY OF SUPPLIED MATERIAL: One No. sample from each Lot of Hardware of each size as received in owner's store shall be sealed for getting it acceptance / routine tests as per relevant REC/NFC Standard/ISS from any of NABL accredited testing laboratory at contractors cost. 92

8.2 8.3 8.4 9.0

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) In case sample from first lot fails then: i) Contractor shall have to replace the full quantity of the respective lot supplied to various stores and lying unused at stores. ii) For the quantity already utilized against the order in field a deduction of @ 50% (Fifty Percent) of F.O.R. Destination price of the material supplied shall be made or it shall be replaced. This will be at the discretion of competent authority of TSECL. iii) Sample from the replaced lot shall be selected again for acceptance / routine test. All test charges incurred towards acceptance / routine test of the material for second time shall also be borne by the Contractor. In case sample again fails in the test then further supplies shall not be accepted. 10.0 11. 11.1 11.2 11.3 EMBOSSING & IDENTIFICATION: It should be provided in each piece as per Clause No.3 of the relevant NFC standards. PACKING, MARKING & FORWARDING: All hardware fitting shall be packed in suitably sized double Gunny Bags. The gross weight of the packing shall not normally exceed 50 Kgs. to avoid handling problems. Suitable cushioning, protective padding or spacer shall be provided to prevent damage to or deformation of the hardware during transit and handling. All identical items shall be dispatched to destination duly assembled and packed. Bolts, Nuts, Washers etc. shall be packed duly installed and assembled with the respective parts and suitable measures shall be taken to prevent their transit loss. All packing cases shall be marked legibly and correctly so as to ensure their safe arrival at their destination and to avoid the possibility of goods being lost or wrongly dispatched on account of faulty or illegible marking. Each case / crate shall have all the markings stenciled on it in indelible ink. GUARANTEED TECHNICAL PARTICULARS: The bidder shall furnish guaranteed technical particulars in the relevant schedule as per Annexure (A). 13. Offers without required GTP, Samples, Type Test reports, Drawings, Dimensions, and Copies of Purchase orders shall be considered incomplete / non-conforming offers and shall be liable to be rejected. Annexure (A) Schedule of Guaranteed Technical Particulars

11.4

12.

SUSPENSION / DEAD END CLAMP ASSEMBLY FOR BARE MESSENGER WIRE a) Dead end clamp Assembly for LT AB Cable Sl No 1 Parameters Name & Address of the Manufacturer 93 To be specified by bidder

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 2 3 4 5 6 7 8 9 10 11 12 13 14 Standard (NFC 33-041 with latest amendments.) Range of messenger size Type of Design Installation (with / without disassembly) Type & grade Metallic / Non-metallic Material Marking Color of Non-metallic parts Dimensions (mm) Approximate weight (Kg) Breaking Load (KN) Di-Electric test (Min 6 KV AC for 1 minute) Maximum load holding capacity (KN) Is type test report enclosed as per NFC 33-041 b) Suspension clamp Assembly for LT AB Cable Sl No 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Parameters Name & Address of the Manufacturer Standard (NFC 33-040 with latest amendments.) Range of messenger size Type of Design Installation (with / without disassembly) Is bracket & movable link included Type & grade Metallic / Non-metallic Material Marking Color of Non-metallic parts Dimensions (mm) Approximate weight (Kg) Breaking Load (KN) Di-Electric test (Min 6 KV AC for 1 minute) Maximum load holding capacity (KN) Is type test report enclosed as per NFC 33-040 94 To be specified by bidder

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) c) S.S Strap Sl No 1 2 3 4 5 6 7 Parameters Material composition Weight of the material Strap width and thickness with tolerance Marking (Make and Date Code) Yes / No Indication of length (250mm) Yes / No Dispensable plastic carrying case for a roll of 50m Yes / No Type test report for Tensile strength enclosed d) S.S Buckle Sl No 1 2 3 4 5 6 Parameters Material composition Weight of the material Accommodated width and thickness of strap Marking (Make) Yes / No Supplied in a box of 100 Nos Yes / No Type test report for Tensile strength with strap enclosed To be specified by bidder To be specified by bidder

INSULATING PIERCING CONNECTOR FOR AERIAL BUNCHED CABLE Sl No 1 2 3 4 5 6 Parameters Name of the Bidder Name & Address of the Manufacturer Standard (NFC 33-020 with latest amendments.) Are GA drawings enclosed? Are experience certificate enclosed? Insulation Piercing Connectors range (a) Main : 16 - 95 mm2, Branch (Tap off): 16 - 95 mm2 Insulation Piercing Connectors range (b) Main : 50 - 120 mm2, Branch (Tap off): 50 - 120 mm2 95 To be specified by bidder

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) Insulation Piercing Connectors range (c) Main : 16 - 95 mm2, Branch (Tap off): 1.5 - 10 mm2 Insulation Piercing Connectors range (d) Main : 16 - 120 mm2, Branch (Tap off): 6 - 50 mm2 Is any metallic part carrying potential in operation exposed during installation? Material used for teeth Are end caps for branch cable provided? a) Slide on type b) Rigid Are torque limiting shear heads provided on tightening bolts? Rated tightening torque (Nm) Torque for establishing connection between Main & Branch (Nm) Max. Tensile Load for no Break down of main conductor. (Kg) Max. Tensile Load on Branch conductor for no slippage/break. (Kg) Voltage withstand under water immersion Electric aging test report enclosed? No. of cycles Max. Temp. in each cycle (Deg.) Is type test report enclosed as per NFC33020

7 8 9

10 11 12 13 14 15 16 17 18 19

EARTHING CONNECTOR (FOR NEUTRAL CONNECTION) Sl No 1 2 3 4 5 Parameters Name of the Bidder Name & Address of the Manufacturer Standard (NFC 33-020 with latest amendments.) Are GA drawings enclosed? Are experience certificate enclosed? To be specified by bidder

96

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 6 Neutral Connectors range (i) Main : 16 - 95 mm2, (Bare Neutral Messenger) Branch (Tap off): 1.5 - 10 mm2 (Insulated ) (ii) Main : 16 - 95 mm2, (Bare Neutral Messenger) Branch (Tap off): 4 - 35 mm2 (Insulated ) Is any metallic part carrying potential in operation exposed during installation? Material used for teeth Are end caps for branch cable provided? Slide on type Rigid Are torque limiting shear heads provided on tightening bolts? Rated tightening torque (Nm) Torque for establishing connection between Main & Branch (Nm) Max. Tensile Load for no Break down of main conductor. (Kg) 14 Max. Tensile Load on Branch conductor for no slippage/break. (Kg) Voltage withstand under water immersion Electric aging test report enclosed? No. of cycles Max. Temp. in each cycle (Deg.) Is type test report enclosed as per NFC 33-020

7 8 9

10 11 12 13 14 15 16 17 18 19

97

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

Suspension Messenger)

Clamp

Assembly

(For

25

50

mm2

Bare

98

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

Suspension Clamp Assembly (For 70 - 95 mm2 Bare Messenger )

99

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

3.) Dead Clamp Assembly (For 25 - 50 mm2 Bare Messenger)

100

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

4.) Dead-Clamp Assembly (For 70 - 95 mm2 Bare Messenger)

101

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

5.) Stainless Steel Strap and Buckle

102

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

6.) Insulation Piercing Connector (Type I-A)

103

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

7.) Insulation Piercing Connector (Type I-B)

104

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

8.) Insulation Piercing Connector (Type II-A)

105

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

9.) Insulation Piercing Connector (Type II-B)

106

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

10.) Neutral Connector: SERVICING

107

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

11.) Neutral Connector: Servicing / Earthling.

108

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

B. 1.

HEAT SHRINKABLE TYPE TERMINATIONS FOR 11 KV XLPE CABLES SCOPE: This section covers the standard technical requirements of design, manufacturing, testing at works, and transportation to site, insurance, storage, erection and commissioning of heat shrinkable type terminations suitable for 11 KV 3-core XLPE insulated, screened, armored, with aluminum conductor cables suitable for earthed system and conforming to IS:7098 (Part-II)-1985 with latest amendment or the equivalent International Standards.

2.

STANDARD: The performance as well as type test requirements of all type of kits referred under scope shall conform to stipulations of IS: 13573/1992 or the equivalent International Standards with latest amendments. All the electrical & physical parameters of terminations should also conform to the corresponding parameters of XLPE cables referred under SCOPE of this specification, as per IS: 7098 (Part-II)-1985 (with latest amendments, if any) or equivalent international standards

3. 4.

CLIMATIC CONDITIONS: As mentioned in the General Climatic Conditions in clause 9 of Sec-IV. REQUIREMENT: The heat shrinkable / push on type terminations offered shall be of proven design and make, which have already been extensively used and fully type tested.

5.

GENERAL REQUIREMENT: The purpose of this specification is to specify the performance requirements of termination kits for the use on 50 c/s 3 phase system with solidly earthed neutral for working voltage of 11 KV. Earthing arrangement shall be as per relevant standard and details of earthing arrangement offered shall be submitted along with the inspection offer. The material to be used should be inert and capable of resisting degradation during the service of cable system. The kit shall be provided with protection against rodents and termite attack.

5.1

Heat Shrinkable Type (Terminations) : The term heat shrinkable refers to extruded or moulded polymeric materials which are cross-linked to develop elastic memory and supplied in expanded or otherwise deformed size / shape, subsequently heated in an un-constrained state to a temperature above the shrink temperature resulting in the material recovering or shrinking to its original shape.

5.1.1

Since the sealant or adhesives (to be used for environment sealing) between the heat shrinkable materials and XLPE cables shall be exposed to high electrical stresses, they must be track resistant. The heat shrinkable polymer materials being used for external leakage insulation between the high voltage of conductors and grounds should be weather resistant. 109

5.1.2

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 5.1.3 5.1.4 5.1.5 5.2 5.2.1 All cuts / nicks inadvertently occurred to XLPE insulation must be rendered discharge free by using suitable discharge suppression compound. The heat shrinkable tubing may be either extruded or moulded type. Higher thickness of heat shrinkable sleeves shall be preferable to counter erosion due to pollution. Other Requirements: Proper stress control, stress grading and non tracking arrangement in the terminations shall be offered by means of proven methods, details of which shall be elaborated in the bid. Detailed sectional view of assemblies shall be submitted along with the bid. The kits offered shall provide the total environment sealing, the details of which shall be offered along with the bid. Provision for effective screening over each core is made and contractors shall categorically confirm this aspect in their bid. The material and components not specifically stated in the specification, but which are essential for satisfactory operation of the equipments shall be included without any extra cost. The terminations shall be of good tracking resistant properties and fully reliable earthing system to maintain continuous contact with screening / armouring as the case may be. The armour earthing arrangement shall form part of the termination. Terminations shall have provision for shield connections and earthing. The kits shall be suitable for storage without deterioration at a temperature up to 50 degree Centigrade for more than 5 years. The fault level (as well as duration) withstand capability of terminations should be strictly matching with the parameters of cables for which the kits are intended to be used.

5.2.2 5.2.3 5.2.4

5.2.5 5.2.6 5.2.7 5.2.8 5.2.9

5.2.10 The words TSECL along with trade name of manufacturer, month / year of manufacturer, size etc. shall be embossed / engraved or suitably marked with indelible ink / paint for the purpose of identification. 5.2.11 Suitable creepage extension / rain protection sheds for outdoor termination shall be provided. 5.2.12 The adequate provisions for eliminating the chances of entrapment of air at the steps formed by semicon screen shall be made. 5.2.13 The gripping tubing (termination boot) for the cable where trifurcation takes place, shall also be part of kit and covered under scope of supply of this specification. 5.2.14 Name of sub-supplier for the raw material and standard according to which their raw material are tested, must be furnished along with the bid. 110

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 5.2.15 Detailed kit contents, whether manufactured by the contractor or bought from outside (with name of sub Contractor) for each component must be indicated in the bid. 5.2.16 The terminations shall be supplied in kit forms. All insulating and sealing materials, consumable items, conductor fittings, earthing arrangements and lugs etc. shall be included in the individual kit. 5.2.17 An instruction manual in English indicating the complete method / procedure to be adopted for installation of kits, preferably with more and more diagrams / pictorial presentation shall be supplied with each kit. Various items / quantity thereof against each kit must be indicated in the instruction manual. 6. GUARANTEED TECHNICAL PARTICULARS: The terminations shall have same electrical and thermal characteristics as those of cables with which these are intended to be used. The bidders must furnish the guaranteed technical particulars for each type/size of kit in Annexure-B. 7. 8. 8.1 8.2 DRAWINGS: Complete detailed dimensional drawings showing all details of kit contents / bill of material for each size type. TESTS :Type tests: The termination kits offered shall be fully type tested as per the standards certified by an accredited laboratory. Acceptance Tests: The following tests shall constitute as acceptance tests :i) Dimensional checking as per approved drawings. ii) Volume resistivity test for various components. iii) AC High voltage test after installation of terminations (as per IS: 13573/1992 or VDE0278) on appropriate cable. iv) Dielectric strength of major components. v) D.C. High voltage test. vi) Tracking resistance. vii) Ultimate elongation. The scope to include more type tests as acceptance tests shall be decided after processing the offers of various contractors / after knowing the details of testing facilities for type tests available with various bids. 8.3 ROUTINE TESTS: - The following tests shall constitute routine test : i) Dielectric strength. 111

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) ii) Density. iii) Heat shock. iv) Shrinkage ratio. The contractor must specify the details of routine tests (being conducted at their works) along with the standard applicable, in their offer. The routine test certificates shall be furnished along with the inspection call for each offered lot. 9. 9.1 INSPECTION: All test and inspection shall be made at the place of manufacture unless otherwise especially agreed upon by the manufacturer / bidder/contractor and purchaser (TSECL) at the time of purchase. The manufacturer shall afford the inspector representing the purchaser all reasonable facilities without charge to satisfy him that the material is being furnished in accordance with specification. Cost of inspection including to and fro expenses of at least two nos. inspectors of TSECL shall be borne by the contractor. The purchaser reserves the right to have the test carried at the cost of the supplier by an independent agency whenever there is dispute regarding the quality of supply. PACKING AND TRANSPORT: The supplier shall be responsible for suitable packing of all the kits of material and marking on the consignment, so as to avoid any damage during transport and storage and to ensure correct dispatch to the destination. ANNEXURE-B GUARANTEED TECHNICAL PARTICULARS FOR TERMINATIONS FOR OUTDOOR / INDOOR 1. Manufacturers name & Address. 2. Sr. No. & name and country of origin. 3. Voltage grade. 4. Type of kit offered. 5. Applicable standards. 6. Size. 7. Material of tubing/moulded part/self amalgamating tape etc. 8. Insulation time. 9. Curing time. 10. Time required for energization after completion of termination. 11. Special devices required, if any. 112

9.2

10.

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 12. Kit storage temperature (Degree centigrade). 13. (a) Shelf life of kit. (b) Design life of kit. 14. List of contents of kit (to be furnished separately) 15. Material used for stress control. 16. Dielectric strength of insulation material (kV/mm). 17. Materials used in encapsulating compound and environmental sealing. 18. Class of kit. 19. Whether test reports, drawings land instruction leaf lets are enclosed. 20. Volume resistivity. i) Stress control tubing. ii) Non tracking tubing. 21. Relative permitivity. i) Stress control tubing. ii) Non tracking tubing. 22. Water absorption. i) Stress control tubing. ii) Non tracking tube. 23. Tracking resistance. i) Stress control tube. ii) Non tracking tube. 24. Tensile strength. i) Stress control tube. ii) Non tracking tube. 25. Ultimate elongation (a) Stress control tube. (b) Non tracking tube. Note : While giving details of technical parameters under Sr. No. 20 to 25 above, the reference of applicable relevant ISS/international standard must be indicated 113

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) C. 1 .0 HEAT SHRINKABLE TYPE STRAIGHT THROUGH JOINTS FOR 11KV XLPE CABLES Scope: This section covers the standard technical requirements of design, manufacturing, testing at works, and transportation to site, insurance, storage, erection and commissioning of heat shrinkable type straight through joints suitable for 11 KV, 3-core XLPE insulated, screened, armoured, with aluminum conductor cables suitable for earthed system. 2.0 Standard: The performance as well as type test requirements of all type of kits referred under scope shall conform to stipulations of IS: 13573/1993 or VDE-0278 with latest amendments, if any. All the electrical & physical parameters of straight through joints should also conform to the corresponding parameters of XLPE cables referred under SCOPE of this specification, as per IS:7098(Part-II)-1985 (with latest amendments, if, any). 3.0 4.0 Climatic Conditions: As mentioned in the General Climatic Conditions in clause 9 of Sec-IV. Requirement:The heat shrinkable straight through joints offered shall be of proven design and make, which have already been extensively used and fully type tested. 5.0 General Requirement:The purpose of this specification is to specify the performance requirements of straight through joints for the use on 50 C/S 3 phase system with earthed neutral for working voltage of 11 KV. Earthing arrangement shall be as per relevant standard and details of earthing arrangement offered shall be submitted along with the tender. 5.1.0 The material to be used should be inert and capable of resisting degradation during the service of cable system. The kits shall be provided with protection against rodents and termite attack. Heat shrinkable type straight through joints. The term heat shrinkable refers to extruded or moulded polymeric materials which are cross-linked to develop elastic memory and supplied in expanded or otherwise deformed size/shape, subsequently heating in an un-constrained state to a temperature above the shrink temperature resulting in the material recovering or shrinking to its original shape. Since the sealant or adhesives (to be used for environment sealing) between the heat shrinkable materials and XLPE cables shall be exposed to high electrical stresses, they must be track resistant.

5.2.0 5.2.1

5.2.2

5.2.3. The heat shrinkable polymer materials being used for external leakage insulation between the high voltage of conductors and grounds should be weather resistant. 5.2.4. All cuts/nicks inadvertently occurred to XLPE insulation must be rendered discharge free by using suitable discharge suppression compound. 5.2.5. The heat shrinkable tubing may be either extruded or moulded type. 114

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 5.2.6. Armour earthing shall be by means of tinned copper earth braid affixed to the armour with jubilee clips. Binding wire connections are not acceptable. Support ring of the armour should be self locking type so that no pressure of tightening can come on the cable within it. 5.2.7. Insulation over the ferrule area shall be in one or more layers. In case co-extruded tubing is offered, the same should be provided both for the inner tubing of Stress-control inside and insulation outside, as well as for the outer tubing of insulation inside and conductive outside. Details of test method for acceptance testing of properties of each layer whether co-extruded or not should be clearly brought out in the offer. 5.2.8. Recovered insulation thickness over the ferrule shall be not less than that of the original cable. 5.2.9. Mechanical protection of the joint shall be by means of a rigid armour case, and not a flexible one. 5.3.0 Other Requirements: 5.3.1. Proper stress control, stress grading and non tracking arrangement in the terminations shall be offered by means of proven methods, details of which shall be elaborated in the offer. Detailed sectional view of assemblies shall be submitted along with the offer. 5.3.2. The kits offered shall provide the total environment sealing, the details of which shall be offered along with the offer. 5.3.3. Provision for effective screening over each core be made and bidders shall categorically conform this aspect in their offer. 5.3.4. The material and components not specifically stated in the specification, but which are essential for satisfactory operation of the equipments shall be included without any extra cost. 5.3.5. The straight through joints shall be of better tracking resistant properties and fully reliable earthing system to maintain continuous contact with screening / armoring as the case my be. 5.3.6. The armor earthing arrangement shall form part of the straight through joints. 5.3.7. Straight through joints shall have provision for shield connections and earthing. 5.3.8. The kit shall be suitable for storage without deterioration at as temperature up to 50degree Centigrade for more than 5 years. 5.3.9. The fault level (as well as duration) withstand capability of terminations should be strictly matching with these parameters of cables for which the kits are intended to be used. 5.3.10. The words TSECL along with trade name of manufacturer, month/year of manufacturer, size etc. shall be embossed/engraved or suitably marked with indelible ink/paint for the purpose of identification. 5.3.11. The adequate provisions for eliminating the chances of entrapment of air at the steps formed by semicon screen shall be made. 5.3.12. Name of sub-contractor for the raw material and standard according to which their raw material is tested, must be furnished along with the offer. 115

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 5.3.13. Detailed kit contents, whether manufactured by the bidder or bought from outside (with name of sub Contractor) for each component must be indicated in the offer. 5.3.14. The straight through joints shall be supplied in kit forms. All insulating and sealing materials, consumable items, conductor fittings, earthing arrangements and lugs etc. shall be included in the individual kit. 5.3.15. An instruction manual in English, indicating the complete method/procedure to be adopted for installation of kits, preferably with more and more diagrams / pictorial presentation shall be supplied with each kit. Various items quantity there of against each kit must be indicated in the instruction manual. 6.0 Drawings:Complete detailed dimensional drawings showing all details of kit contents / bill of material for each size type. Note: Any tender without complete guaranteed technical particulars and dimensional drawings shall be liable for rejection. 7.0 Training:In case of placement of an order against this tender enquiry, the tenderer shall have to impart free of cost demonstration to selected number of TSECL personnel by installing few kits any where in Agartala, place of Owners discretion. If required contractor may have to give free of cost practical training regarding installation of their product in work site also. The training for installation of kits to field staff shall be given by the contractor within two weeks of receipt of first lot of material. 8.0 8.1. Tests:Type tests: The straight through jointing kits of offered design should have been got tested at CPRI or some other recognized test house of equal repute as per IS: 13573/1992 or VDE-0278 read with latest amendments/ revision. The type test certificates, in duplicate, for any size of straight through joints of offered design / material issued by CPRI, Bangalore or any other recognized test house of equal repute conforming to IS: 13573/1992 or VDE- 0278 (with latest amendments/revisions) must be annexed with the offer. The offers without type test certificates are liable to be ignored. Acceptance Tests:

8.2.0

8.2.1. Initially the following tests shall constitute as acceptance tests:8.2.1.1. Dimensional checking as per approved drawings. 8.2.1.2. Volume resistivity test for various components. 8.2.1.3. AC High voltage test after installation of terminations (as per IS: 13573/1992 or VDE0278) on appropriate cable. 8.2.1.4. Dielectric strength of major components. 8.2.1.5. D.C. High Voltage test. 8.2.1.6. Tracking resistance 116

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 8.2.1.7. Tensile strength 8.2.1.8. Ultimate Elongation. 8.2.2. The scope to include more type tests as acceptance tests shall be decided after processing the offers of various bidders / after knowing the details of testing facilities for type test available with various tenders. Important: The tenderers must specifically mention in their offer about the details of testing facilities for various acceptance & routine tests as per IS:13573/1992 and or VDE0278, available at their works, failing to do so, the offer is liable to be rejected on the presumption that adequate testing facilities are not available with them. 8.3.0 Routine Tests: The following tests shall constitute routine test. 8.3.1. Dielectric strength 8.3.2. Density 8.3.3. Heat shock 8.3.4. Shrinkage ratio The tenderer must specify the details of routine tests (being conducted at their works) along with the standard applicable, in their offer. The routine test certificates shall be furnished along with the inspection call for each offered lot. 9.0 Inspection: The material shall be made, inspected and tested in the presence of the authorized representative of TSECL at the manufacturers / contractors works at the cost of the contractor. In case the contractor is not in a position to get these tests carried out at his works, then the material should be got tested in presence of authorized inspecting officer of TSECL from any other testing agency or from the Govt. recognized testing agency. All the expenses incurred to this effect shall be borne by the contractor. The owner or his authorized representative shall have access at all reasonable times to the manufacturers/contractors works to inspect and witness the tests. The owner has the right to have the test carried out at the cost of the contractor by an independent agency wherever there is dispute regarding the quality of the material supplied. Cost of inspection including to and fro expenses of at least two nos. inspectors of TSECL shall be borne by the contractor. 10.0 Packing and transport: The contractor shall be responsible for suitable packing of all the kits of material and marking on the consignment, so as to avoid any damage during transport and storage and to ensure correct dispatch to the destination.

117

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) ANNEXURE C

Guaranteed technical particulars for terminations


1. Manufacturers name & address 2. Sr. No. & name and country of original 3. Voltage grade 4. Type of kit offered 5. Applicable standards 6. Size 7. Material of tubing / moulded part/self amaigemating tape etc. 8. Insulation time 9. Curing time 10. Time required for energisation after completion of termination 11. Special devices required if any 12. Kit storage temperature (Degree centigrade) 13. (a) Shelf life of kit (b) Design life of kit 14. List of contents of kit (to be furnished separately) 15. Material used for stress control 16. Dielectric strength of insulation material (KV/mm) 17. Material used in encapsulating compound and environmental sealing 18. Class of kit 19. Whether test reports, drawings and instruction leaf lets are enclosed 20. Volume resistivity: 20.1. Stress control tubing 20.2. Non tracking tubing 21. Relative permittivity 21.1. Stress control tubing 21.2. Non tracking tubing 22. Water absorption 22.1. Stress control tubing 22.2. Non tracking tube 23. Tracking resistance 118

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 23.1. Stress control tube 23.2. Non tracking tube 24. Tensile strength 24.1. Stress control tube 24.2. Non tracking tube 25. Ultimate elongation 25.1. Stress control tube 25.2. Non tracking tube Note: While giving details of technical parameters under Sl. No. 20 to 25 above the reference of applicable relevant ISS / international standard must be indicated.

D. 1.0

ACCESSORIES FOR 11KV AERIAL BUNCHED CABLE: SCOPE: This specification covers manufacturing, testing before dispatch, supply and delivery F.O.R. Destination of Hardware / Accessories suitable for HT Aerial Bunched XLPE Insulated PVC sheathed phase Conductor (Aluminum) Cables with bare Messenger Wire for HT Overhead lines suitable for working voltage of 11000 Volts as per relevant REC Construction / NFC standards. The Hardware / Accessories to be supplied are Suspension Clamp assembly(Aluminum Alloy),Bracket for Suspension Clamp, Eye Hook for use with pole clamp, stainless steel strap & buckles to erect AB Cables on ST Pole / PCC / Girder Pole, Aluminum alloy Dead End Clamp / Anchoring Clamp (Wedge Type) Assembly and Aluminum Bracket, Yoke bracket etc. along with Nuts, Bolts, and Washers. The requirement of Hardware shall be as per schedule of works annexed with this document. It may be noted that the quantity in the schedule is tentative and successful contractor is to work out actual before commencing work subject to approval of TSECL 2.0 APPLICABLE STANDARDS

Unless otherwise stipulated in this specification the following standards with latest amendments shall be applicable: (i) REC Specification No.84/2010, NFC 33-040, NFC 33-041 for Suspension Clamp, Dead End Clamp. (iii) NFC - 33-004: Electrical Ageing Test. (A) HARDWARE : a) Suspension Clamp along with ST Pole / PCC pole mounting accessories (Pole Clamp) b) Dead End Clamp along with ST Pole / PCC pole mounting accessories (Pole Clamp) c) Tap of Connectors (One Set of 3 Nos. Joint) 119

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) (B) TERMINATION JOINTS: a) Outdoor Termination. b) Straight through Joints. The bidders are also required to furnish Make / Constructional details / Drawing and relevant standard for above Accessories for Approval of TSECL prior to commencement of supplies. The general technical requirement of accessories shall be as per technical specification of Accessories specified in Annexure-(1) & (2). 3.0 CLIMATIC CONDITIONS: As mentioned in the General Climatic Conditions in clause 9 of Sec-IV. 4.0 MANDATORY TOOLS: The bidders are required to supply essentially the following mandatory tools free of cost, the quantity of which is indicated against each: i) Hydraulic Crimping Tool suitable for Size 35 Sq.mm. to 400 Sq.mm. - One Set per 5 Km. of AB Cable. ii) Pulley for A.B.C.: One Set per 5 Km. of A.B Cable. The Pulley is used to receive high voltage Aerial Bunched Cables. It should suit all size of 3Core HT Aerial Bunched Cable fixing on poles and is ensured by a 1.20 Mtrs. strap in order not to stress the Pulley during cable unwind. 5.0 TRAINING: After supply of 1st Lot of material the bidder will have to train the personnel of TSECL, procedure for laying / erection of HT Aerial Bunched Cable along with required Accessories in the Circle (As mentioned in 1st Dispatch Instructions) free of cost i.e the Owner shall not bear any charges for this training. 6.0 6.1 DEAD END CLAMPS FOR 11 KV ABC CABLE BARE MESSENGER WIRE:GENERAL REQUIREMENT: 1. The dead end clamps should be suitable for bare messenger of 11KV XLPE A.B. Cable. 2. The dead end clamp should be made of high strength Al. Alloy of strength not less than 250 N/Sq.mm. 3. The dead end clamp should be suitable for holding messenger up to 240 Sq.mm. 4. Dead end clamps should be straight wedge type with sliding wedges that close automatically to grip the messenger due to tension of wire. 5. Dead end clamps should be automatic locking independent from the operator. It should not require nut or bolts to tighten the messenger. 6. Dead end clamps provide for visual adjusting indicator on clamp body to indicate correct tightness according to size of conductor. 120

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 7. Dead end clamps should be equipped with two pulling eyes to facilitate stringing. 8. Dead end clamps should be free from all flaws, irregularities & sharp radii of curvature. 9. Dead end clamps should be fixed to the ST Pole / PCC pole with Eye Hook and Pole Clamp used for 9mtr ST Pole, 10mtr ST Pole, 11mtr ST Pole, 12mtr ST Pole and 9 Mtr long PCC pole having working load as per specifications with top dimension as per specifications. 6.2 Test Requirement: a. Slip strength test: Slip Strength should not be less than 90% of the tensile strength of the messenger wire: Messenger 185sq.mm 50 Sq.mm 35sq.mm Tensile Strength 28KN 15 KN 15KN Slip Strength 25.2 KN 13.5 KN 13.5KN

(Test method as per IS: 2486 Part I or equivalent to spec. of country of manufacture) b. The Mechanical strength of the Dead End Clamp should not be less than 2500 Kg. (Test method as per IS: 2486 Part. I or equivalent to spec. of country of manufacture). c. Resistance Test Heating Cycle Test: As per IS: 2486 Part. I Clause 12.1 a&b or equivalent to specs. of country of manufacturer except that Max. Temperature shall be 90+10 Deg.Centigrade as applicable to XLPE cable vide IS:7998 Part.2. NOTE: - The bidders are required to furnish above test certificate to the Inspecting Officer of TSECL during pre-dispatch inspection at their works. 7.0 7.1 SUSPENSION CLAMP ASSEMBLY FOR 11 KV AB CABLE BARE MESSENGER WIRE: General Requirement: a. The suspension clamp assembly should be suitable for use over bare ACSR or AAC & Galvanized Steel wire comprised messenger wire of 11KV XLPE ABC Cable. b. The assembly should consist of a double clevis connector and a Clamp as described below. It should be should be fixed to the pole with Eye Hook and Pole Clamp used for 9mtr ST Pole, 10mtr ST Pole, 11mtr ST Pole, 12mtr ST Pole and 9 Mtr long PCC pole having working load as per specifications with top dimension as per specifications. 7.2 1.2.1 1.2.2 1.2.3 1.2.4 DOUBLE CLEVIS CONNECTOR: Double clevis connector must ensure lengthwise and transverse mobility of the clamp. It shall include a hot dip galvanized steel double & twisted clevis. Its upper axis must be covered with an antifriction plastic to avoid point contacts. Its lower axis must be removable and secured with a pin.

121

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 8.0 CLAMP:

1.21.1 It should be of Aluminum alloy provided with a black weather resistant plastic. 1.21.2 The opening of the clamp should be on the pole side and its grooves must allow a deviation of angle of 30 Degree. 1.21.3 The Suspension clamp should be made of high strength Al. Alloy of strength not less than 250 N/Sq.mm. 1.21.4 The Suspension clamp should be suitable for holding messenger wire up to 240 sq.mm 9.0 TEST REQUIREMENT: a. Slip strength should not be less than 25% of the tensile strength of the messenger wire. Messenger 185 Sq.mm 35 Sq.mm Tensile Strength 28 KN 15 KN Slip Strength 25.2 KN 13.5 KN

(Test method as per IS: 2486 Part. I of equivalent to spec. of country of manufacture). b. Mechanical Test: The mechanical strength of the suspension clamp should not be less than 15 KN at right angle to the direction of the messenger wire. (Ref: REC Specification No.E 34) (Test Method as per IS: 2486 Part. I or equivalent to Spec. of country of manufacture). NOTE:- The bidders are required to furnish above test certificate to the Inspecting Officer of TSECL during pre-dispatch inspection at their works. 10.0 10.1 TAP OFF CONNECTORS FOR 11KV XLPE A.B. CABLE: GENERAL REQUIREMENT:a. The tap off connector should be suitable for making tap off (T connection) on phase conductor of 11KV XLPE AB Cable of main cable upto 185 Sq.mm. and branch Cable up to 35 Sq.mm. for making a branch off from the main line or for looping in looping out from a transformer. (Note: It requires each cable to be terminated using suitable termination which is not included as part of the tap off connector. b. Tap off connector should be self supporting and mechanically strong with high rigidity for easy mounting on a cross - arm etc. c. Tap off connector should be suitable for connection by simply bolting on the lug of the cable termination. d. For working in reduced clearances, tap off connectors should allow complete insulation of the connections so that no bare conductor is exposed. e. The connecting area should accept lug palm of width upto 185 sq.mm for main cable and up to 35 sq. mm for branch cable. f. The thickness of insulation over any conducting part should be 2 mm (min.). g. The height of the tap off connector should be 260 mm from the mounting base and max shed dia shall be 80 mm. 122

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 11.0 TEST REQUIREMENT: POWER FREQUENCY VOLTAGE TEST: ---------------------------------------------Dry Voltage Withstand Test 28 KV: Wet Voltage Withstand Test 35 KV: Impulse Withstand Test 75 KV: 12.0 ----------------------------------------------------------------------------------------------------------------------------------------

TERMINATION & JOINTS SUITABLE FOR 11KV XLPE AERIAL BUNCHED CABLES. 1. The cable jointing and terminations offered against this tender should be of Heat Shrinkable type in accordance with the specification and technical requirements listed in this specification of reputed make. 2. The term heat shrinkable refers to tubing of extruded polymeric material and moulded-components. The kits identified as heat shrinkable use such materials for insulation, stress control, anti-tracking protection and sealing. The use of tapes, premoulded, and resin cast or any other non-heat shrinkable material for this purpose is not acceptable. The Heat Shrinkable components and sealants should be tested as per ESI 09-13 with latest amendments and the complete kits should be type tested as per IS: 13573 at any CPRI / NABL Accredited Lab Govt. Lab/ Govt. recognized Lab / Govt. Approved Lab. Such type test certificate should not be older than three years and shall be presented to Inspecting Officer of TSECL during pre-dispatch inspection for verification. 3. The product shall be of 6.35/11 KV (E) rating from a manufacturer who has field proven design through extensive satisfactory performance under Indian conditions. 4. A list of the kit contents signed by the manufacturer should be enclosed with the offer, failing which the offer will be considered incomplete. The kit should be complete with lugs and screen / armour earthing material. The offered kit contents must be same as detailed in the type test reports / drums. 5. Bidder must also furnish list of items outsourced, in case the bidder does not manufacture the same directly. This must be supported by the name of the contractor of these items along with the Quality Assurance Plan followed by the manufacturer. 6. The acceptance tests Certificate of Manufacturer of heat-shrinkable components and sealants in accordance with the requirements of ESI 09-13 shall be furnished to Inspecting Officer of TSECL for verification during pre-dispatch inspection at contractors works and shall consist of at least the following: a) Tensile strength b) Ultimate elongation c) Dielectric strength d) Volume Resistively e) Tracking resistance (for non tracking parts) - as per requirements of ASTM D2303-85. 9. To avoid duplicate / spurious material, the manufacturer's name / logo shall be 123

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) permanently printed on kit parts and batch number shall be given by the manufacturers along with the routine test report and packing list. (I) OUTDOOR TERMINATIONS 1. The terminations shall be Heat Shrink class 1 terminations as per IEEE - 48-1996 with latest amendments. 2. The outdoor termination for 11 KV should have minimum of 2 skirts per phase or as per design certified by and tested at CPRI Bangalore. 3. The termination shall be covered with red Anti-tracking heat shrink material conforming to requirements of ESI 09-13. 4. The screen earthing shall be by means of tinned copper earth braid with a copper lug fitted at one end. 5. The terminations shall be capable of being installed vertically up or down without allowing water accumulation in any part. (II) STRAIGHT THROUGH JOINTS 1. The straight through joints shall be lightweight heat shrinkable type with extra high tensile strength to carry self and wind load and shall be suitable for aerial application. 2. Insulation over ferrule area shall be in minimum layers Dual wall co-extruded tubing should be used to provide both insulation and conductive layers in line with ABC XLPE cable to avoid any air entrapment interface of insulating and conductive layers during shrinking. 3. The joints shall have special long ferrules to carry excess tensile load. 4. Recovered insulation thickness over the ferrule shall be not less than that of original cable. 5. Proper earthing arrangement to be provided in the kit. 6. The joint should be sealed with outer protective tubing internally coated with adhesive meeting requirements of ESI 09-13 to prevent moisture-ingress into the joint. 6. GUARANTEED TECHNICAL PARTICULARS: The terminations & joints shall have same electrical and thermal characteristics as those of cables with which these are intended to be used. The bidders must furnish the guaranteed technical particulars for each type/size of kit in Annexure-AK. 7. 10. DRAWINGS: Complete detailed dimensional drawings showing all details of kit contents/bill of material for each size type. PACKING AND TRANSPORT: The supplier shall be responsible for suitable packing of all the kits of material and marking on the consignment, so as to avoid any damage during transport and storage and to ensure correct dispatch to the destination.

124

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) ANNEXURE-D GUARANTEED TECHNICAL PARTICULARS FOR TERMINATIONS FOR OUTDOOR / INDOOR 1. Manufacturers name & Address. 2. Sr. No. & name and country of origin. 3. Voltage grade. 4. Type of kit offered. 5. Applicable standards. 6. Size. 7. Material of tubing/moulded part/self amalgamating tape etc. 8. Insulation time. 9. Curing time. 10. Time required for energization after completion of termination. 11. Special devices required, if any. 12. Kit storage temperature (Degree centigrade). 13. (a) Shelf life of kit. (b) Design life of kit. 14. List of contents of kit (to be furnished separately) 15. Material used for stress control. 16. Dielectric strength of insulation material (kV/mm). 17. Materials used in encapsulating compound and environmental sealing. 18. Class of kit. 19. Whether test reports, drawings land instruction leaf lets are enclosed. 20. Volume resistivity. i) Stress control tubing. ii) Non tracking tubing. 21. Relative permittivity. i) Stress control tubing. ii) Non tracking tubing. 125

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 22. Water absorption. i) Stress control tubing. ii) Non tracking tube. 23. Tracking resistance. i) Stress control tube. ii) Non tracking tube. 24. Tensile strength. i) Stress control tube. ii) Non tracking tube. 25. Ultimate elongation (a) Stress control tube. (b) Non tracking tube. Note: While giving details of technical parameters under Sr. No. 20 to 25 above, the reference of applicable relevant ISS/international standard must be indicated.

E.
1.0 1.1

OUTDOOR TYPE L. T. FEEDER PILLARS AND MINI PILLARS


SCOPE: This specification covers design, engineering manufacture, testing, inspection at manufacturers works, packing & delivery at site, insurance and installation of 3 phase 440 V, 50 c/s, 8Way, 6Way, 4Way, 2/3Way L.T. feeder pillars and mini pillars at various sites in Agartala Project Area, . It is not the intent to specify herein complete details of design and construction. The equipment offered shall conform to relevant standard and high quality and workmanship capable to perform continuous and satisfactory operations in the actual service conditions at site. SERVICE CONDITIONS: As mentioned in the General Climatic Conditions in clause 9 of Sec-IV.

1.2

2.0

126

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 3.0 STANDARDS: All components used in the manufacture of the pillars shall confirm to the relevant Indian standard specification and especially to the followings: 1 2 3 4 5 6 7 8 9 10 11 12 IS/IEC 127-2 : 1989 IS/IEC 127-6 :1994 IS: 5082/1998 IS: 4237/1982 IS: 12063/1987 IS: 6005/1998 IS: 5/2004 IS: 732/1989 IS: 13703/1993 IS: 2675 IS: 5039/1983 l IS: 8588: Part1/1977 Miniature Fuses - Part 2 : Cartridge Fuse Links Specification Miniature Fuses - Part 6 : Fuse Holders for Miniature Cartridge Fuse Links - Specification Electrolytic Grade Aluminum sections for Electrical purpose General arrangement for switch gear and control Gear for voltage not exceeding 1100 V with enclosure Box Degrees of Protection provided by enclosures of electrical Equipments Code of practice for phospating iron and steel Color for ready mixed paints and enamel Code of Practice for Electrical Wiring Installations Low voltage Fuses (part 1,Part 2 sec1, Part 2 se 2 & Part 4) Enclosed distribution fuse boards Distribution pillars for voltage not exceeding 1100 V Thermostatic bimetals: General requirements and methods of tests

4.0 4.1 4.2

PRINCIPAL TECHNICAL PARAMETERS: Rated Supply Voltage : 3 phase, 440 V, 50 Hz Insulation level : Continuous 1100V AC 50 Hz : _3 kV for 1 Min : _2000 V DC

4.3 4.4

Rated short circuit current Temperature rise

: 31.5 A for 3 sec.K : Shall not exceed delivery operating temperature of components conforming to relevant standards limited to 45 C above ambient.

127

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 5.0 5.1 5.1.1 GENERAL TECHNICAL REQUIREMENTS: CUBICLE: The cubicle of LT feeder pillars and mini pillars shall be made out of 10 SWG (3.25 mm thick) cold rolled M.S sheet steel, plates and shaped sections. All panel edges and door edges shall be reinforced against distortion by rolling, bending etc. The complete cubical shall be rigid self supporting and free standing and shall have following dimensions in mm.: Dimension 8Way 6Way 4Way 2/3 Way Mini pillars Mini pillars with fuse Base 750 400 1400

Width Depth Height

1550 500 1750

1210 500 1750

800 500 1750

500 500 1750

450 300 1250

The above dimensions shall be without rain hood and are subject to maximum of 2%to + 2% tolerances. 5.1.2 The LT feeder pillars shall have front and rear compartments. Front compartment shall be suitable for HRC fuses and the rear for cable terminations. Asbestos sheet of at least 6mm thick shall be provided for separation between front and rear compartments. The cubicles shall have centre lift up type slanting roof rain hood made up of 10 SWG MS sheets plates. The depth and width of the rain hood shall be at least 120% of the depth and width of the pillars. The cubicles shall be provided with water proof non detachable hinged doors with suitable grip for opening and closing as below: Particulars 8Way 6Way 4Way 2/3 Way Mini pillars Mini pillars with fuse Base 1 1 2

5.1.3

5.1.4

No of doors-Front No of doors-Back No. of hinges per door 5.1.5

2 2 3

2 2 3

2 2 3

1 1 3

1 1 3

The hinges shall be made up of heavy duty M.S. rod with male having at least 45mm long head and 25 mm long 9.5 mm OD pin and female at least 45mm long with 10mm dia. ID brass bush. The hinges shall be welded on both sides to the pillar and grease lubricated for life. The doors shall not be detachable after fixing the rain hood. A centrally operated three position locking arrangement (Godrej type) shall be provided for the doors. Two keys shall be supplied for each pillar. In addition angle cleats shall be provided for putting two Nos. of padlocks for each size of doors. 128

5.1.6

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 5.1.7 5.1.8 5.1.9 Adequate ventilation by means of louvers with wire mesh shall be provided on both sides of the mini pillars and at the top and bottom of both sides of LT pillars. Asbestos sheets of at least 6 mm thick shall be provided on all doors inside. The cubicles shall be provided with rigid MS foundation & bottom holes for grouting bolts on all four corners. The pedestal shall be covered from all sides with 10 SWG MS sheets.

5.1.10 Detachable gland plates made up of 10 SWG MS sheets. Size of the glands will be intimated to the successful tenderer along with approval of drawings. 5.1.11 Rigid MS stand made up of at least 40 x 20 x 3.25 mm thick sections horizontal and vertical members shall be provided for fuse base. 5.1.12 Enameled name plate of the contractor and TSECL. Tender Number & date shall be displayed on front door. 5.1.13 Enameled danger board with DANGER 440 VOLTS mark shall be displayed on the left hand side of front and back doors as per drawing no. TSECL/DB/R-APDRP (PART-B) 5.2 5.2.1 PAINTING: The cubicles shall be provided with anti corrosive high quality post office red color paint conforming to shade No 538 of IS.5 from inside and outside to withstand the corrosive and humid atmosphere. All interiors and exteriors of the cubicle shall be degreased in 5% solution at 75C for 15 minutes. They shall then be washed in hot water bath at 65C to remove all rust, scale corrosion, grease and other adhering foreign matter and shall be rinsed in cold running water. The cubicles shall then be pickled in 25% hot sulphuric acid at 65C for 5 minutes. Care shall be taken to avoid over pickling by addition of adequate quantities of inhibitor and avoid loss of tensile strength. The cubicle shall then be rinsed in cold running water and put in alkaline solution at 65C for 1 to 2 minutes. The cubicle shall then be immersed in cold water swill agitated) to remover all traces of alkali and unreacted salt. The cubicle shall then be dipped in deoxidize chamber to ensure complete removal of moisture. Zinc oxide primer shall be applied and the cubicle stoved at 150C for 10 to 12 minutes. It shall then be cooled, filled with putty to get smooth and flawless surface. Enameled paint shall then be sprayed and towed at 150C for about 12 minutes. BUS BAR: The bus bars shall be made up of electrolytic grade aluminum confirming to grade 63401 WP of IS : 5082 The bus bars shall be painted with non deteriorating type paint for full length as below. Epoxy red color for top bus bar Epoxy yellow colour for middle bus bar Epoxy Blue colour for bottom bus bar Epoxy Black colour for neutral bus bar below bottom bus bar 129

5.2.2

5.2.3

5.2.4

5.3 5.3.1 5.3.2

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 5.3.3 Electrolytic grade aluminum twin flat cable terminals (Z patti) shall be provided in staggered formation for connecting cable cores for each phase from rear side in all. L. T. pillars (except mini pillar). The arrangement shall be suitable for taking Load current reading with clip on type of meter. Insulated horizontal bakelite bar of at least 50 x 12mm shall be provided to support and take care of weight of cables, jointing etc. Neutral bus bar shall have one terminal for each circuit way and shall be provided with two nickel plated, nuts, bolts, spring washers and plain washers at each end for earthing.. Cross sectional area of neutral bus bas shall be at least 50% of cross sectional area of phase bus bar. Suitable insulated phase barriers of at least 6 mm thick asbestos cement sheet shall be provided between front and rear compartment, between adjacent set of phase and neutral bus bars and between doors and bus bars with contractor fixing arrangements. The current rating current carrying parts shall not generally exceed those given in Cl. No.5.4.5 Higher current rating adopted if any in special cases shall be subject to successful temperature rise tests carried out in reputed laboratories. Minimum clearances, wherever shown, shall be as per General Arrangement Drawing enclosed with this specification. Other clearances shall be as per requirement of IS: 4237/1982 amended upto date. FUSE BASE ASSEMBLY: Fuse bases shall be suitable for HRC fuse links and strips. All fuse bases shall be identical and interchangeable and shall be capable to carry rated normal current without exceeding safe temperature as per relevant standard duly tested at CPRI. Non tracking high quality porcelain shall be used for insulation of fuse base. The insulation shall not get affected due to dust, moisture etc, at wide fluctuation in temperature. The holes fir fasteners shall be plugged by insulating filling compound which shall not drain at operating temperature in service. The contacts shall be made up of electrolytic grade copper alloy with corrugated terminal pad and spring action to yield high contact pressure. G. I. spring ring shall be made out of at least 6 mm dia. Spring steel round. The spring action shall not get affected by operations and variations in operating temperatures in service. Thermostatic bimetal device shall be provided between terminal pad and bus bars and between terminal pad and cable terminals (z patti) to prevent bimetallic deterioration. The current rating adopted shall generally not exceed the following limits. Higher current density adopted if any in special corrugated and other shapes shall be subject to successful temperature rise tests carried out in reputed laboratory.

5.3.4

5.3.5

5.3.6

5.3.7

5.4 5.4.1

5.4.2

5.4.3

5.4.4 5.4.5

130

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) Maximum rated current Ref Maximum Ambient temperature 50C Temp rise 3C Size of section mm x mm 30 x 3 30 x 5 40 x 3 40 x 5 40 x 10 50 x 5 50 x 10 60 x 5 60 x 10 80 x 5 80 x 10 5.4.6 Maximum current in Amps Single Section 205 270 280 350 525 425 625 500 730 680 940 Double Section 385 500 500 650 975 780 1150 900 1330 1170 1700

The complete assembly shall be so fixed and secured that there shall be no turn, fall out displacement and vibration of any part during inserting and removal of fuses/Links. Load current reading, cable end connection etc All fuse base assemblies shall be identical and interchangeable irrespective of whether they are provided in incoming or outgoing circuits. HRC Fuse Base should withstand the breaking capacity of the fuse link of 80kA. Separate price shall be quoted for spare fuse base assembly and shall be supplied as per the requirements to be indicated after placement of purchase order. FUSE LINKS: Corrugated fuse links shall be made out of electrolytic grade copper flat of at least 4 mm thick and shall be capable of carrying the rated current of the fuse base and shall be suitable for inserting and pulling out by insulated fuse pulling handle. Breaking capacity shall be 80 kA. For fault indication red pop up indicator should come out instantly on fusing. Manufacturers name, current rating, breaking capacity and type shall be marked on HRC fuse link.

5.4.7 5.4.8 5.4.9 5.5

6.0

TESTS: A. TYPE TESTS a. ON COMPLETE L. T. PILLER: 1. Temperature rise test:-The temperature rise test should be carried out as per IS: 8623 1993. 2. High voltage test shall be carried out as per IS: 8623/ 1993 amended upto date. 131

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 3. Short Time Withstand Current Test on L.T. Pillar shall be carried out as per IS 8623: or latest version. 4. Degree of protection for IP- 43 on complete L.T. Pillar shall be carried out as per IS: 13947/1993 or the latest version thereof. b. ON HRC fuses base and HRC fuse links: All type tests on HRC fuses and HRC fuse links shall be carried out as per IS: 13703/1993 (Part I & II amended up to date) for HRC Fuse Base and HRC fuse link. B. ACCEPTANCE TEST: The contractor/bidder shall have to furnish type test report on the following not older than 3(three)years on the date of tender. i) Temperature rise test on one sample of each rating. C. ROUTINE TESTS: ON COMPLETE L.T. PILLER (Carried out on all boxes) In case of bought out items, routine and acceptance tests as per relevant IS and this specification shall be carried out at the original manufacturers' works. 1. Overall Dimensions Checking. 2. Insulation Resistance Tests. 3. High Voltage Test at 2500 V, 50 Hz AC for one minute. 4. Operation Test HRC fuse base and fuse links. 7.0 TEST CERTIFICATES: The L.T. Pillar enclosure, HRC fuse, HRC Fuse Link offered shall be fully type tested as per relevant IS and this specification. The successful Bidder shall furnish detailed type test reports before commencement of supply. The detailed Type Test Reports shall be furnished with relevant oscillogram and certified Drawings of the equipment tested. The owner reserves the right to demand repetition of some or all the Type Tests in presence of owners representative at owners cost. All the type tests shall be carried out from laboratories which are accredited by the National Board of Testing and Calibration Laboratories (NABL) of Government of India such as CPRI Bangalore/Bhopal, ERDA Baroda to prove that the complete L.T. Pillar, meet the requirements of the specification. The tenderer should also furnish certificate from laboratories that laboratories are having all the requisite test facility available in house. The type test Reports conducted in manufacturers own laboratory and certified by testing institute shall not be acceptable. 7.1 Following test certificates and documents shall be furnished at the time of inspection. a) Chemical analysis certificate and documents showing genuine source of procurement of electrolytic grade conductivity Aluminum Sections. b) Chemical analysis certificate and document showing genuine source of procurement of Electrolytic grade of Aluminum Sections. 132

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) c) Document showing genuine source of procurement of steel sheet and sections. d) Certificate of temperature rise test. e) Certificate of painting with degreasing, pickling phosphate, and painting and oven treatment by seven tank oven process. 7.2 8.0 8.1 8.2 The contractor shall conduct voltage withstand test and operations tests at the time of inspection. INSPECTION: The contractor shall prepare a prototype and offer the same for inspection and approval before taking up mass production All routine & acceptance tests and inspection of material shall be carried out at the place of manufacturer. The manufacturer shall offer the Inspector (representing the owner) all reasonable facilities, free of charge at the time of Inspection. The contractor shall offer inspection of the material at his works before dispatch. If required the contractor shall also offer inspection of manufacturing painting and assembly processes and quality control system. If any material is not found in line with relevant specification the contractor shall carry out the modification and offer for re-inspection. Inspection and acceptance shall not absolve the contractor of his responsibility to supply the material in accordance with the specifications. The owner reserves the right to reject the material not confirming the relevant specifications. DRAWINGS AND DOCUMENTATION: The successful bidder shall submit set of all drawings of the L. T. Pillar and its components shall be submitted in triplicate to DGM, ED-I,Agartala office and get approved before commencement of supply. Following indicative drawings are enclosed herewith. i) Outdoor Type 6/8 way L.T. Pillar drawing no. TSECL/DB/R-APDRP (P-B)/feeder pillar/ 06/8 (3 sheet) ii) Outdoor Type 4 way L.T. Pillar drawing no. TSECL/DB/R-APDRP (P-B)/ feeder pillar/ 04 (3 sheet) iii) Outdoor Type 2/3 way L.T. Pillar drawing no. TSECL/DB/R-APDRP (P-B)/ feeder pillar/ 02 (3 sheet) iv) Outdoor Type L.T. mini Pillar drawing no. TSECL/DB/R-APDRP (P-B)/ feeder pillar/Mini Pillars (2 sheet) 9.2 9.3 9.4 9.5 The tenderer shall furnish all details and clarifications required if any for scrutiny and evaluation of the offer. Manufacture of material to be supplied shall be done strictly as per approved drawing. Approval of drawing shall not absolve the contractor of his liability for ensuring correctness according to applicable standards & regulations. The tenderer shall fill-in the schedules Annexure-E which form part of the specification if 133

8.3

8.4

9.0 9.1

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) any schedule is not filled or incompletely filled the offer is liable to be treated as incomplete and rejected. 10.0 10.1 10.2 10.3 DESPATCH: The material to be supplied shall be packed and dispatched only after inspection and approval Contractor shall be responsible for packing, transporting and delivery to the consignee. Copies of packing list and inspection report duly approved shall be sent along with each consignment. Annexure-E GUARANTEED TECHNICAL PATRICULARS OF L. T. PILLER Sl No 1 2 3 4 5 Parameter Name Name of Manufacturer. Type of L.T. Pillar Rated normal voltage One Minute P. F. withstand voltage (a) Rated normal current of Bus bars (b) Rated normal current of Fuse base (c) Rated normal current of Fuse base link 6 7 8 Rated short time current Rated temperature rise (a) Rated safe temperature of Bus bars (b) Rated safe temperature of Fuse base (c ) Rated safe temperature of Fuse base link 9 10 Dimensions of bus bars (a) Grade and specification of material of Bus bars (b) Grade and specification of material of Fuse base contacts (c) Grade and specification of material of Fuse base links (d) Grade and specification of material of -spring steel round Text 11 13 IACS conductivity of bus bars Dimensions of spring steel round Text 134 Parameter Type

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 14 (a) Dimensions of cubicle without rain hood -Width (b) Dimensions of cubicle without rain hood Depth (c ) Dimensions of cubicle without rain hood Height 15 (a) Dimensions of rain hood Width (b) Dimensions of rain hood -Depth (c ) Dimensions of rain hood -Height of centre lift 16 (a) Hinges : Male - OD head (b) Hinges : -Length of head (c ) Hinges : Male - OD of pin (d) Hinges : -Length of pin 17 (a) Female - OD (b) Female - ID of brass bush 18 19 20 21 22 23 24 25 26 27 28 29 Number of hinges per door Thickness of sheet steel Type of locking arrangements Number of padlocking arrangements Number and size of ventilating louvers with wire mesh Details of painting Dimensions and details of asbestos sheets Dimensions and details of bakelite sheets Dimensions and details of gland plates List of test conducted on similar equipments List of copies of test certificate enclosed Any other detail

135

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

F.
1.0

EARTHING AND EARTHING G.I PIPE


Scope GI earthing pipe should be made of 40 mm diameter ISI marked heavy duty A class GI Pipe. 12 mm dia suitable holes on its circumference shall be made as per approved drawing. The pipe should be in one piece. No joints or welding would be allowed on its length. Clamps made of 50x6mm GI flat duly drilled with 12 mm size holes should be welded at the top end for connection of earth conductor. Pipe used shall be 40mm NB diameter, ISI marked Galvanized Mild Steel Tubes continuously welded Electric Resistance Welded ERW/High Frequency Induction welded (HFIW)/Hot finished welded (HFW) type, conforming to IS-554-1985 with latest amendment of Heavy duty quality (Class A).

2.0

MANUFACTURE GI earth pipe (40 mm diameter & 2.5 meter long) shall be made of tubes which shall be made from tested quality steel manufactured by any approved process as follows: a) Electric Resistance Welded (ERW). b) High Frequency Induction Welded (HFIW) and c) Hot finished Welded (HFW). Tubes made by manual welding are not acceptable.

3.0

DIMENSIONS The dimensions and weights of tubes shall be in accordance with Table-I and Table-II of IS: 1239 (Part-I)/1990 with latest amendments, subject to tolerance permitted therein. Necessary 12 mm diameter holes across the circumference shall be provided as per approved drawing. Drawings shall be approved by the owner before start of the manufacturing work. The tube, earthing pipe shall be provided with 50x6mm GS clamps on one end, one clamp is to be welded with the pipe and another is removable to enable measurement of earth resistance of the pit. Other end of the earth pipe should be cut half in slop to make it a sharp.

4.0

GALVANIZING Tubes shall be galvanized in accordance with IS-4736-1986 with latest amendment for not (hot) dip zinc coating of Mild Steel Tubes. The minimum mass of zinc coating on the tubes shall be in accordance with clause 5.1 of IS-4736-1986 (specification for hot dip zinc) and when determined on a 100mm long test piece in accordance with IS: 6745:1972 shall be 400 g/m2. The zinc coating shall be uniform adherent reasonably smooth and free from such imperfections as flux, ash and dross inclusions, bare patches, black spots, pimples, lumpiness, rust, stains, bulky white deposits and blisters.

5.0

HYDRAULIC TEST (Before applying holes) Each tube shall withstand a test pressure of 5 M Pa maintained for at least 3 seconds without showing defects of any kind. The pressure shall be applied by approved means and maintained sufficiently long for proof and inspection. The testing apparatus shall be fitted with an accurate pressure indicator. 136

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 6.0 TEST ON FINISHED TUBES AND SOCKETS The following tests shall be conducted by the manufacturer of finished tubes and sockets. i. The tensile strength of length of strip cut from selected tubes when tested in accordance with IS-1894-1972, (Method for tensile testing of steel tubes), shall be at least 320N/mm2. ii. The elongation percentage on a gauge length of 5.65/so (where so is the original cross sectional area of test specimen) shall not be less than 20%. iii. When tested in accordance with IS-2329-1985 (Method for Bend test on Metallic tubes) the finished tube shall be capable of with standing the bend test without showing any sign of fracture or failure. Welded tubes shall be bent with the weld at 90 degree to the plane of bending. The tubes shall not be filled for this test. iv. Galvanized tubes shall be capable of being bent cold without cracking of the steel, through 90 degree round a former having a radius at the bottom of the groove equal to 8 times the outside diameter of tube. v. Flattening Test on Tubes above 50 mm Nominal Bore: Rings not less than 40 mm in length cut from the ends of selected tubes shall be flattered between parallel plates with the weld, if any, at 90 degree (point of maximum bending) in accordance with IS-2328- 1983. No opening should occur by fracture in the weld unless the distance between the plates is less than 75 percent of the original outside diameter of the pipe and no cracks or breaks in the metal elsewhere than in the weld shall occur, unless the distance between the plates is less than 60% of the original outside diameter. The test rings may have the inner and outer edges rounded. 7.0 GALVANIZING TEST i. Weight of zinc Coating: For tubes thickness upto 6 mm the minimum weight of zinc coating, when determined on a 100 mm long test piece in accordance with IS-4736-1986 shall be 400 gm/m2. ii. The weight of the coating expressed in gram/m2 shall be calculated by dividing the total weight of the zinc (inside plus outside) by the total area (inside plus outside) of the coated surface. iii. Test specimen for this test shall be cut approximately 100 mm in length from opposite ends of the length of tubes selected for testing. Before cutting the test specimen, 50 mm from both ends of the samples shall be discarded. iv. Free Bore Test: A rod 230mm long and of appropriate diameter shall be passed through relevant nominal bore of the sample tubes to ensure a free bore. v. Uniformity of Galvanized Coating: The galvanized coating when determined on a 100 mm long test piece [see V (a) (iii)] in accordance with IS-2633-1986 (Method for testing uniformity of coating on zinc coated articles) shall with stand 4 one minute dips. 8.0 WORKMANSHIP The tubes shall be cleanly finished and reasonably free from injurious defects. They shall be reasonably straight, free from cracks, surface flaws, laminations, and other defects, both internally and externally. The screw tubes and sockets shall be clean and well-cut. The ends 137

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) shall be cut cleanly and square with the axis of tube. 9.0 MARKING i. The medium class of tubes shall be distinguished by Blue color bands which shall be applied before the tubes leaves the manufacturers works. ii. Tubes shall be marked with the standard mark. 10.0 10.1 10.2 10.3 10.4 EARTHING ARRANGEMENT OF DISTRIBUTION TRANSFORMERS The earth pits should be located as per REC Construction Standard F-5 (Annexure VI). Pipe earth electrodes should be provided in each earth pit as per REC construction standard J-1 and J-2 (Annexure VII & VIII). 4 mm (8 S.W.G), G.I. wire should be used for earth leads. One of the earth electrodes on either side of D.P. structure should be connected with; (a) One direct connection from the L.T. Lightning arresters and cross-arm. (b) One direct connection with Lightning arrester on H.T. side (11KV) and crossarm. 10.5 To each of the remaining two earth electrodes, the following should be connected:(a) One separate connection from the neutral (on medium voltage side) of the transformer. (b) One separate connection from the transformer body and the handle of 11KV A.B. switch. (c) One separate connection from the earthing terminal of the poles.

138

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

139

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) G. (1) SPRING LOADED CONSTANT PRESSURE MULTI CONNECTION BUS BAR DISTRIBUTION BOX FOR SINGLE PHASE SUPPLY SYSTEM 1.0 SCOPE This specification covers design, engineering, manufacture, assembly testing at manufacturer's works, packing, supply, delivery at site(s) and installation with accessories of spring loaded constant pressure multi connection bus bar distribution box for single phase supply system made of insulating material on Pole top mounted in Agartala Project Area. 2.0 STANDARDS: Unless otherwise specified elsewhere in this specification, the rating as well as performance and testing of spring loaded bus bar shall conform to the latest revisions and amendments of the following standards. __________________________________________________________________ Sl. Standard Title No. No. __________________________________________________________________ 1. 2. 3. 4. 5. 6. 3.0 IS: 14772 IS: 8623 IS: 13411 IS: 4249 IS: 11731 IS: 11000 Enclosures for Electrical Installations Low Voltage Switchgear & Control gear Assemblies. Glass Reinforced Compounds Polyester Dough Moulding

Tests for Non Ignitable and self Extinguishing Properties of Solid Electrical Insulating Material Flammability Test for Solid Electrical Insulating Material Fire Hazard Testing

__________________________________________________________________ CLIMATIC CONDITIONS: As mentioned in the General Climatic Conditions in clause 9 of Sec-IV. Note : Moderately hot and humid tropical climate conductive to rust and fungus growth. The climatic conditions are also prone to wide variations in ambient conditions. Smoke is also present in the atmosphere. Heavy/lightning also occurs during April to August. 4.0 4.1 TECHANICAL PARTICULARS, MATERIAL & CONSTRUCTIONAL DETAILS: FOR SPRING LOADED CONSTANT PRESSURE MULTI CONNECTION BUS BAR DISTRIBUTION BOX FOR SINGLE PHASE SUPPLY SYSTEM ( One incoming + Five Outgoing Circuits i.e. SP-6 Type) MATERIAL OF BOX: a. The box (enclosure) shall be made of Glass Filled U.V. Stabilized Fire Retardant 140

4.1.1

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) Nylon 6.6 or UV resistant Fire Retardant polycarbonate with min 2.5 mm thickness, capable of withstanding boiling water for 10 minutes without deformation of box material. The heat deflection temperature of the box material should be 125 C @ 0.45mpa. The flammability rating of the material as per UL 94 should be V0. b. Moulded casing of Bus Bar shall be made of Nylon glass filled capable of Fire retardancy test at 950C as per Specification No. IEC Publication 695 2 1. 4.1.2 DIMENSION OF THE BOX: The minimum internal dimensions of the box (enclosure) should not be less than the following dimensions:

In case of Bus Bar Distribution Box for Single Phase System : 250x250x160mm

The other Dimensions & General details shall be as mentioned in the Specification/ GTP/ Drawing. 4.1.3 Bus bars: The Bus bars should be made of EC grade copper. The minimum current rating of bus bars should be 200 Amp and the total cross section area should be such that the current density should not exceed 2.5 Amp/ Sq.mm. The minimum length of copper bus bars should not be less than 125 mm. SP-6 Type (One incoming and five outgoing circuits) = 125mm The Bus bars meeting the requirement of aforesaid current rating and maximum current density be provided in two identical pairs for Phase as well as for neutral. Two sets of Nylon supports are to be provided at the ends of Bus Bar casings to enable it to be fixed at Base at an easy to wire angle. The four ends of the Nylon supports shall be suitably affixed with the base of box by providing Nuts, Bolts & Washers. 4.1.4 Spring loading system: The connections should be spring loaded so that no fasteners are required to add a new connection from the distribution system. Also, each connected cable shall have a pressure applied to it at the point of connection to provide connection integrity and eliminate loose connections. The pressure plates which keep pressing the cable conductor & springs with sufficient strength of thickness 2 mm and diameter of spring wire should not be less than 2.0 mm. Both are to be made of stainless steel only. The springs are required to be retained in the housing by means of a stainless steel rod at the bottom end of the housing, so as to exert pressure on the pressure plate, when cable is inserted in the Bus Bar. . The minimum spring size should be 35mm from end to end, with an outer diameter of 14.25 mm and wire dia of 2mm. The pressure plates and bus bar system should be suitable for incoming 50 sq. mm Aluminum / Copper cable and 35 sq mm Aluminum / Copper cable for outgoing circuits. 4.1.5 ARRANGEMENT OF BUSBARS: The Bus bar housings shall be arranged and mounted at a suitable stepped angle so that making new connections is easy and without much bending of the cables. 141

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 4.1.6 SEALING OF BOX: The enclosure cover shall have a U clamp sealing system with 2 Nos. zinc passivated U clamps with holes. 4.1.7 I.P.Level: For protection against ingress of moisture, Water Particles and Dust etc., the box should meet with I.P. Level - I.P-55. a. Neoprene rubber gasket is provided all around the cover. b. The box shall have built in type hinges, no screws/rivets be visible from outside. 4.1.8 Gland Plate: At bottom side of the enclosure, a M.S. Hot Dip Galvanized 1.2 mm sheet Gland Plate with 6 Nos. of holes is to be provided for one incoming and five outgoing cables. 4.1.9 Earthing Plate: The one No. 2 mm thick Hot Dip Galvanized earthing Plate shall be provided at bottom side of the distribution box to accommodate earthing wire or armor running with cables. 4.1.10 OTHER COMPONENTS & FEATURES: 1. There shall be a provision of one incoming circuit of Single Phase & Neutral and 5 Nos. Outgoing connections of Single Phase and Neutral in the bus bars. 2. One Set (2 nos.) of Busbar moulded casing each containing one set (2 nos.) of busbars and the spring loading system along with pressure plates should be provided 3. The box shall have built- in type hinges, no screws / rivets visible from outside. 4. Neoprene rubber gasket to be provided all around the cover. 4.1.11 Arrangement for mounting of Box on Pole: The box shall be provided with 2 Nos. of M.S. Hot Dip Galvanized mounting channels of thickness 1.6 mm and 2 Nos. M.S.Round U Clamps Hot Dip Galvanized with Nuts & washers for fixing the Box on the holes. The size of mounting channel and U clamp shall be as specified in the Specification / GTP / Drawing.

TECHNICAL PARAMETERS: Sl No 1 Particulars Material of Box / Enclosure Description Glass Filled U.V. Stabilized Fire Retardant Nylon 6.6 or UV Resistant Fire Retardant polycarbonate Min 2.5 mm

2 3 4

Thickness of box

Dimension of box / enclosure 250 x 250 x 160mm Material of insulation for Nylon Glass Filled FR mounting Bus bar (Bus Bar Supports) 142

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 5 6 No. of circuits both incoming & One incoming + 5 Outgoing Circuits outgoing in the Bus bar Material of Insulation for Bus Nylon Glass filled capable to bars moulded casing withstand Fire Retardant Test at 9500C as per IEC Publication 69521. Material of Bus Bar Cross Section area of Bus Bar EC Grade Copper To meet current rating of 200 Amp and current density less than 2.5 Amp/ Sq mm

9 10 11 12 13 14 15 16 17 18 19 20 21 22

23 24 25 26

No. of Bus bar completed with 2 sets (4 nos.), One set for Phase & fitting One set for Neutral. Length of Copper Bus Bar with 125mm Tin/Silver Plating Pressure Plate Thickness 2.0 mm stainless steel Insulation level 2.5KV A.C. R.M.S. as per IS: 8623 (Part I) 1993 Earthing Plate 1 No. 2 mm M.S. Hot Dip Galvanised Earthing bolts, Washers and 06 Nos. M8 Nuts. Earthing Logo Earthing symbol Distance between phase and Center to Center distance 35 40mm neutral Hinges 2 Nos. built in type hinges, No screws / rivets permissible. IP Level IP 55 Sealing U Clamp 2 Nos. 1.2 mm Zinc passivated. Holes for cable As per respective drawings Mounting channels MS 2 Nos. (1.6 mm Thick M S Hot Dip Galvanized ) Pole Clamp for fixing the box 2 Nos. M.S. Round U Type Clamp on the pole Hot Dip Galvanized with Nuts & washers as per dimension indicated in the drawing. Gland Plate 1 No. 1.2 mm Hot Dip Galvanised Suitable for incoming/Outgoing 35 to 95 Sq mm incoming and 6to cable size 95sqmm outgoing Aluminum Cable Colour Grey Marking a) Name or trade mark of manufacturer. b) TSECL c) LOA No & Date Note: The Nuts & Washers may be electroplated. 143

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 6.0 MARKING: The following shall be embossed on the cover of box in big font: a) Name or trade mark of the manufacturer. b) TSECL, R-APDRP (PART-B), Ph-II c) LOA No & Date 7.0 DRAWINGS: i) The tenderers shall submit with his tender the bill of material and fully dimensional drawing of the offered material clearly showing the full details of material components to be supplied by them to enable the owner to examine the offer. The following drawings are appended with this specification: a) General Arrangement b) U-Clamp c) Bus Bar enclosure earth plate d) Channel for mounting the box on the Pole. ii) The successful bidder will submit the full dimensional drawing on A-4 size paper in triplicate for all the components for approval of owner as per specification before commencement of supply. If the successful bidder manufacture the equipment without obtaining approval of drawing, the owner will not be responsible if any part is not as per required dimensions. Approval of drawings/ work by Owner shall not relieve the Contractor of his responsibility and liability for ensuring correctness and correct interpretation of the latest revision of applicable standards, rules and codes of practices. 8.0 8.1 TESTS: TYPE TESTS: The type tests certification on Spring Loaded Constant Pressure Multi connection Distribution Box as per relevant IS shall shall constitute the type tests: Sl No A 1 2 3 4 5 6 7 8 Name of Test
FOR ENCLOSURE (BOX) Visual examination Verification of dimensions & Marking Protection against electric Shock Test of Mechanical Strength / Impact Resistance Test Resistance to heat Resistance to Rusting Glow Wire Test at 950 degree Centigrade Verification of Dielectric Properties at 5

Standard

Clause No

As Per GTP/ approved drawing As Per Spec/GTP/approved drawing IS:14772 9 IS:14772 12 IS:14772 IS:14772 IS:14772 / IEC 695-2-1 IS:8623

13 14

8.2.2.2

144

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)
KV Heat Deflection Test at 125 degree Centigrade at 0.45 Mpa Test for Self Extinguishing Properties

IS:4249 IS:11731( II) Din 53387

3.5.1

9 10 11 B 12 13 14

Flammability Test U V Resistance Test Withstand Voltage Test FOR BUS BAR Temperature Rise Test Verification of Dielectric Properties of moulded casing of bus bar at 5KV Glow Wire Test at 950 degree Centigrade of moulded casing bus bar

IS:8623-I IS:8623-I IS:11000-1 / IEC 695-2-1

8.2.1 8.2.2

i) IP-55 Test Report for the types of enclosures specified to be furnished with the tender. ii) Type test reports of Heat run test on at least one set of Bus Bar either single phase or three phase bus bar with 200A heat run test has to be furnished with the tender. 8.2 8.3 The above tests should be carried out on the samples in the order mentioned in relevant IS. TESTS BEFORE DESPATCH: The material shall be subjected at manufacturer's works before dispatch to the routine & acceptance tests given here-under as per relevant IS. 8.4 ACCEPTANCE TESTS: These tests shall be carried out on the samples taken from the lot for the purpose of the acceptance of lot which are to be conducted as per relevant IS: Sl No A 1 2 3 4 5 6 7 8 Name of Test FOR ENCLOSURE (BOX) Visual examination Verification of dimensions Protection against electric Shock Test of Mechanical Strength / Impact Resistance Test Glow Wire Test at 950 degree Centigrade Verification of Dielectric Properties at 5 KV Test for Self Extinguishing Properties Flammability Test Standard Clause No

As Per GTP/ approved drawing As Per Spec/GTP/approved drawing IS:14772 9 IS:14772 12 IS:14772 / IEC 695-2-1 IS:8623 IS:4249 IS:11731( II) 145

8.2.2.2 3.5.1

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) B 9 10 11 FOR BUS BAR Temperature Rise Test Verification of Dielectric Properties of moulded casing of bus bar at 5KV Glow Wire Test at 950 degree Centigrade of moulded casing bus bar IS:8623-I IS:8623-I IS:11000-1 / IEC 695-2-1 8.2.1 8.2.2

8.5

ROUTINE TESTS: These tests are to be carried out to check various requirements of Spring Loaded Constant Pressure Multi-connection Distribution system which are likely to vary during production. The following tests shall be conducted / carried out on Spring Loaded Constant Pressure Multi-connection Distribution system by the bidder at his works as per relevant IS and he should furnish certificate / record thereof during pre-dispatch inspection:i) Verification of dimensions & Marking ii) Protection against electric Shock iii) Test for self extinguishing properties

9.0

TESTS AT SITE: The owner reserves the right to conduct all tests on each type of Spring Loaded Constant Pressure Multi-connection Distribution system after arrival at site and bidder shall guarantee test certificates figures under actual service conditions.

10.0

TESTING FACILITIES: The bidder should possess adequate testing facilities for carrying out routine & acceptance test of item as per relevant standard at their works. The bidder shall furnish documentary evidence in support of conducting routine & acceptance test. The per day capacity of testing facilities at the works of the bidder shall be verified by the representative of the owner.

11.0 11.1

INSPECTION: All the routine /acceptance tests as mentioned above for pre-dispatch inspection shall be conducted at the place of manufacturer unless otherwise especially agreed upon by the bidder and owner at the time of purchase. The bidder shall afford the inspection officer(s) representing the owner all reasonable facilities without charges, to satisfy him that the material is being furnished in accordance with this specification. The owner has the right to have the tests carried out at his own cost by an independent agency whenever there is a dispute regarding the quality of supply. The inspection may also be carried out by the owner at any stage of manufacture / before dispatch as per relevant standard. Inspection and acceptance of any material under the specification by the owner shall not relieve the bidder of his obligation of furnishing material in accordance with the specification and shall not prevent subsequent rejection if the material is found to be defective. The bidder shall keep the owner informed in advance, about manufacturing programme so that arrangements can be made for inspection. 146

11.2 11.3

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

11.4 11.5

The owner reserves the right to insist for witnessing the acceptance / routine testing of the bought out items. The bidder shall give 15 days advance intimation to enable the owner to depute his representative for witnessing the acceptance and routine tests. The inspection charges would be to the owner's account. GUARANTEED TECHNICAL AND OTHER PARTICULARS: The full guaranteed technical and other particulars shall be given in the proforma given in Annexure-G (1). Any deviation from the specifications referred to above shall be supported by adequate justification.

12.0

13.0

TEST CHECKING OF MATERIAL AT STORES The material received in the stores of the TSECL shall be subjected to the test checking at stores before final acceptance of the material, the procedure for the same shall be as under:

13.1 SAMPLING One sample of each type out of each sub-lot / lot of 100 Nos. or part thereof from each inspected lot received in stores shall be selected for test checking of material and shall be got tested. The sample selection shall be done as soon as the material is received in stores, without calling the representative of contractor. However, testing at CTL shall be done in the presence of representative of contractor after identification/ confirmation by the contractors representative that sample(s) so selected belong to them. 13.2 TESTS The following tests shall be carried out on the above items: a) Visual Examination, verification of dimensions and marking as per GTP/ approved drawing. b) Any other acceptance test for which facility is available in CTL. Checking of material of Box, Busbar, Busbar Casing and Busbar Support. 13.3 Test of the material shall be got done at the test laboratory of the TSECL .For witnessing of the testing, 7 days notice shall be given to the contractor stating date, time & place . In case the contractor do not attend for witnessing the testing, the testing shall be proceeded and completed and action taken as per the contract. Officer In charge of CTL shall send copies of test reports to the owner, consignees and the contractor. CRITERIA FOR ACCEPTANCE In case of failure of sample, the material contained in the lot / sub-lot to which the sample belongs, shall be rejected. The rejected material shall have to be replaced by the contractor free of cost. 13.6 TEST CHARGES: All test charges incurred towards test checking of the material received in our stores shall be borne by the Contractor. 147

13.4 13.5

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 14.0 TYPE TEST ON SAMPLES SELECTED FROM MATERIAL RECEIVED IN STORES FROM 1st OFFERED LOT: The first lot offered shall not be less than 10 % of the ordered qty or 100 Nos. whichever is less. Sample from the 1st Lot at manufacturer works shall be selected and sealed for getting it type tested at any CPRI, Bangalore/ CPRI, Bhopal / CPRI, Muradnagar / independent NABL accredited testing laboratory (i.e. contractors own NABL accredited lab shall not be considered for the purpose of type test reports). The transportation charges of sample(s) from manufacturer works to test house shall be borne by Contractor. At the option of the owner, the material received in the stores may be utilized in the field after receipt of successful test reports from CTL for the mandatory test checking on the samples selected from the material received at stores against first lot and subsequent lot(s) in anticipation of successful type test report(s). In case sample(s) from first lot fails in type tests then: a) Contractor shall have to replace the full quantity of the respective inspected lot supplied to stores which is lying unused. b) For the quantity already utilized against the order in field a deduction of 30% (thirty percent) of F.O.R. destination price of the material supplied shall be made 15.0 Sample by Successful Bidders: The successful bidder will submit the full dimensional drawing on A-4 size paper in triplicate and 3 (Three) nos. samples of Spring Loaded Constant Pressure Multiconnection Busbar Distribution box for Single Phase and Three Phase supply system for approval of owner as per specification before commencement of supply. If the successful bidder manufacture the equipment without obtaining approval of drawing/ sample, the owner will not be responsible if any part is not as per required dimensions. Approval of drawings/ work by Owner shall not relieve the Contractor of his responsibility and liability for ensuring correctness and correct interpretation of the latest revision of applicable standards, rules and codes of practices. (2) TECHNICAL SPECIFICATION FOR SPRING LOADED CONSTANT PRESSURE MULTI CONNECTION BUS BAR DISTRIBUTION BOX FOR THREE PHASE SUPPLY SYSTEM 1.0 SCOPE This specification covers design, engineering, manufacture, assembly testing at manufacturer's works, packing, supply, delivery at site(s) and installation with accessories of spring loaded constant pressure multi connection bus bar distribution box for three phase supply system made of insulating material on Pole top mounted in Agartala Project Area. 2.0 STANDARDS: Unless otherwise specified elsewhere in this specification, the rating as well as performance and testing of spring loaded bus bar shall conform to the latest revisions and amendments of the following standards. 148

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) __________________________________________________________________ Sl. Standard Title No. No. __________________________________________________________________ 1. 2. 3. 4. 5. 6. 3.0 IS: 14772 IS: 8623 IS: 13411 IS: 4249 IS: 11731 IS: 11000 Enclosures for Electrical Installations Low Voltage Switchgear & Control gear Assemblies. Glass Reinforced Compounds Polyester Dough Moulding

Tests for Non Ignitable and self Extinguishing Properties of Solid Electrical Insulating Material Flammability Test for Solid Electrical Insulating Material Fire Hazard Testing

__________________________________________________________________ CLIMATIC CONDITIONS: As mentioned in the General Climatic Conditions in clause 9 of Sec-IV. Note: Moderately hot and humid tropical climate conductive to rust and fungus growth. The climatic conditions are also prone to wide variations in ambient conditions. Smoke is also present in the atmosphere. Heavy/lightning also occurs during June to October. 4.0 4.1 TECHNICAL PARTICULARS, MATERIAL & CONSTRUCTIONAL DETAIL: FOR SPRING LOADED CONSTANT PRESSURE MULTI CONNECTION BUS BAR DISTRIBUTION BOX FOR THREE PHASE SUPPLY SYSTEM (One incoming + five Outgoing Circuits in each of three Phase and 1+9 Outgoing Circuits in Neutral) MATERIAL OF BOX: a) The box (enclosure) shall be made of Glass Filled U.V. Stabilized Fire Retardant Nylon 6.6 or UV resistant Fire Retardant polycarbonate with min 3 mm thickness, capable of withstanding boiling water for 10 minutes without deformation of box material. The heat deflection temperature of the box material should be 125C @ 0.45 mpa. The flammability rating of the material as per UL 94 should be Vo. b). Moulded casing of Bus Bar shall be made of Nylon glass filled capable of Fire retardancy test at 950C as per Specification No. IEC Publication 695 2 1. 4.1.2 DIMENSION OF THE BOX: The minimum internal dimensions of the box (enclosure) should not be less than the following dimensions: In case of Bus Bar Distribution Box for Three Phase System : 400x300x190mm. 149

4.1.1

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) The other Dimensions & General details shall be as mentioned in the Specification/ GTP/ Drawing. 4.1.3 Busbars: The Bus bars should be made of EC grade copper. The minimum current rating of busbars should be 400 Amp and the total cross section area should be such that the current density should no exceed 2.5 Amp/ Sq.mm. The minimum length of copper bus bars should not be less than as followsPhase Busbar for 1 incoming +5 outgoing circuits = 125 mm Neutral Busbar for 1 incoming +9 outgoing circuits = 210 mm The Busbars meeting the requirement of aforesaid current rating and maximum current density be provided in two identical pairs for each Phase as well as for neutral. Two sets of Nylon supports are to be provided at the ends of Bus Bar casings to enable it to be fixed at Base at an easy to wire angle. The four ends of the Nylon supports shall be suitably affixed with the base of box by providing Nuts, Bolts & Washers. Semi Circular grooves should be provided on Bus Bars in Distribution Boxes, so as to have sufficient contact area between bus bars and conductor of cable. 4.1.4 Spring loading system: The connections should be spring loaded so that no fasteners are required to add a new connection from the distribution system. Also, each connected cable shall have a pressure applied to it at the point of connection to provide connection integrity and eliminate loose connections. The pressure plates which keep pressing the cable conductor & springs with sufficient strength of thickness 2 mm and diameter of spring wire should not be less than 2.0 mm. Both are to be made of stainless steel only. The springs are required to be retained in the housing by means of a stainless steel rod at the bottom end of the housing, so as to exert pressure on the pressure plate, when cable is inserted in the Bus Bar. . The minimum spring size should be 35mm from end to end, with an outer diameter of 14.25 mm and wire dia of 2mm. The pressure plates and bus bar system should be suitable for incoming 35 to 95 sq. mm Aluminum / Copper cable and 35 to 95 sq mm Aluminum / Copper cable for outgoing circuits. 4.1.5 ARRANGEMENT OF BUSBARS: The Bus bar housings shall be arranged and mounted at a suitable stepped angle so that making new connections is easy and without much bending of the cables. 4.1.6 SEALING OF BOX: The box (enclosure) cover shall have a U clamp sealing system with 2 Nos. Zinc passivated U clamps with holes.

150

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

Sl No 1 2 3 4 5 6

Particulars Material of Box (Enclosure) Thickness Dimension of the enclosure

Description Glass Filled U.V. Stablised Fire Retardant Nylon 6.6 or UV Resistant Fire Retardant polycarbonate 3 mm.

7 8 9 10

400 x 300 x 190mm ( Min. Internal Dimension) Material of insulation for Nylon Glass Filled FR mounting Busbar (Bus Bar Supports) No. of circuits both incoming 1incoming + 5 outgoing Circuits in each & outgoing in the Busbar of three phase bus bar and 1 incoming + 9 outgoing Circuits in neutral busbar Material of Insulation for Nylon Glass filled capable to withstand Busbars moulded casing Fire Retardant Test at 950degree Centigrade as per IEC Publication 6952 1 Material of Bus Bar EC Grade Copper Cross Section area of Bus To meet current rating of 400 Amp and Bar current density less than 2.5 Amp/ Sq mm No. of Busbar completed 4 Sets (Three for Phase & One for with fitting Neutral). Length of Copper Bus Bar Each Phase Busbar for 1incoming + 5 with Tin/Silver Plating outgoing Circuits =125 mm Neutral busbar for 1 incoming + 9 outgoing Circuits = 210 mm Pressure Plate Thickness Insulation level 2.0 mm stainless 2.5KV A.C. R.M.S. as per IS: 8623 (Part I) 1993 Earthing Plate 1 No 2 mm M.S.Hot Dip Galvanised Earthing Bolt 6 Nos M6 20 mm Earthing Logo Earthing symbol Distance between Phase & Center to Center distance 35 - 40mm Neutral, phase & phase Hinges 2 Nos. built in type hinges, No screws/rivets visible from outside. IP Level IP 55 Sealing U Clamp 2 Nos. 1.2 mm Zinc passivated. Mounting channels MS 2 Nos. (1.6 mm Thick sheet steel Hot Dip Galvanised ) 151

11 12 13 14 15 16 17 18 19 20

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 21 Pole Clamp for fixing the 2 Nos. M.S. Round U Type Clamp Hot box on the pole Dip Galvanised with Nuts & Washers as per dimension indicated in the drawing Gland Plate Tolerances Suitable for incoming cable size Suitable for outgoing cable size Color Marking a) Name or trade mark of manufacturer. b) TSECL c) LOA No & Date 1 No. 1.2 mm M.S. Hot Dip Galvanised. As per Drawing 35 to 95 Sq mm Aluminum cable 6 95 Sq mm Aluminum cable Grey

22 23 24 25 26 27

R-APDRP(PART-B), Ph-II

4.1.7

I.P.Level: For protection against ingress of moisture, Water Particles and Dust etc., the box should meet with I.P. Level - I.P-55. a. Neoprene rubber gasket be provided all around the cover. b. The box shall have built in type hinges, no screws/rivets be visible from outside.

4.1.8

Gland Plate: At bottom side of the enclosure, a M.S. Hot dip Galvanized 1.2 mm sheet Gland Plate with 10 Nos. of holes is to be provided for one incoming and five outgoing cables from each phase and one incoming and nine outgoing cables from neutral bus bar as per drawing.

4.1.9

Earthing Plate: The one No. 2 mm thick Hot Dip Galvanized earthing Plate of size indicated in the drawing shall be provided at bottom side of the distribution box to accommodate earthing wire or armour running with cables.

4.1.10 OTHER COMPONENTS & FEATURES: 1. There shall be a provision of one incoming + five outgoing circuits on each of three phase busbars and one incoming + nine outgoing circuits on neutral busbars. 2. One Set (4 nos.) of Busbar moulded casing each containing one set (2 nos.) of busbars and the spring loading system along with pressure plates should be provided. 3. The box shall have built in type hinges, no screws/rivets visible from outside. 4. Neoprene rubber gasket to be provided all around the cover. 4.1.11 Arrangement for mounting of Box on Pole: The box shall be provided with 2 Nos. of M.S. Hot Dip Galvanised mounting channels of thickness 1.6 mm and 2 Nos. M.S. Round Uclamps Hot Dip Galvanised with nuts & 152

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) washers for fixing the Box on the holes. The size of mounting channel and U clamp shall be as specified in the Specification / GTP / Drawing. 5.0 TECHNICAL PARAMETERS: Note: The Nuts & Washers may be Electroplated. 6.0 MARKING: The following shall be embossed on the cover of box in big font : a) Name or trade mark of the manufacturer. b) TSECL, R-APDRP (PART-B), Ph-II c) LOA No & Date 7.0 DRAWINGS: i) The tenderers shall submit with his tender the bill of material and fully dimensional drawing of the offered material clearly showing the full details of material components to be supplied by them to enable the owner to examine the offer. The following drawings are appended with this specification: a) General Arrangement b) U-Clamp c) Bus Bar enclosure earth blade Sl No A 1 2 3 4 5 6 7 8 Name of Test FOR ENCLOSURE (BOX) Visual examination Verification of dimensions & Marking Protection against electric Shock Test of Mechanical Strength / Impact Resistance Test Resistance to heat Resistance to Rusting Glow Wire Test at 950 degree Centigrade Verification of Dielectric Properties at 5 KV Heat Deflection Test at 125 degree Centigrade at 0.45 Mpa Test for Self Extinguishing Properties Flammability Test U V Resistance Test Withstand Voltage Test Standard Clause No

As Per GTP/ approved drawing As Per Spec/GTP/approved drawing IS:14772 9 IS:14772 12 IS:14772 IS:14772 IS:14772 / IEC 695-2-1 IS:8623 13 14 8.2.2.2

IS:4249 IS:11731( II) Din 53387

3.5.1

9 10 11

153

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) B 12 13 14 FOR BUS BAR Temperature Rise Test Verification of Dielectric Properties of moulded casing of bus bar at 5KV Glow Wire Test at 950 degree Centigrade of moulded casing bus bar d) Channel for mounting the box on the pole. ii) The successful bidder will submit the full dimensional drawing on A-3 size paper in triplicate for all the components for approval of owner as per specification before commencement of supply. If the successful bidder manufacture the equipment without obtaining approval of drawing, the owner will not be responsible if any part is not as per required dimensions. Approval of drawings/ work by Owner shall not relieve the Contractor of his responsibility and liability for ensuring correctness and correct interpretation of the latest revision of applicable standards, rules and codes of practices. 8.0 8.1 TESTS: TYPE TESTS: The type tests certification on Spring Loaded Constant Pressure Multi connection Distribution Box as per relevant IS shall constitute the type tests: i) IP-55 Test Report for the types of enclosures specified to be furnished with the tender. ii) Type test reports of Heat run test on at least one set of Bus Bar either single phase or three phase bus bar with 200A heat run test has to be furnished with the tender. 8.2 8.3 The above tests should be carried out on the samples in the order mentioned in relevant IS. TESTS BEFORE DESPATCH: The material shall be subjected at manufacturer's works before dispatch to the routine & acceptance tests given here-under as per relevant IS. 8.4 ACCEPTANCE TESTS: These tests shall be carried out on the samples taken from the lot for the purpose of the acceptance of lot which are to be conducted as per relevant IS: Sl No A 1 2 3 4 Name of Test
FOR ENCLOSURE (BOX) Visual examination Verification of dimensions Protection against electric Shock Test of Mechanical Strength / Impact Resistance Test

IS:8623-I IS:8623-I IS:11000-1 / IEC 695-2-1

8.2.1 8.2.2

Standard

Clause No

As Per GTP/ approved drawing As Per Spec/GTP/approved drawing IS:14772 9 IS:14772 12

154

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 5 6 7 8 B 9 10 11
Glow Wire Test at 950 degree Centigrade Verification of Dielectric Properties at 5 KV Test for Self Extinguishing Properties IS:14772 / IEC 695-2-1 IS:8623 IS:4249 IS:11731( II) IS:8623-I IS:8623-I IS:11000-1 / IEC 695-2-1 8.2.1 8.2.2

8.2.2.2 3.5.1

Flammability Test FOR BUS BAR Temperature Rise Test Verification of Dielectric Properties of moulded casing of bus bar at 5KV Glow Wire Test at 950 degree Centigrade of moulded casing bus bar

8.5

ROUTINE TESTS : These tests are to carried out to check various requirements of Spring Loaded Constant Pressure Multi-connection Distribution system which are likely to vary during production. The following tests shall be conducted / carried out on Spring Loaded Constant Pressure Multi-connection Distribution system by the bidder at his works as per relevant IS and he should furnish certificate / record thereof during pre-despatch inspection:i) Verification of dimensions & Marking ii) Protection against electric Shock iii) Test for self extinguishing properties

9.0

TESTS AT SITE: The owner reserves the right to conduct all tests on each type of Spring Loaded Constant Pressure Multi-connection Distribution system after arrival at site and bidder shall guarantee test certificates figures under actual service conditions.

10.0

TESTING FACILITIES: The bidder should possess adequate testing facilities for carrying out routine & acceptance test of item as per relevant standard at their works. The bidder shall furnish documentary evidence in support of conducting routine & acceptance test. The per day capacity of testing facilities at the works of the bidder shall be verified by the representative of the owner.

11.0 11.1

INSPECTION: All the routine /acceptance tests as mentioned above for pre-dispatch inspection shall be conducted at the place of manufacturer unless otherwise especially agreed upon by the bidder and owner at the time of purchase. The bidder shall afford the inspection officer(s) representing the owner all reasonable facilities without charges, to satisfy him that the material is being furnished in accordance with this specification. The owner has the right to have the tests carried out at his own cost by an independent agency whenever there is a 155

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) dispute regarding the quality of supply. 11.2 11.3 The inspection may also be carried out by the owner at any stage of manufacture / before dispatch as per relevant standard. Inspection and acceptance of any material under the specification by the owner shall not relieve the bidder of his obligation of furnishing material in accordance with the specification and shall not prevent subsequent rejection if the material is found to be defective. The bidder shall keep the owner informed in advance, about manufacturing programme so that arrangements can be made for inspection. The owner reserves the right to insist for witnessing the acceptance / routine testings of the bought out items. The bidder shall give 15 days advance intimation to enable the owner to depute his representative for witnessing the acceptance and routine tests. The inspection charges would be to the owner's account. GUARANTEED TECHNICAL AND OTHER PARTICULARS: The full guaranteed technical and other particulars shall be given in the proforma given in Annexure-G(2). Any deviation from the specifications referred to above shall be supported by adequate justification. 13.0 TEST CHECKING OF MATERIAL AT STORES The material received in the stores of the TSECL shall be subjected to the test checking at stores before final acceptance of the material, the procedure for the same shall be as under: 13.1 SAMPLING One sample of each type out of each sub-lot / lot of 100 Nos. or part thereof from each inspected lot received in stores shall be selected for test checking of material and shall be got tested. The sample selection shall be done as soon as the material is received in stores, without calling the representative of contractor. However, testing at CTL shall be done in the presence of representative of contractor after identification/ confirmation by the contractors representative that sample(s) so selected belong to them. 13.2 TESTS The following tests shall be carried out on the above items : a) Visual Examination, verification of dimensions and marking as per GTP/ approved drawing. b) Any other acceptance test for which facility are available in CTL. Checking of material of Box , Busbar, Busbar Casing and Busbar Support. 13.3 Test of the material shall be got done at the test laboratory of the TSECL .For witnessing of the testing, 7 days notice shall be given to the contractor stating date, time & place . In case the contractor do not attend for witnessing the testing, the testing shall be proceeded and completed and action taken as per the contract. Officer Incharge of CTL shall send copies of test reports to the owner, consignees and the contractor. 156

11.4 11.5

12.0

13.4

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

13.5

CRITERIA FOR ACCEPTANCE In case of failure of sample, the material contained in the lot / sub-lot to which the sample belongs, shall be rejected. The rejected material shall have to be replaced by the contractor free of cost.

13.6

TEST CHARGES: All test charges incurred towards test checking of the material received in our stores shall be borne by the Contractor.

14.0

TYPE TEST ON SAMPLES SELECTED FROM MATERIAL RECEIVED IN STORES FROM 1st OFFERED LOT: The first lot offered shall not be less than 10 % of the ordered qty or 100 Nos. whichever is less. Sample from the 1st Lot at manufacturer works shall be selected and sealed for getting it type tested at any CPRI, Bangalore/ CPRI, Bhopal / CPRI, Muradnagar / independent NABL accredited testing laboratory (i.e. contractors own NABL accredited lab shall not be considered for the purpose of type test reports). The transportation charges of sample(s) from manufacturer works to test house shall be borne by Contractor. At the option of the owner, the material received in the stores may be utilized in the field after receipt of successful test reports from CTL for the mandatory test checking on the samples selected from the material received at stores against first lot and subsequent lot(s) in anticipation of successful type test report(s). In case sample(s) from first lot fails in type tests then: a) Contractor shall have to replace the full quantity of the respective inspected lot supplied to stores which is lying unused. b) For the quantity already utilized against the order in field a deduction of 30% (thirty percent) of F.O.R. destination price of the material supplied shall be made

15.0

Sample by Successful Bidders: The successful bidder will submit the full dimensional drawing on A-4 size paper in triplicate and 3 (Three) nos. samples of Spring Loaded Constant Pressure Multiconnection Busbar Distribution box for Single Phase and Three Phase supply system for approval of owner as per specification before commencement of supply. If the successful bidder manufacture the equipment without obtaining approval of drawing/ sample, the owner will not be responsible if any part is not as per required dimensions. Approval of drawings/ work by Owner shall not relieve the Contractor of his responsibility and liability for ensuring correctness and correct interpretation of the latest revision of applicable standards, rules and codes of practices.

157

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) Annexure-G (1)


GUARANTEED TECHNICAL PARTICULARS (G.T.P.) FOR SPRING LOADED CONSTANT PRESSURE MULTI CONNECTION BUS BAR DISTRIBUTION BOX FOR SINGLE PHASE SUPPLY SYSTEM.

Sl Particulars Description No Name and 1 Manufacturers address 2 Place of Manufacture Glass Filled U.V. Stablised Fire 3 Material of Box / Enclosure Retardant Nylon 6.6 or UV Resistant Fire Retardant polycarbonate Min 2.5 mm 4 Thickness of box 250 x 250 x 160mm 5 Dimension of box / enclosure 6 Material of insulation for Nylon Glass Filled FR mounting Bus bar (Bus Bar Supports) 7 No. of circuits both incoming & One incoming + 5 Outgoing Circuits outgoing in the Bus bar 8 Material of Insulation for Bus Nylon Glass filled capable to withstand bars moulded casing Fire Retardant Test at 9500C as per IEC Publication 69521. EC Grade Copper 9 Material of Bus Bar To meet current rating of 200 Amp and 10 Cross Section area of Bus Bar current density less than 2.5 Amp/ Sq mm 2 sets (4 nos.), One set for Phase & One 11 No. of Busbar completed with fitting set for Neutral. 12 Length of Copper Bus Bar with 125mm Tin/Silver Plating 2.0 mm stainless steel 13 Pressure Plate Thickness 2.5KV A.C. R.M.S. as per IS: 8623 (Part 14 Insulation level I) 1993 1 No. 2 mm MS Hot Dip Galvanised 15 Earthing Plate 16 Earthing bolts, Washers and 06 Nos. M8 Nuts. Earthing symbol 17 Earthing Logo 18 Distance between phase and Center to Center distance 35 40mm neutral 2 Nos. built in type hinges, No 19 Hinges screws/rivets permissible. IP Level IP 55 20 As per respective drawings 22 Holes for cable 158

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 23 24 Mounting channels MS 2 Nos. (1.6 mm Thick M S Hot Dip Galvanised ) Pole Clamp for fixing the box 2 Nos. M.S. Round U Type Clamp on the pole Zinc passivated with Nuts & washers as per dimension indicated in the drawing Gland Plate 1 No. 1.2 mm Hot dip Gavanised Suitable for incoming cable size 35 to 95 Sq mm Aluminum Cable for incoming and 6 to 95 Sq mm for outgoing Color Grey Marking a) Name or trade mark of manufacturer. b) TSECL R-APDRP(P-B),Ph-2 c) LOA No & Date
Note: The Nuts & Washers may be Electroplated Annexure-G (2)
GUARANTEED TECHNICAL PARTICULARS (G.T.P.) FOR SPRING LOADED CONSTANT PRESSURE MULTI CONNECTION BUS BAR DISTRIBUTION BOX FOR THREE PHASE SUPPLY SYSTEM Sl No 1 2 3 Particulars Manufacturers name & address Place of Manufacture Material of Box (Enclosure) Description

25 26 27 28

Glass Filled U.V. Stablised Fire Retardant Nylon 6.6 or UV Resistant Fire Retardant polycarbonate 3 mm. 400 x 300 x 190mm ( Min. Internal Dimension) Nylon Glass Filled FR 1incoming + 5 outgoing Circuits in each of three phase bus bar 1 incoming + 9 outgoing Circuits in neutral busbar Nylon Glass filled capable to withstand Fire Retardant Test at 9500C as per IEC Publication 69521 EC Grade Copper To meet current rating of 200 Amp and current density less than 2.5 Amp/ Sq mm 4 Sets (Three for Phase & One for Neutral).

4 5 6 7

Thickness Dimension of the enclosure Material of insulation for mounting Busbar (Bus Bar Supports) No. of circuits both incoming & outgoing in the Busbar Material of Insulation for Busbars moulded casing Material of Bus Bar Cross Section area of Bus Bar No. of Busbar completed with fitting

8 9 10 11

159

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)
12 Length of Copper Bus Bar with Tin/Silver Plating Pressure Plate Thickness Insulation level Earthing Plate Earthing Bolt Earthing Logo Distance between Phase Neutral, phase & phase Hinges IP Level Sealing U Clamp Mounting channels MS Pole Clamp for fixing the box on the pole Gland Plate Tolerances Suitable for incoming cable size Suitable for outgoing cable size Color Marking Each Phase Busbar for 1incoming + 5 outgoing Circuits =125 mm Neutral busbar for 1 incoming + 9 outgoing Circuits = 210 mm 2.0 mm stainless 2.5KV A.C. R.M.S. as per IS: 8623 (Part I) 1993 1 No 2 mm Hot dip galvanized 6 Nos M6 20 mm Earthing symbol Center to Center distance 35 - 40mm 2 Nos. built in type hinges, No screws/rivets visible from outside. IP 55 2 Nos. 1.2 mm zinc passivated 2 Nos. (1.6 mm Thick sheet steel Hot dip galvanized) 2 Nos. M.S. Round U Type Clamp Zinc passivated with Nuts & Spring Washers as per dimension indicated in the drawing 1 No. 1.2 mm Hot dip galvanized As per Drawing 35 to 95 Sq mm Aluminum cable 6 95 Sq mm Aluminum cable Grey

13 14 15 16 17 18 19 20 21 22 23

&

24 25 26 27 28 29

a) Name or trade mark of manufacturer. R-APDRP(PART-B),Ph-II b) TSECL


c) LOA No & Date

H. 1.0

REWIREABLE KIT KAT FUSES SCOPE This specification covers design, engineering, manufacture, stage testing, inspection, testing before supply, transportation at site, insurance, delivery at site and erection of porcelain rewireable kit kat fuses suitable for AC 3 phase 415 V 50 HZ solidly grounded neutral system.

2.0 3.0

WEATHER CONDITION: As mentioned in the General Climatic Conditions in clause 9 of Sec-IV. RATED VOLTAGE AND FREQUENCY. 160

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) The fuses shall be suitable for continuous operation at AC 415 V and frequency 50 Hz. 4.0 5.0 RATED CURRENTS: The rated currents of fuses units shall be 63/100/200/400Amps. APPLICATION STANDARDS: i) IS: 2086/1993 with latest amendment ii) This specification for 200 A kit kat fuses. iii) GEB (Now GUVNL) drawing Nos. Tech-272,268,269,271 & 322 (Rev.II) 6.0 6.1 GENERAL CONSTRUCTION REQUIREMENT OF KIT KAT FUSES: MATERIALS: This rewireable fuses units shall be made of ceramic which shall be of sand fine grain homogenous non-porous chemically insert and high electrical and mechanical strength and shall be thoroughly verified and smoothly glazed. It shall be non-ignitable. The porcelain and glaze shall be white or cream in colour. The glaze shall cover at least those surfaces which are exposed when the, fuses have been mounted in the intended manner. The mounting surface may be left unglazed. The materials should not have any defect such as I) Crazing : A hairline crack in glaze of ceramic material. II) Dunt: A hair line fracture extending through the body and the glaze and caused by strains set-up in the process of manufacture of ceramics materials. III) Projection: A raised imperfection, projecting more than 0.75 mm above the Surface of the ceramic material. IV) Water: The ceramics material shall not absorb more than absorption of 2% of its weight of water when broken and tested for. 6.2 The design and dimension of the fuses shall be either in accordance with the drawing No. Tech- 272,268,269,271 & 322 (Rev.II) OR as per relevant IS 2086 -1993 for 16 A, 32A, 63 A, 100 A, 200 A & 400 A respectively. 6.3 PROTECTION: The carrier and fuse base when installed in the intended manner shall have all live parts so protected as to prevent inadvertent contact with such live parts. 6.4 HANDLING GRIP: The fuse carrier shall be provided with a handle or grip and shall be shaped in acceptable manner so that it will be easy to withdraw the carrier without use of any tools and without danger to any Lineman or operator. 6.5 6.6 METAL PARTS: All metal parts shall be protected against corrosion by suitable methods. FUSE BASE: 161

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 6.6.1. The fuses base shall be provided with two fixing holes for fixing the fuse base by means of screwier bolts. 6.6.2. The fuse base shall have contacts for suitably engaging with the contacts of the fuse carrier rigidly under any condition. The contacts shall be made out of such a metal which will not lose its electricity due to heating of the contracts on full load with 20% overload current or heat generated and required pressure is maintained even after repeated engagements and disengagement. The contact for rating 63 A and above will also have extended strips for fixing cable lugs by means of bolt. 6.6.3. Live parts on the underside of the fuse base for surface mounting shall be either covered by a shield or barrier of insulating materials or be counter sunk not less than 3mm below the surface of the base and covered with water proof insulating sealing compound which will not deteriorate or flow at a temp. lower than 100 degree C or on full load current with 20% overload or blowing of fuse under short circuit condition or shall have clearance of not less than 6.0 mm for 16A and 32A and 9mm for 63A, 100A , 200A and 400A size from the mounting surface and reliably prevented from loosening. 6.7 FUSE CARRIER: The fuse carried shall have contacts suitable for engaging with fuse base contacts. They shall be provided with suitable terminals for the connection of the fuse elements. The fuse carrier shall be so constructed that it is capable of being reversible for introduction into the fuse base. The contacts shall be made out of the metal which will not loose its elasticity on account of heating of the contacts on full load with 20% overload conditions or heating due to blowing of the fuse element due to short circuit and required pressure is maintained and even after repeated engagement and disengagement. 6.7.2 Live parts of the fuse carrier shall be covered either by a shield for barrier of insulating materials or be counter sunk not less than 3 mm below surface of the base and covered with water proof insulating sealing compound which will not deteriorated or flow at temp. lower than 100 degree Centigrade. The asbestos cloth to be provided in fuse base shall be fire proof insulating and of sufficient length width and thickness. SPRING FOR BASE PHOSPHOR BRONZE CONTACT (For 200 Amp. KK FUSE only) This should be round / elliptical made from high quality spring steel sufficient to maintain uniform pressure on the contact surface when fuse carrier is fitted. The spring shall be of sufficient width and having 1 mm thickness. 6.10 SCREWS: i) Screws upon which the general assembly of the fuse base and carriers terminals and contacts depend shall be prevented from loosening or backing out buy lock, washers, stacking or other reliable means. ii) If screws used in the assembly of a fuse are loosened or removed in order to install the fuse elements or to connect the fuse into a circuit they should be thread into metal and shall be provided with washers. 162

6.8 6.9

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 6.11 CURRENT CARRYING PARTS: i) Current carrying parts shall be of robust construction and capable of carrying their rated current without exceeding the temp. rise limits clause 4.2.1 of IS specification 2086-1993. i.e. 55 degree centigrade for rating of 16amps to 100amps & 65 degree centigrade for 200 amps and 400 amps kit kat fuse. ii) Iron and steel parts shall not be used for current carrying parts except as clamping device or pressure such as punching screws, clamps or wire binding screws and nuts. 6.12 Sl No 1 2 3 CONTACTS: The contacts of the fuse base, fuse carrier, terminal blocks/strips shall be as under: Description Fuse carrier contacts (Male Contacts) False base contacts(Female contacts) Terminal block/strips For 16/32/63A& 100 A fuse. K.K. Fuse. Tinned copper Phosphor Bronze Tinned Brass For 200 A and 400A Tinned Brass Phosphor Bronze Tinned Brass

The current carrying screws and washers shall be of tinned brass while the screw, washers not carrying current shall be M.S. Galvanized M.S. Electro Galvanized bolt and nut with one plain washer and one spring washer suitable for 70 mm2, 150 mm2 185 mm2 and 240mm2 cable lugs shall be provided with extended strips for 63A, 100A, 200A & 400A fuse respectively. 6.13 Chemical composition of the contacts. Electrolytic copper (tinned phosphor bronze (Tinned) use for contacts of KK fuse shall confirm to various IS as stated below. a) ELECTROLYTIC COPPER. Copper strips used for contacts of kit kat fuse should confirm to IS: 1897/1983 with latest amendments. The material shall be of electrolytic tough pitch (ETP) grade with minimum 99.9% of copper & silver as per table I of IS191 part IV. b) PHOSPHER BRONZE The phosphor bronze used for contacts of KK fuse shall confirm to any of the grade-I, II or III given in IS: 7814/1985 (with latest amendments). The requirement of metal composition should be as per IS-7814. c) BRASS It shall confirm to grade LCB1/DCB2 of IS-1264/1997 (with latest amendment)/IS 4101/1977 with latest amendment). The metal composition for casting shall be as per IS 1264 and that of brass sheet, as per IS 410 6.14 The contact fixing screw holes in fuses shall be fitted with insulating material fully into the surface of the kit kat fuse carrier. 163

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 7.0 7.1 Embossing: Every fuse carrier shall be clearly and indelibly embossed with the following information. i) Rated Current ii) Rated voltage iii) Size of fuse wire iv) Manufacturers name/Trade mark. v) TSECL 7.2 Every fuse base shall be clearly and indelibly marked with the following. i) Manufacturers name/Trade mark. ii) TSECL 8.0 8.1 TYPE TEST CERTIFICATES: The contractor has to submit type test certificates (not older than 3(three) years on the date of tender) for test conducted on their own brand name make for KK fuses for all the tests as per clause no. 9.0.3.1 Of IS: 2086/1993 (with latest amendment) carried out at CPRI Bhopal/Bangalore/ERDA, Baroda or Govt. Recognized laboratory and for 200Amp kit kat fuse the test shall be as per annexure-A. The contractor has to submit chemical composition certificates for each contact used in each rating of KK fuses offered for sample tested at ERDA Baroda or any Govt. Recognized laboratory as per relevant ISS. The above type test certificates and metal composition certificates shall be complete viz. for all tests and for all parts and submitted along with the offer. Incomplete test certificates and metal composition certificates shall not be considered. ACCEPTANCE LOT: SAMPLING CRITERIA: The Number of fuse carriers and fuse bases to be selected from the lot shall be in accordance with Appendix-B of IS: 2086/1993. However, the lot size shall constitute of all the fuse carriers and fuse bases of the same ratings. 9.2 ACCEPTANCE TEST. The fuse carriers and fuse bases selected as per 9.1 (of this specification) shall be subject to the acceptance test in following order. i) Visual examination (ii) Dimensional check (iii) Test for Mechanical endurance (iv) Test for withdrawal force (v) Test for temp. rise (vi) Insulation resistance test 164

8.2.

8.3

9.0 9.1

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) (vii) High voltage test (viii) Temp. Cycle test. N.B.: For purpose of temp. cycle test and temp. rise test one sample from every batch of 10000 (or less) for each current rating has to selected and tested. 10.0 ROUTINE TEST: The routing test certificate duly signed by the testing engineers of the contractor clearly stating that the following routine tests has been conducted by him on each fuse unit, shall be kept ready and submitted to the inspecting officer prior inspection of lot offered and testing of samples. i) Visual examination ii) High voltage test. 11.0 11.1 VERIFICATIONM OF METALIC COMPOSITION OF CONTACTS: TSECL reserves the right to draw the samples of metallic parts of kit kat fuses for verifications of metallic composition at the time of manufacture from the lot offered for inspection. In a addition to this, the samples will be drawn from the lots received by the consignees for verification of metallic composition. In the event the metallic composition does not confirm to our specifications. The TSECL reserves the right to cancel the order at the cost and risk of the contractor. PACKING: The fuses shall be packed in suitable manner in good quality thermo plast container to avoid breakage or loosening of components marking stamp shall be a fixed on each box containing the KK fuses. 13.0 GUARANTEED TECHNICAL PARTICULARS The guaranteed technical particulars of KITKAT Fuse offered shall be given by the bidder along with the tender as per Annexure-H. (Type test sequence for Kit Kat Fuse) IS-2086 (A) Mechanical Test Sequence. Sl No 1 2 3 4 5 Tests Visual Examination Test for dimension Test for mechanical endurance Test for mechanical strength Test for withdrawal force For 63 & 100 A As per IS For 200 A & 400A As per specification As per drawing 100 Test cycles Min 250g. Max. 275 metal piece. Min 147N Max-686 N.

12.0

165

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) (B) Electrical Test Sequence Sl No 1 2 3 4 Tests Test for Temp. rise Insulation Resistance High Voltage Test Test for breaking capacity For 63 & 100 A As per IS For 200 A & 400A 65 Degree C 500V DC > 100 2.5KV for 1 minute Min 4KA at < 0.4 p.f

(C) Test for proving material properties. Sl No 1 2 Tests Test for Temp. Cycle Water Absorption Test For 63 & 100 A As per IS Annexure-H GUARANTEED TECHNICAL PARTICULARS Manufacturers Name & Address: BIDDER HAS TO CONFIRM FOLLOWING IMPORTANT REQUIREMENT Sl No 1 2 Particulars General construction & requirement of kit kat fuse shall be as per TSECL specification & IS No. 2086/1993. Rated voltage shall be 415 volts Rated current of kit kat shall be a) 63A b) 100A c) 200A d) 400A Embossing every fuse carrier shall be clearly & indelibly embossed with the following. i) Rated current ii) Rated voltage iii) Size of fuse wire iv) Manufacturers name or trader name v) TSECL Every fuse base shall be clearly & indelibly embossed with the following i) Manufacturers & Name/Trader name ii) TSECL Confirmation For 200 A & 400A Max. water absorb < 2.0

166

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) I. 1.0 GALVANIZED IRON PIPES SCOPE: The Specification covers the requirements for G.I. Pipes Heavy duty. Unless modified by this specification, requirement of IS 1239 (part-1) -1990 and 2004 shall be valid. 2.0 MATERIAL: The material used for manufacturing of G.I. Pipes shall confirm to IS 1239 (part-1) -1990 and 2004. 3.0 DIAMENSIONS AND DIMENSIONAL TOLERANCES: The dimensions and nominal mass of tubes shall be in accordance with Table 2 subject to the tolerances permitted in CL 8.1 and 9 of IS 1239 (Part -1) 4.0 THREADS: Unless specified otherwise, tubes shall be supplied as plain ends. External threads shall be tapered and confirmed to ASME B1.20.1 or BS 21. For checking conformity of threads gauging practice in accordance with ASME B1.20.1 or BS 21 5.0 FREEDOM FROM DEFECTS: On visual examination the outside and inside surfaces of pipes shall smooth and f ree from defects such as cracks etc. 6.0 GALVANISING: Pipes shall be galvanized to meet the requirement of IS 4736:1986. Zinc confirming to any grade specified in IS 4736:1986 shall be used for the purpose of galvanizing. Galvanizing Bath: The molten metal in the galvanizing bath shall contain not less than 98.5% by mass of zinc. Coating Requirement: minimum Mass of Zinc coating determined as per IS 6745 - 1972 shall be 400 gms/m2. Freedom from Defect: The zinc coating shall be uniform adhered, reasonably smooth and free from such imperfections as flux, ash bore patches, black spots, pimples, lumpiness runs, rust strains, bulky white deposits, and blisters. Criteria for Samplings: All materials of same type in coating bath having uniform coating characteristics shall be grouped together to continue a lot. Each lot shall be tested separately for the various requirements of the specifications. The number of units to be selected from each lot for the testing purpose shall be as per IS: 4736:1986 The sample selected according to clause 6.1 and 6.2 of IS 4736 1986. The sample found confirming to above requirements shall then be tested mass of zinc coating in accordance with clause no 5.1 of IS 4736 -1986. 167

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) Criteria for conformity: AS per IS 4736 -1986. Test procedure as per IS 4736-1986. Specification for painting of GI pipes The entire length of the pipeline is to be painted at Contractor works as per following: a) One coat of Primer application (Appropriate Zinc based primer) b) Two coats of synthetic enamel paint canary yellow of minimum of 30 microns per coat of reputed make like Asian, Berger and Nerolac. 7.0 PRESSURE TEST: Hydrostatic pressure test shall be carried out at pressure of 5 Mpa (50Kgf/ Cm2). Contractor to submit the internal pressure test certificate for the same. If required, TSECL representative or Third Party Inspection agency appointed by TSECL shall witness finished goods testing as per the sample procedure specified in clause no 14 of IS 1239 (part 1). 8.0 MARKING: Each pipe shall be EMBOSSED with manufacturers name or trade mark and the size designation at the interval of not more than 2 meters. Pipe shall be supplied in random length of 4 to 7 meters only. Each packing containing pipes shall carry the following stamped or written by indelible ink. a) Manufacturer name and trade mark. b) Designation of pipe. c) Lot number. d) ISI Monogram Each pipe confirming to this standard shall also be marked with BIS standard mark. 9.0 INSPECTION/ DOCUMENTS: Inspection shall be carried out as per TSECL specifications. The manufacturer will engage the Third Party Inspection agency approved by TSECL and the cost of the same will be included in the quoted rates. TSECL representative or Third Party Inspection agency appointed by TSECL may carry out stage wise inspection during manufacturing / final inspection. Contractor shall furnish all the material test certificates, proof of approval, license from specified authority as per specified standard, if relevant internal test / inspection reports as per TSECL technical specifications and specified code for 100% material, at the time of final inspection of each supply of each lot. Even after Third Party Inspection TSECL reserves the rights to select a sample of fittings/ pipes randomly from each manufacturing batch and have these independently tested. Should the result of these testes fall outside the limits specified in TSECL technical specifications, then TSECL reserves the rights to reject all production supplied from the same batch. 168

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) SL No 1 2 3 4 5 6 7 8 Description Contractor is the manufacturer of Heavy Class GI Pipes as per IS 1239 ( part - I) Raw Material used for manufacturing of GI pipes should be as per IS - 1239 ( Part - I) GI Pipes should be supplied as Plain Ends Out side and Inside Surface of GI pipes should be Free from defects Zinc as per IS 4736:1986 used for galvanizing The molten metal in galvanizing bath shall contain not less than 98.5% by mass of zinc Mass of Zinc Coating as per IS 6745 - 1972 shall be 400 gms/m2 Painting shall be done as per TSECL specifications with Minimum 30 microns per coat Selection of sample will be as per IS 4736 1986 Hydrostatic Test pressure will be carried out at 5 Mpa. Marking will Specifications Phase-II be done as per TSECL TSECL/R-APDRP/PART-BBidder offer

9 10 11

J. 1.0 2.0

HEXAGONAL MS BOLTS & NUTS SCOPE: This specification covers the details of black hexagonal MS Bolts & Nuts of various sizes. APPLICABLE STANDARDS: Unless otherwise modified in this specification, the bolts and nuts shall comply with Indian Standard Specifications IS: 1363 - 1967 as amended from time to time or equivalent international standards. 169

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 3.0 4.0 CLIMATIC CONDITIONS: As mentioned in the General Climatic Conditions in clause 9 of Sec-IV. WORKMANSHIP: Full threaded bolts shall not be used. The bolts and nuts shall have hexagonal heads, which shall be neatly finished concentric and square with the shank and free from burrs, scale and other defects. Threads in nuts shall not be torn or ragged and shall be of proper contour. The fits of the nuts shall be such that there will be no locking of the nuts. Nuts and bolts of the same size shall be interchangeable. The thread of nuts & bolts shall have coarse pitch screw threads as per IS: 1363 - 1967 or relevant International Standards and shall meet with all applicable technical supply conditions covered under this standard. 5.0 5.1 PARTICULARS OF MATERIAL: MECHANICAL PROPERTIES: The mechanical properties of bolts covered in this standard shall conform to the property clause 4.6 and that for nuts shall conform to the property clause 4 specified in IS: 13631967 or its latest edition. 6.0 GRADE: Bolts & nuts covered in this specification shall conform to Black Grade B, specified in IS: 1363-1967. 7.0 DESIGNATION: Black Bolts & Nuts covered in this specification shall be designated as per table I of IS: 1363-1967. 8.0 DIMENSIONS: The dimensions for black bolts & nuts shall be as given in table 2 & 3 of IS : 1363-1967. The bolts and nuts shall have coarse pitch screw threads conforming to IS : 4218-1967 (ISO Metric screw threads) or the relevant International Standards. Preferred length diameter combinations for black hexagonal bolts are given in table-4 IS : 1363-1967. 9.0 9.1 9.2 10.0 11.0 12.0 REQUIREMENTS: The method of sampling and acceptance criteria of black hexagonal bolts and nuts shall be in accordance with IS: 2614-1964. The bolts & nuts conforming to this standard shall comply with the requirements of IS: 1367-1967 in regard to requirements not specified in this standard. TESTS: All types of tests including routine tests shall be carried out according to relevant standards. INSPECTION: Inspection and testing shall be carried out in accordance with the general instructions. PLACE OF MANUFACTURE: 170

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) The contractor shall state the place of manufacture, testing and name of the manufacturer of the various items included in his inspection offer. 13.0 PACKING AND TRANSPORT : The contractor shall be responsible for suitable packing of all the material and marking on the consignment, so as to avoid any damage during transport and storage and to ensure correct dispatch. The packing shall be conforming to the requirement laid down in IS: 32561965 or its latest amendment. 14.0 DRAWING AND LITERATURE : Illustrated and descriptive literature on the material must be submitted along with the offer for inspection. 15.0 RAW MATERIAL: No assistance whatsoever for arranging the raw material for manufacture of bolts & nuts shall be provided by the employer. The delivery shall not be dependent upon availability of raw material. 16.0 MARKING : The sealed container of bolts & nuts shall be marked with: a) Manufacturers name & trade mark. b) Place of manufacture. c) The marking shall be stenciled indelible ink on gunny bags. d) Net weight with description of material. K. DANGER NOTICE PLATE Introduction As per provisions of IE Rules 1956, Danger Notice Plates in Hindi or English and, in addition, in the local language with the sign of skull and bones are required to be provided on power line supports and other installations. It is further stipulated in the I.E. Rules that such Notice Plates are not required to be provided on supports like PCC, tubular, wood, steel rails, etc. which cannot be climbed easily without the aid of ladder or special appliances. To adopt a uniform pattern and for helping easy procurement, a specification on Danger Notice Plates has been drawn up. This Specification was approved by the 13th Conference on Standardization, Technical Development and Training in Rural Electrification held on 4th-6th May, 1993. 1.0 SCOPE This Specification covers manufacture, supply at site and erection of 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, the Danger Notice Plates shall comply with IS: 2551-1982 or the latest version thereof. 171

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 3.0 DIMENSIONS (i) Two sizes of Danger Notice Plates as follows are recommended: a) For display at 415 V installations - 200x150mm b) For display at 11 KV (or higher voltages) installations - 250x200mm (ii) The corners of the plate shall be rounded off. (iii) The location of fixing holes as shown in Figs. 1 to 4 is provisional and can be modified to suit the requirements of the owner. 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 A. Under Rule No. 35 of Indian Electricity Rules, 1956, the Employer of every medium, high 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 the local language, with the sign of skull and bones. B. 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 Figs. 1 and 3. C. Adequate space has been provided in the specimen danger notice plates for having the letterings in local language for the equivalent of' Danger',' 415' '11000' and 'Volts'. 6.0 MATERIAL AND FINISH The plate shall be made from mild steel sheet of at least 1.6mm thick and vitreous enameled white, with letters, figures and the conventional skull and cross-bones in signal red color (refer IS: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 IS: 2551-1982 ii) Dimensional check as per IS: 2551-1982 iii) Test for weatherproofness as per IS:8709-1977 (or its latest version) 8.0 MARKING Maker's name and trade mark and the owner's name shall be marked in such a manner and position on the plates that it does not interfere with the other information. 9.0 PACKING The plates shall be packed in wooden crates suitable for rough handling and acceptable for rail/road transport. 172

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

173

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

174

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

L.
1.0

MILD STEEL STRUCTURE


SCOPE The materials shall conform, in all respect, to the high standard of design and workmanship and shall be capable of performing duties specified herein. Materials offered shall be complete in all respect. The size of the channel, angle and flat normally used for Distribution transformers structures, 11 KV line structures and LT line structures are as follows; i) Channel 100x50 mm ii) Angle a) 50x50x6 mm b) 65x65x6 mm iii) Flat a) 50x6 mm b) 50x8 mm The above list is merely indicative and not comprehensive.

2.0

STANDARDS Materials shall conform to the latest applicable Indian standards. In case bidders offer Steel Section and supports conforming to any other international specifications which shall be equivalent or better than IS, the same is also acceptable. S No 1 Standard No. IS: 2062 Grade A Quality 2 3 IS: 2062 IS: 1852 Specification for M.S. Angles, M.S. Channel and M.S. Flat Chemical and Physical composition of material Rolling and Cutting Tolerances products Name of Item For channel 100x50 For angle 50x50x5 For angle 65x65x6 for Hot Rolled Steel Title

Type to be used as per IS ISMC 100 Grade A ISA 5050 Grade A ISA 6565 Grade A

3.0

WEATHER CONDITION: As mentioned in the General Climatic Conditions in clause 9 of Sec-IV.

175

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 4.0 ACCEPTANCE OF OTHER AUTHORITATIVE STANDARDS All relevant Indian standards specifications have been mentioned. However, the material meeting any other authoritative international standards, which ensures equal or better quality than the standards, mentioned shall also be acceptable. Material for which Indian Standards are not available, the relevant British standards and IEC recommendations will be applicable. The bidder is required to attach photocopy of all such standards according to which the materials have been offered. 5.0 RAW MATERIAL The Steel Sections shall be re-rolled from the BILLETS/INGOTS of tested quality as per latest version of IS: 2830 or to any equivalent International Standard and shall be arranged by the bidder from their own sources. The Chemical composition and Physical properties of the finished materials shall be as per the relevant standards. 6.0 TEST Steel Sections shall be tested in IS approved Laboratory or standard Laboratory of the Bidder country having all facilities available for conducting all the tests as prescribed in relevant IS or IEC or to any equivalent International Standard or from any recognized and reputable International laboratory or Institutions. The Bidders are required to specifically indicate that; (i) They hold valid IS (or equivalent IEC) License. (ii) Steel Sections offered are bearing requisite IS certification or equivalent IEC marks. The Bidders are required to submit a copy of the valid IS (or equivalent IEC) License clearly indicating size and range of product against respective ISS or any equivalent International Standards along with their offer. 7.0 CHEMICAL COMPOSITION AND PHYSICAL PROPERTIES OF M.S. ANGLES, M.S. CHANNELS AND M.S. FLAT CONFORMING TO IS: 2062/84 A. Chemical composition: Sl No 1 2 3 4 5 6 CHEMICAL COMPOSITION C Mn S P SI CE(Carbon Equivalent) FOR Fe 410 WA GRADE 0.23% 1.5% 0.050% 0.050% 0.40% 0.42% Max. Max. Max. Max. Max. Max.

B. Mechanical properties: (i) Tensile strength Kfg/mm2 42, N/Min, (ii) Yield stress Min. for thickness/diameter 176 : 410

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) < 20 mm 20 40 mm > 40 mm (iii) Elongation % (iv) Bend Test (Internal Dia) 8.0 TOLERANCE Rolling and weight tolerances shall be as per latest version of IS: 1852 or to any equivalent International Standard. 9.0 MARKING It is desirable that the Bidder should put his identification marks on the finished materials. The mark shall be in legible English letters given with marking dies of minimum 18 mm size. 10.0 INSPECTION AND TEST CERTIFICATES The materials to be supplied will be subject to inspection and approval by the owners representative before dispatch and / or on arrival at the destination. Inspection before dispatch shall not, however, relieve the bidder of his responsibility to supply the Steel Sections strictly in accordance with the specification. i) The owners representative shall be entitled at all reasonable time during manufacture to inspect, examine and test at the bidders premises the materials and workmanship of the Steel Sections to be supplied. ii) As soon as the Steel Sections are ready for testing, the bidder shall intimate the owner well in advance, so that action may be taken for getting the material inspected. The materials shall not be dispatched unless waiver of inspection is obtained or inspected by the owners authorized representative. iii) Test certificates shall be in accordance with latest version of the relevant Indian Standards or any equivalent International Standards. iv) The acceptance of any batch/lot shall in no way relieve the bidder of any of his responsibilities for meeting all the requirements of the specification and shall not prevent subsequent rejection of any item if the same is later found defective. 11.0 QUALITY ASSURANCE PLAN The Bidders must establish that he is following a proper quality assurance programme for manufacture of Steel Sections. The Bidders shall invariably furnish following information along with his bid. i) Statement giving list of important raw materials, names if sub-contractors for the raw material, list of standards according to which the raw material is purchased and copies of test certificates thereof. 177 26 kgf/m2 OR 250 N/mm2 24 Kgf/mm2 OR 240 N/mm2 23 kgf/mm2 OR 230 N/mm2 : 23% : Min-3t (t is the thickness of the material)

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) ii) Information and copies of test certificates as in (i) above in respect of bought out items. iii) List of machines and manufacturing facilities available. iv) Levels of automation achieved and list of areas where manual processing exists. v) List of areas in manufacturing process, where stage inspections are normally carried out for quality control and details of such tests and inspections. vi) List of testing equipment available with the Bidder for final testing of materials specified and test plant limitation, if any, via-a-vis type, special, acceptance and routine tests specified in the relevant standards. These limitations shall be very clearly brought out in schedule of deviations from specified test equipments. M. TECHNICAL SPECIFICATIONS ISI Marked DWC (Double Wall Corrugated) HDPE pipes:- For laying of Power Cable 11 KV XLPE cable 3 core up to 300mm.Sq SCOPE: This section covers design, manufacture, testing before dispatch, packing, transportation at site, insurance, supply & delivery F.O.R destination, and laying of ISI Marked DWC (Double Wall Corrugated) HDPE pipes 2.0 3.0 CLIMATIC CONDITIONS: As mentioned in the General Climatic Conditions in clause 9 of Sec-IV. STANDARD:A. TYPE (i) The HDPE pipe shall be double wall corrugated of standard make suitable for laying 3core 300mm square XLPE cable underground. (ii) The HDPE pipe shall be ISI marked and complying to technical requirement of IS14930. (a). Size:(iii) The HDPE pipe shall have OD/ID (mm) as 180/152 and have standard length of 6 meters. (b). Fitting and Assembly. (vi) The scope of work shall include all fittings and accessories namely End Caps, Bends, Tees etc required for the successful execution of laying work of the HDPE pipe. (c.) Non-flame propagating properties. (v) The HDPE pipe shall be of non-flame propagating type as per IS-14930 (Part-II). (d.) Antirodancy (vi) The HDPE pipe shall have antirodancy property to prevent damage caused due to rodants. 178

1.0

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) (e). Inspection & Test (vii) The HDPE pipes shall be offered for inspection at manufactured work before dispatch and test as per relevant IS shall be conducted by the authority representative of purchaser. Guaranteed technical parameters of HDPE PIPE (i) Name of manufacturer (ii) Size of HDPE pipe (O/D)/(I/D)mm. (iii) Standard length (iv) Colour (iv) Method of Jointing (v) Material (a) Whether having non-flame propagating property. (b) Whether having Anto-rodancy feature. (c) Detail of fitting accessories. (d) Detail of past supplies & performance. (e) Type test certification. N. CIVIL WORKS: Civil works covers the followings:

Construction of foundation bases for electrical equipments with R.C.C. / Cement Concrete work etc. as per approved drawing and design. Construction of cable trench wherever necessary for laying of cables for electrical equipments and providing R.C.C. slabs on cable trenches as required. Providing grouting of steel tubular poles and yard light support in R.C.C. work 1: 3: 6 (1 Cement: 3 river sand: 6 First class jhama brick aggregate). Chain link fencing / painting on Steel tubular pole/Steel works etc., earth excavation wherever necessary and as applicable according to Bidding Schedule as per design of TSECL & specification of PWD.

179

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) SECTION-VII SPECIAL INSTRUCTIONS TO BIDDER(S)

The Bidder(s), before submitting of Bid(s), are advised to invariably visit the sites of the works and satisfy himself/themselves about physical volume of works to be carried out, acquaint him/them with the environment, take into consideration details of all minor & major Technical requirements so as to ensure successful completion of the work with ease & comfort on award. The work is a Non-Turnkey assignment in Nature. The Contractor shall, however, be fully responsible for total erection and commissioning of all Equipment, cables, control gears & associated everything item (to be supplied by the owner and themselves) as per standard & requirement of TSECL. Therefore the Contractor shall give due importance to each & every details of the work. He shall be liable to take care of and arrange for even any petty but integral component (not considered in the scope of the work) for total successful erection .testing at site and completion of the work. The Bidder(s) shall have to furnish Guaranteed Technical Particulars of each item of Equipment / Switchgear / Spares / others as per Technical Particulars sought in FORMAT(s) / SPECIFICATIONS appended in the Bidding Document. Furnishing of Technical Particulars of such item(s), which have not been sought through formal FORMAT in the Document, shall be the responsibility of the Bidder(s) as per guaranteed particulars of the related Manufacturer(s). The Bidder(s) shall have to furnish Manufacturers Literature on product Specification of all Major equipment with Bidding Document. The Bidder(s) shall also furnish Technical Particulars of all sub-item(s) of Main Items. List of MAKE for Equipment / Switchgear/other materials and all items have been furnished in the Bidding Document. For any Left-Out item, the Bidder(s) shall have to supply item of such MAKE acceptable as Standard Product and to be authenticated by supporting Document as to utilization by any State Electricity board/Power utility/Power corporation of the Country. The Successful Bidder shall have to submit Design, drawing and dimensional details of all equipment, accessories, equipment foundation, Steel Structure supports of Equipment, Drawing & Design of Tower & Beam / guarder, Electrical lay out of Transformer bays, foundation lay out, Erection Key Diagram etc. as required, Switchgears, Structures, Construction Standards and Bill of materials for all components etc. within 15 days as per requirement and stipulations in the Bidding document from the date of issue of L.O.A. for approval of the Owner. The work shall be based strictly on such approved drawing. The Spares and Tools & Plants as specified in the Schedule shall be of the particular MAKE. All such spares and T & P shall be supplied along with related Literature / Manual / Catalogue of concerned Manufacturer. 180

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

Specification of All Civil Works shall be guided by the Standards of TRIPURA PWD (Public Works Department).The Successful Bidder shall have to submit Design and drawing of Distribution Sub-station layout,11 KV & LT Line layout, Foundation of Equipment and Structures, Cable Trench Details, etc. within 15 days as per requirement and stipulations in the Bidding document from the date of issue of L.O.A. for approval of the Owner. The work shall be based strictly on such approved drawing. In the erection component of the Schedule of the work of the Bid, the components relating to civil works are embedded. Details of Foundation Any variation of civil works during execution below or less the quantity stipulated in the bidding document the quoted price will accommodate the variations accordingly. The Successful Bidder shall have to submit Design, drawing and dimensional details of all equipments, equipment foundation, Steel Structure supports of Equipment, Drawing & Design of Tower & Beam / guarder, Electrical layout of Transformer bays, foundation lay out, Erection Key Diagram etc. as required, Switchgears, Structures, Construction Standards and Bill of materials for all components etc. within 15 days as per requirement and stipulations in the Bidding document from the date of issue of L.O.A. for approval of the Owner. The work shall be based strictly on such approved drawing. The Spares and Tools & Plants as specified in the Schedule shall be of the particular MAKE. All such spares and T & P shall be supplied along with related Literature / Manual / Catalogue of concerned Manufacturer. Specification of All Civil Works shall be guided by the Standards of TRIPURA PWD (Public Works Department).The Successful Bidder shall have to submit Design and drawing of Substation layout, Foundation of Equipments and Structures, Cable Trench Details, Repair to Boundary Wall and Internal wiring of Control Room Building etc. within 15 days as per requirement and stipulations in the Bidding document from the date of issue of L.O.A. for approval of the Owner. The work shall be based strictly on such approved drawing. In the erection component of the Schedule of work of the Bid, the components relating to civil works are embedded. Details of Foundation Drawing and per unit volume of work with quantity are annexed with the Bid. Any variation of civil works during execution below or less the quantity stipulated in the bidding document the quoted price will accommodate the variations accordingly. The equipments shall be provided with name plate displaying rating, general technical data / information and name of the project (i.e. Implementation of R-APDRP (Part-B) Scheme under Agartala Project (Phase II).

181

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

GENERAL & TECHNICAL FIELD REQUIREMENT 1.00 SCOPE OF WORKS: The scope of works include execution on non-Turnkey Basis with complete system design, procurement / manufacture, manufacturers quality assurance, shop testing (including type testing where specified/required), transportation, storage, erection, including all civil/structural works, site testing, commissioning of all items & materials as elaborated below including all associated activities that though not exclusively specified here in but are required for the completion of the entire works under this package. This specification intends to cover but not restrict to the following activities, services and works. Complete design and engineering of all over ground & underground lines, Distribution sub-stations, equipment, control gears, other material and services. Providing engineering data, drawings and O&M manuals for Owners review, approval and records. Manufacturing, supply, testing, packing, transportation and insurance from the manufacturers work to the site of such materials in the document. Receipt, storage, insurance, preservation and conservation of equipment, materials, accessories at the site. All civil and structural works as required. Fabrication, pre-assembly (if any), erection, testing at site and putting into satisfactory operation of all the equipment/material including successful commissioning. In addition to the requirements indicated in the Technical Specifications, all the requirements as stated in other sections shall also be considered as a part of this specification as if completely bound herewith. The Bidder shall be responsible for providing all material, equipment and services specified or even not specified but otherwise which are required to ensure operability, maintainability and the reliability of the complete work covered under this specification. All services & activities required to be given contractually, by the bidder, during warranty period. The package envisages following works at different locations in Agartala Project area Construction of new 11KV & LT Lines using ACSR, XLPE and AB cables. Survey, Pole Spotting for all HT & LT Lines and Finalization of DT Location. Up gradation & Re-conductoring of 11KV & LT lines using ACSR & AB cables. Installation of new Distribution sub-stations. Installation of Capacitor Bank on LT side/secondary side of Distribution Transformer. Up gradation of the Existing Distribution sub-stations. Conversion of ACSR Bare conductor to UG cable of Existing 11 KV and LT Line. Bifurcation of existing 11 KV line.

182

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) ANNEXURE-I LIST OF NAME(S) OF PREFERABLE MANUFACTURER SL. NO. 1. ITEM AB CABLE HARDWARE & ACCESSORIES. MANUFACTURER

2.

3.

4.

5. 6.

S.K.INDUSTRIAL CORPORATION,KOLKATA/ULTIMA SWITCHGEARS LTD,DELHI/ OTHER REPUTED MANUFACTURER HAVING CREDENTIAL OF SUPPLYING TO STATE/CENTRAL POWER UTILITIES 11 KV CABLE TERMINATION AND DENSION (YAMUNA GAS & CO)/ STRAIGHT THROUGH JONTING SHRINK FIT (COMPAQ KITS INTERNATIONAL)/ 3 M/ OTHER REPUTED MANUFACTURER HAVING CREDENTIAL OF SUPPLYING TO STATE/CENTRAL POWER UTILITIES. STRUCTURAL STEEL SWASTIKA STEEL/BD CASTING/ CRM/ BMW/PARAS (STEEL SECTIONS ARE TO BE MANUFACTERED BY SAIL OR ITS AUTHORISED REPRESENTATIVES BILLETS/INGOTS) KITKAT FUSE UNIT ANAND ELECTRICALS (LOCAL SSI UNIT) /SKM, KOLKATA/ PRIYA ELETRICAL, KHORJA/ SRI NURSING TIMBER, KOLKATA/ OTHER REPUTED MANUFACTURER HAVING CREDENTIAL OF SUPPLYING TO STATE/CENTRAL POWER UTILITIES 40 mm. / 100 mm. DIA G.I. PIPE TATA / BANSAL / BMW / JINDAL. NUTS & BOLTS AND OTHER ASP PRIVATE LTD, KOLKATA. / HARDWARES. LAWRENCE ENTERPRISE, KOLKATA/GKW / OTHER REPUTED MANUFACTURER HAVING CREDENTIAL OF SUPPLYING TO STATE/CENTRAL POWER UTILITIES. HDPE PIPE NIMBUS PIPE PRIVATE LIMITED / TIME TECHNO PLAST / SRI NARAYANI PIPE / ANY OTHER REPUTED MAKE HAVING CREDENTIALS.

7.

183

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) 8. HT AND LT FEEDER PILLAR ULTIMA SWITCHGEAR LIMITED/ ABB LIMITED/ L&T/ AMARA RAJA LIMITED/ APE POWER PRIVATE LIMITED, KOLKATA/MACEDON VINIMAY PVT. LTD./ SWITCHGEAR ENGINEERS, KOLKATA/ AMIYA INDUSTRIES, KOLKATA/ PRAYAS AUTOMATION PRIVATE LIMITED/ELECTROLITE/SR AUTOMATION/AC POWER/ SOUVIK ELECTRO SERVICES, KOLKATA. ULTIMA SWITCHGEAR LIMITED/ ABB LIMITED/ L&T/ AMARA RAJA LIMITED/ APE POWER PRIVATE LIMITED, KOLKATA/ MACEDON VINIMAY PVT. LTD /SWITCHGEAR ENGINEERS, KOLKATA/ AMIYA INDUSTRIES, KOLKATA/ PRAYAS AUTOMATION PRIVATE LIMITED/ELECTROLITE/SR AUTOMATION/AC POWER ELT/ CLASSIC/AXIS, KOLKATA/ ASSOCIATED ENGINEERING, MUMBAI/ OTHER REPUTED MANUFACTURER HAVING CREDENTIAL OF SUPPLYING TO STATE/CENTRAL POWER UTILITIES

9.

FIRE RETARDANT SPRING LOADED CONSTANT PRESSURE MULTI CONNECTION BUS BAR DISTRIBUTION BOX FOR SINGLE/ THREE PHASE SUPPLY SYSTEM.

10

BIMETALLIC LUGS

184

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) ANNEXURE-II PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE (To be stamped in accordance with stamp Act) Ref. . Bank Guarantee No. To Tripura State Electricity Corporation Limited Bidyut Bhavan, North Banamalipur, Agartala 799001, West Tripura. Dear Sir, In consideration of Tripura State Electricity Corporation Limited (hereinafter referred to as the Owner, which expression shall unless repugnant to the contest or meaning thereof include its successors, administrators and assigns) having awarded to M/s .. with its registered / Head office at .(hereinafter referred to as Contractor which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns), a Contract by issued of Owners Letter of Award No..dated.and the same having been acknowledged by the Contractor, resulting in a Contract bearing No. dated .valued at for (scope of contract) and the Contactor having agreed to provide a Contract Performance Guarantee for the faithful performance of the entire Contract equivalent to being .(%) per cent) of the said value of the 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 the extent of ..as aforesaid at any time up to ** (see in note below) .. (days/month/year) without any demur, reservation, contest, recourse or protest and/or without any reference to the Contractor. Any such demand made by the Owner on the bank shall be conclusive and binding notwithstanding any difference between the Owner and the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other authority. 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 185 Date

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) the guarantee, from time to time to extend the time for performance or the Contract by the Contractor. The Owner shall have the fullest liberty, without affecting this guarantee, to postpone from time to time the exercise of any powers vested in them or of any right which they might have against the Contractor, and to exercise the same at any time in any manner, and either to enforce or to for bear to enforce any covenants, contained or implied, in the Contact between the Owner and the Contractor or any other course or remedy or security available to the Owner. The Bank shall not be released 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 what so ever 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 Contactors liabilities. Notwithstanding anything contained herein above our liability under this guarantee is restricted to ..and it shall remain in force upto and including ..and shall be extended from time to time for such period (not exceeding one year), as may be desired M/s .on whose behalf this guarantee has been given. Dated this . day of 200. At WITNESS (Signature) (Name) (Official Address) Attorney as per Power Of Attorney No. . Date . NOTES:

(Signature) (Name) (Official Address)

** 1.

This sum shall be ten per cent (10 %) of the Contact Price. The date will be ninety (90) days after the end of date of Warranty Period as specified in the Contract. The Stamp Papers of appropriate value shall be purchased in the name of issuing Bank. 186

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) ANNEXURE III

APPLICATION FOR EXTENSION OF TIME (Part I)


Name of Contractor ____________________________________________________ Name of work (as given in the contract) ____________________________________ ________________________________________________________________ _____________________________________________________________________ Agreement no. ________________________________________________________ Contract amount ______________________________________________________ Date of Commencement of work as per agreement ____________________________ Period allowed for completion of work (as per agreement) ______________________ Date of completion stipulated in the agreement _______________________________ Actual date of completion ________________________________________________ Period for which extension of time has been given previously if any ______________ st 1 extension vide No. ___________________________________________________ nd 2 extension vide No.___________________________________________________ rd 3 extension vide No. __________________________________________________ th 4 extension vide No. ___________________________________________________ Period for which extension have been previously given (Copies of the previous application should be attached). Hindrances on account of which extension is applied for with date on which hindrances occurred. Sl. Nature of Date of Period of Extension Overlappi Period Remarks as to No. hindrances occurrence which of time ng period, for why the hindrance applied for if any, which hindrances s is likely by the giving extensio occurred and to last contractor reference n is justification to items applied for extension which for. of time overlap

Total period for which extension is now applied for on account of hindrances mentioned above. Extension of time required for extra work: - ___________ Months. ____________ days. Detailed for extra work and the amount involved: Total value of extra work: Proportionate period of extension of time based on estimated amount put to tender on account of extra work: Total extension of time required for 11 & 12: Signature of Contractor 187

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

APPLICATION FOR EXTENSION OF TIME (Part II)


(To be filled in by TSECL)

Date of receipt of application from________________________________ contractor for the work of _________________________________________________in the Sub-Divisional ______________________________________________________. Acknowledgement issued by the Sr. Manager, vide his No.______________________ __________________ Dated _____________________________.

Recommendation of Sr. Manager, in charge of the Sub-Division is to whether the reasons given by the Contractor are correct and what extension, if any, recommended by him, if he does not recommended the extension, reasons for rejection should be given

Dated ..

Signature of the Sr. Manager in-charge of Sub-Division.

188

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

APPLICATION FOR EXTENSION OF TIME (Part III)


(To be filled in by TSECL) Date of receipt in the Divisional office: _____________________________________ Report of DGM, in-charge of the Division regarding hindrances mentioned by the contractor_____________________________________________________________ Nature of hindrances Date of occurrence Period for Extension Overlapping Net which of time period, if extension hindrances applied any, giving applied is likely to for by the reference to for last contractor items which overlap Remarks as to why the hindrances occurred and justification for extension recommended

Sl. No.

Recommendation / Approval of the DGM, in-charge of the Division: (The present progress of work should be stated and whether the work is likely to be completed by the date upto which extension is applied for, if extension of time is not recommended, what compensation is proposed to be levied under clause 13 of section - III. Signature of DGM

Recommendation / Approval of the AGM, in-charge of the Circle: Signature of AGM

Recommendation / Approval of the GM (Technical): Signature of GM (Technical)

Recommendation / Approval of the CMD: Signature of CMD

189

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)

(N.J. Stamp of Rs.30/-) BEFORE THE NOTARY __________: TRIPURA.


INDEMNITY BOND THIS INDEMNITY BOND IS EXECUTED ON THE______________________ DAY OF____ 2010 A. D. By Shri ___________________________________, S/O. Shri / Late _________________________________, Vill.__________________ ____ P.S. __________________, District _______________, aged about _________ years, a citizen of India (Here-in-after called the Contractor indemnifier) in favour of Tripura State Electricity Corporation Ltd. (TSECL) (Here-in-after called the Corporation) under the terms and conditions here-in-after mentioned: WHEREAS, I am a Class __Government Contractor and the Corporation awarded me to execute the work namely _______________________________________________________________________________ __________________________________________ I agree to indemnify the corporation that in the event of any accident of any workman, arising out of and in course of employment, during execution of the work I shall be liable to pay full compensation to the workmen employed by me for execution of the work. I also agree to indemnify and save harmless the corporation that, the lives & bodies of my workmen(s), employed by me for execution of this work, are duly insured with the ____________________________________Insurance Company________________ Branch under Act / Scheme. I further agree to indemnify and save harmless the corporation that the corporation or any of its Director (s) or Officer(s) or Manager(s) shall not be made liable to pay any compensation to any workmen in the event of death or bodily injury, arising out of the in course of employment under me, employed by me for execution of the work namely _______________________________________________________________________________ ___________________________________________________________ IN WITNESS WHERE OF I SIGN THIS INDEMNITY BOND TODAY, THE DAY, MONTH, YEAR FIRST ABOVE WRITTEN IN PRESENCE OF FOLLOWING WITNESSES. Witnesses 1. 2. Identified by me _____________________________________ Advocate _______________________________ Full Signature of Contractor (INDEMNIFIER)

190

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II)
(Bidders Letter Head)

To, Additional General Manager Electrical Circle No.II Tripura State Electricity Corporation Limited Bidyut Bhavan, North Banamalipur Agartala 799001, Tripura West Sub: No Deviation declaration Ref: NIT No: --------------------------------Date:

Sir, I/We hereby accept and abide by the scope & terms and conditions of NIT document unconditionally and on the Scope of Work, or any related area there are no deviations in this response. (----Name of bidder----) has adhered to all the qualification requirements as well as other items listed in the NIT.

Yours faithfully,

Signature: _________________ Full Name: _________________ Address: _________________

191

TRIPURA STATE ELECTRICITY CORPORATION LTD


(A Govt. of Tripura Undertaking)

R-APDRP (Phase-II) PROFORMA FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT/FACILITIES (TO BE GIVEN BY BANKER OF BIDDER) BANK CRTIFICATE This is to certify that M/s (FULL NAME AND ADDRESS) who are submitting their Bid to ..against their tender specification vide Ref. No. and date .is our customer for the past years. Their financial transactions with our bank have been satisfactory. They enjoy the following fund based and non fund based limits including guarantees, L/C and other credit facilities with us against which the extent of utilization as on date is also indicated below: Sl.No. TYPE OF FACILITY SANCTIONED LIMIT AS ON DATE UTILIZATION AS ON DATE.

This letter is issued at the request of M/s. Sd/Name of Bank.. Name of authorized Signatory. Designation Phone No Address SEAL OF THE BANK

192

SCHEDULE OF WORK

Name of Work :- Implementation of R-APDRP (Part-B) scheme under Agartala Project ( Phase-II): System strengthening, Improvement and Augmentation of Distribution Network systems including Renovation, Modernization, Re-Conductoring & Bifurcation of existing 11 KV & LT Lines and conversion of bare conductors to UG Cable & AB Cables of existing 11 KV & LT Lines, Augmentation of Distribution Sub-Stations, Extension of 11 KV & LT Lines with installation of new Distribution Transformers and Installation of capacitor banks in Agartala Project Area covering Jurisdiction of Electrical Division No-I, Capital Complex Division, Electrical Division No-III, Jirania Electrical Division. / Erection of OG installations and Lines ( 11 KV & LT System including DT) by ACSR/AB Cables, 11 KV & 1.1 KV grade Power Cable(UG) including supply of sundry materials and accessories, Hardware, Jointing & termination kits for AB Cable, HT/LT power Cable etc.

Ch. To:- R-APDRP(Part-B), Agartala Project

Schedule -A : 11 KV line: New Feeder/Feeder Bifurcation by extension of 11 KV line using UG Cable , AB Cable and RABBIT Conductor. Description of items Qnty. Unit Rate (in Rs ) 18.0 Km Amount (in Rs)

Signature of Bidder/Contractor
1280 No

Sl. No.

Detailed Survey of route alignment with covering of existing Distribution Sub-Station, submission of route alignment, profile and final survey with profile in details indicating road crossing, river, water body, SCADA OFC cable, Water supply pipe line, Gas pipe line and P&T line etc.(For HT UG Cable Line). Erection of 11.0 mtr. long Steel Tubular Poles (Designation 410: SP-54) conforming to ISS: 2713 (P-I & II)-1980 with base plate direct in earth including excavation, refilling and ramming etc. as required (1/6th length of the pole to be embedded in earth) and grouting with CC of ratio 1:2:4 (1 cement : 2 river sand : 4 jhama brick aggregate of 20 mm. nominal size) ilc supply of cement, sand and brick aggregate complete with excavation, refilling of earth, ramming alongwith centering and shuttering as required (@ 0.273 Cum per Steel Tubular Pole as per TSECL specification ) etc. and applying paints with ready mixed primer (two or more coats) and alluminium paint of approved quality to give an even shade etc. as required as per direction of Eng-In-Charge.

193

Erection of 9.0 mtr. Long (Designation 410: SP-32) Steel Tubular Pole conforming to ISS: 2713 (P-I & II)-1980 with base plate direct in earth including excavation, refilling and ramming etc. as required (1/6th length of the pole to be embedded in earth) and grouting with CC of ratio 1:2:4 (1 cement : 2 river sand : 4 jhama brick aggregate of 20 mm. nominal size) ilc supply of cement, sand and brick aggregate complete with excavation, refilling of earth, ramming alongwith centering and shuttering as required (@ 0.273 Cum per Steel Tubular Pole as per TSECL specification ) etc. and applying paints with ready mixed primer (two or more coats) and alluminium paint of approved quality to give an even shade etc. as required as per direction of Eng-In-Charge. 378 No

Signature of Bidder/Contractor
760 Set 52 480 468 180 156 1040 Km No No No No Set

Erection of painted Stay Set complete direct in earth with 16 mm. dia. 1.8 mtr. long painted stay rod, anchor plate of size 300 X 300 X 8 mm. thick, turn buckle of length 356 mm. with 300 mm. long threaded adjustable 16 mm. dia. MS rod , thimble, guy insulator as per IS specification, hot dip (heavy duty) galvanized stay stranded wire of size 7/2.5 mm. fastened with stay clamps as required. ( including supply of MS clamp & Nuts & Bolts as reqd) and Grouting of stay set with CC of ratio 1 :2:4 (1 cement: 2 river sand: 4 jhama brick aggregate of 20 mm. nominal size) ilc supply of cement, sand and brick aggregate complete with excavation, refilling of earth, ramming alongwith centering and shuttering as required ( @ 0.119 Cum per stay set as per TSECL specification).

10

Laying, hoisting and drawing of 11 KV Class, 3-Phase, Arial Bunched Cable of size 3Cx35+1X70 sqmm for 11 KV over head lines on existing Pole Structure etc.as required as per specification and direction of Engg-In-Charge. Supply of 1-core, Out door heat shrink type End Termination Kit suitable for 30-70 sqmm, 11KV, XLPE insulated AB Cable. Jointing of 1-core, Out door heat shrink type End Termination Kit suitable for 30-70 sqmm, 11KV, XLPE insulated AB Cable. Supply of 1-core, Heat Shrink type Straight through joining kit suitable for 30-70 sqmm, 11KV, XLPE insulated AB Cable. Jointing of 1-core, Heat Shrink type Straight through joining kit suitable for 30-70 sqmm, 11KV, XLPE insulated AB Cable. Supply of Straight line Suspension Assembly comprising of 'suspension bracket', movable connecting link, galvanised suspension clamp, bracket clamp ( Not less than (50X8) mm flat), nut & bolts (Suitable for 30-70sqmm bare messenger wire)

194

11 1040 Set

12 468 Set

13 468 Set

Erection & fitting fixing of Dead End/Anchoring Assembly comprising of 'tension bracket', wedge type tension clamp, flexible stainless steel rope for fixing of tension clamp to bracket (Suitable for 30-70sqmm bare messenger wire) on existing pole (dead end location/tension point) with the help of galvanised Clamp (made of 2 nos, ( Not less than (50X8) mm flat)) and nuts & bolt including supply Clamp and nuts & bolt. Supply of Dead End/Anchoring Assembly comprising of 'tension bracket', wedge type tension clamp, flexible stainless steel rope for fixing of tension clamp to bracket (Suitable for 3070sqmm bare messenger wire) Erection & fitting fixing of Dead End/Anchoring Assembly comprising of 'tension bracket', wedge type tension clamp, flexible stainless steel rope for fixing of tension clamp to bracket (Suitable for 30-70sqmm bare messenger wire) on existing pole (dead end location/tension point) with the help of galvanised Clamp (made of 2 nos, ( Not less than (50X8) mm flat)) and nuts & bolt including supply Clamp and nuts & bolt. No No

Signature of Bidder/Contractor
No No No Mtr Mtr

14

15

16

17

18

19

20

Supply of galvanised steel made 'Eye Hook' with hot dip galvanised nut & bolts (Suitable for 1508 all size cable). Erection and fitting fixing of galvanised steel made 'Eye Hook' with hot dip galvanised nut & 1508 bolts, clamps, ( Not less than (50X8) mm flat) (Suitable for all size cable) Erection of Anti-climbing devices viz barbed wire on existing pole structures including supply of barbed wire confirming to IS: 278 having four points barbed spaced 75 (+/- 12) mm apart shall be wrapped helically with a pitch of 75 mm around the limb of support and firmly 1508 commencing from the height of 3.5 M and up to 5 or 6 M (1.5 Kg. / pole) as per direction of Engineer-in-charge. Erection of 11 KV marked Danger Plate including supply on existing single/double Pole 1508 structure at a height of 4 mtr from the GL. Supply & Installation of Earth Spike unit, the item include 20 mm dia, 1.8 mtr long GI Earth Rod including connecting clamps , bolts etc.alongwith drawing of earth wire (8SWG GI wire) 1508 from earth spike to metal parts of Pole structure and excavation of earth, refilling ramming etc as required as per direction of Engineer-in-Charge. Supply of C-Class, heavy duty 100 mm outer dia GI pipe of different length. The material used 870.0 for manufacturing of G.I. Pipes shall confirm to IS 1239 (part-1) -1990. Boring for Laying of 100 mm outer dia GI pipe direct into the earth of 1100 mm depth below the ground surface with out effecting the existing road by manually digging /drilling 450.0 horizontally or diagonally direction for road crossing/ Water supply line/Telecomunication line/Gas Pipe line etc. as per direction of Engineering In Charge.

195

21 Mtr.

22 Mtr

Laying of 100 mm outer dia GI PIPE as per ISS 1239 of different length as per requirement of 180.0 TSECL for using of cable riser to Feeder Pillar. Laying of 100 mm outer dia GI PIPE as per ISS 1239 of different length as per requirement of TSECL for using of cable riser to overhead lines and The GI Pipe should be proper tie-up with 240.0 pole by the help of MS clamp and Nut & bolts ( including supply of clamps, nuts and bolts) etc.

23

Signature of Bidder/Contractor
16.0 Km 5.0 Km Mtr Mtr Set Set Set

Excavation of Cable entry pit and Laying and Commissioning of 3 Core, 6.35/11 KV, 120300sqmm XLPE insulated armoured Power Cable direct into earth including excavation of earth upto a depth of 1200 mm (Width of the trench 40 cm.) including 1st class brick protection of two layer flat brick soling , 300 mm. sand (River sand) cushioning and refilling and ramming the excavated soil as per direction of Engineer-in-charge and coiling of excess cable below the earth surface at a depth of minimum 1100 mm with protecting by double layer bricks soiling or as per site requirement of TSECL.

24

Excavation of Cable entry pit and Laying ,Commissioning of 3 Core, 6.35/11 KV, 120-300 Sq. mm. XLPE insulated Power Cable direct below the road surface through HDPE PIPE by all terrain horizontal directional drilling/ digging machine across the road crossing/river crossing/cherra crossing without effecting the existing road surface at a depth of minimum 1100mm or as per site requirement of TSECL depending on approved route survey including supply, laying of P80, PN6, HDPE Pipe and coiling of excess cable below the earth surface at a depth of minimum 1100mm with protecting by double layer bricks soiling or as per site requirement of TSECL.

25

Drawing and Commissioning of 3 Core, 6.35/11 KV, 120-300Sq. mm. XLPE insulated Power Cable through GI pipe above ground level for risers to transformer HT side , HT 420.0 over head Line & HT Feeder Pillar (KIOSK) as per the direction of Engineer-in-charge.

26

27

28

29

Drawing and Commissioning of 3 Core, 6.35/11 KV, 120-300Sq. mm. XLPE insulated Power Cable 1100 mm below the earth surface through GI pipe by manually as per direction of 180.0 Engineering In Charge. Supply and Jointing of Outdoor Heat Shrink type End Termination Jointing Kit for XLPE 22 insulated Cable of grade 6.35/11 KV(E), 3-core, 120 Sq.mm. Size. Supply and jointing of Indoor Heat Shrink type End Termination jointing kit for XLPE 26 insulated Cable of grade 6.35/11 KV(E), 3-core, 120 Sq.mm. Size. Supply and jointing of Heat Shrink type straight through jointing kit for XLPE insulated 12 Cable of grade 6.35/11 KV(E), 3-core, 120 Sq.mm. Size.

196

30 60 24 21 Set Set Set

Supply and Jointing of Outdoor Heat Shrink type End Termination Jointing Kit for XLPE insulated Cable of grade 6.35/11 KV(E), 3-core, 240 Sq.mm. Size.

31

Supply and jointing of Indoor Heat Shrink type End Termination jointing kit for XLPE insulated Cable of grade 6.35/11 KV(E), 3-core, 240 Sq.mm. Size.

32

Supply and jointing of Heat Shrink type straight through jointing kit for XLPE insulated Cable of grade 6.35/11 KV(E), 3-core, 240 Sq.mm. Size.

33 150 No

Erection of T-shaped Pillar for cable line ID MARKING engraved with caption "POWER CABLE.LINE" (made of pre-cast RCC) of size(Pillar-3 ft. X 0.33 ft. X 0.33 ft.) and (T-section3 ft.X0.33 ft.) by excavating earth including required painting of the of the engraved caption in black over yellow background as per technical requirement, direction of the Engineer-inCharge. The Pillar shall be embedded in earth by 1.5 ft.

Signature of Bidder/Contractor
348 No 348 No 348 No

34

Erection including Supply and fabrication of 0.3 mtr. long made of 75 X 40 X 40 X 6 mm. MS Channel for single pole Top Cross arm on Steel Tubular Pole or PCC Pole or RS joist with supply of 1 (One) No. clamp (made of 50x6 mm. MS flat), nuts and bolts as required including painting with ready mixed primer (two or more coats) of approved quality and alluminium paint of approved quality to give an even shade for cross-arm. as per direction of Eng-In-Charge.

35

Erection including Supply and fabrication of V-cross-arm made of 75x40x40x6mm MS channel for single pole structure on Steel Tubular Pole or PCC Pole or RS joist with supply of 1 (One) No. clamp (made of 50x6 mm. MS flat), nuts and bolts as required including painting with ready mixed primer (two or more coats) of approved quality and alluminium paint of approved quality to give an even shade for cross-arm. as per direction of Eng-In-Charge.

36

Erection including Supply and fabrication of 1.6 mtr. long made of 50 X 50 X 6 mm. MS angle for single pole guard cross arm on Steel Tubular Pole srtucture or PCC Pole or RS joist with supply of 1 (one) No. clamp (made of 50x6 mm. MS flat), nuts and bolts as required including painting with ready mixed primer (two or more coats) of approved quality and alluminium paint of approved quality to give an even shade for cross-arm. as per direction of Eng-In-Charge .

197

37 116 No

38 116 No

39 696

Signature of Bidder/Contractor
No 1059 No 87.0 58.0 Km Km 2784 No SUB-TOTAL

40

41

42

43

Supply, fabrication and erection 2.2 mtr. long 100 X 50 X 50 X 6 mm. MS channel Cross arm bracket on existing double steel tubular pole structure with supply of 2(two) nos. clamp, made of 50x6 mm. MS flat, nuts and bolts as required including painting with ready mixed primer (two or more coats) of approved quality and alluminium paint of approved quality to give an even shade for cross-arm. as per direction of Eng-In-Charge . Erection including Supply, fabrication of 2.5 mtr. long 65 X 65 X 6 mm. MS angle guard cross arm on existing double steel tubular pole structure with 2 (one) no. clamp, made of 50x6 mm. MS flat, nuts and bolts as required including painting with ready mixed primer (two or more coats) of approved quality and alluminium paint of approved quality to give an even shade for cross-arm. as per direction of Eng-In-Charge . Erection of Porcelain Disc Insulator Ball and Socket type for 11 KV system (EMS-45 KN) conforming to ISS:731/1971 in angle and dead end locations including tension fittings of EMS45 KN to accommodate the relevant ACSR conductor size along with nuts and bolts, washer etc. as requied in complete & as per direction of Engineer-in-charge. Erection of Porcelain Pin Insulator including G.I Pin for 11 KV system with mechanical strength 10 KN conforming to ISS:731/1971 on hot dip galvanized M.S forged 11 KV G.I pin, 10 KN complete with galvanized hexagonal nuts, G.I flat washer & G.I spring washer conforming to ISS: 2486(P-II)/1974. Stringing of ACSR conductors including hoisting, binding, jumpering, etc. as reqd. & as per direction of Engineer-in-charge. a) 6/1/3.35sq mm dia ACSR, Rabbit conductor. Laying, hoisting & stringing of 8 SWG G.I. wire as per ISS : 280/1978 amended latest with heavy coating as per ISS : 4826 I 1968 of tensile strength 55 to 95 Kgf/mm i/c fastening with cross arm & metallic parts for earth continuity wire and metal parts to earth electrode as per the direction of Engineer-in-charge. Providing of Protective cradle guards made of 8 SWG G.I. wire as per ISS : 280 / 1978 amended latest with heavy coating as per ISS : 4826 I/ 1968 of tensile strength 55 to 95 kgf/mm as required as per direction of Engineer-in-Charge

198

Schedule -B : i) New 11KV feeders / feeders bifurcation by DOG Conductor ii) Conversion of existing over head LT Line to UG system by 3 C, XLPE Insulated Power Cable iii) Installtion & Augmentaion New DTs and Capacitor Banks iv) New 11 KV Line and LT Line by Weasal conductor for Connectivity to New DT and Existing LT circuit. Description of items Qnty. Unit Rate (in Rs ) Amount (in Rs)

Sl No

44.0 138

Km No

Signature of Bidder/Contractor
200 No 320 No 75 No

Detailed Survey of route alignment with covering of existing Distribution Sub-Station, submission of route alignment, profile and final survey with profile in details indicating road crossing, river, water body, SCADA OFC cable, Water supply pipe line, Gas pipe line and P&T line etc.(For HT UG Cable Line). a) Survey of route alignment for HT and LT Lines. b) Survey of route alignment for Installation and Augmentation of Distribution Transformer Erection of 9.0 mtr. Long (Designation 410: SP-32) Steel Tubular Pole conforming to ISS: 2713 (P-I & II)-1980 with base plate direct in earth including excavation, refilling and ramming etc. as required (1/6th length of the pole to be embedded in earth) and grouting with CC of ratio 1:2:4 (1 cement : 2 river sand : 4 jhama brick aggregate of 20 mm. nominal size) ilc supply of cement, sand and brick aggregate complete with excavation, refilling of earth, ramming alongwith centering and shuttering as required (@ 0.273 Cum per Steel Tubular Pole as per TSECL specification ) etc. and applying paints with ready mixed primer (two or more coats) and alluminium paint of approved quality to give an even shade etc. as required as per direction of Eng-In-Charge.

Erection of PCC Pole direct in earth including excavation, refilling and ramming etc. as required complete (1 /6th of the length of the pole to be embedded in earth). 9.0 mtr. Long Erection of PCC pole direct in earth including excavation, refilling and ramming etc. as required complete (1 /6th of the length of the pole to be embedded in earth). 8.0 mtr. Long

199

Erection of painted Stay Set complete direct in earth with 16 mm. dia. 1.8 mtr. long painted stay rod, anchor plate of size 300 X 300 X 8 mm. thick, turn buckle of length 356 mm. with 300 mm. long threaded adjustable 16 mm. dia. MS rod , thimble, guy insulator as per IS specification, hot dip (heavy duty) galvanized stay stranded wire of size 7/2.5 mm. fastened with stay clamps as required. ( including supply of MS clamp & Nuts & Bolts as reqd) and Grouting of stay set with CC of ratio 1 :2:4 (1 cement: 2 river sand: 4 jhama brick aggregate of 20 mm. nominal size) ilc supply of cement, sand and brick aggregate complete with excavation, refilling of earth, ramming alongwith centering and shuttering as required ( @ 0.119 Cum per stay set as per TSECL specification) 435 Set

6 88 No

Signature of Bidder/Contractor
88 No 88 No 34 No

Erection including Supply and fabrication of 0.3 mtr. long made of 75 X 40 X 40 X 6 mm. MS Channel for single pole Top Cross arm on Steel Tubular Pole or PCC Pole or RS joist with supply of 1 (One) No. clamp (made of 50x6 mm. MS flat), nuts and bolts as required including painting with ready mixed primer (two or more coats) of approved quality and alluminium paint of approved quality to give an even shade for cross-arm. as per direction of Eng-In-Charge.

Erection including Supply and fabrication of V-cross-arm made of 75x40x40x6mm MS channel for single pole structure on Steel Tubular Pole or PCC Pole or RS joist with supply of 1 (One) No. clamp (made of 50x6 mm. MS flat), nuts and bolts as required including painting with ready mixed primer (two or more coats) of approved quality and alluminium paint of approved quality to give an even shade for cross-arm. as per direction of Eng-In-Charge.

Erection including Supply and fabrication of 1.6 mtr. long made of 50 X 50 X 6 mm. MS angle for single pole guard cross arm on Steel Tubular Pole srtucture or PCC Pole or RS joist with supply of 1 (one) No. clamp (made of 50x6 mm. MS flat), nuts and bolts as required including painting with ready mixed primer (two or more coats) of approved quality and alluminium paint of approved quality to give an even shade for cross-arm. as per direction of Eng-In-Charge .

Erection including Supply and fabrication of 2.2 mtr. long made of 100 X 50 X 50 X 6 mm. MS channel for double pole cross arm on Steel Tubular Pole or PCC Pole or RS joist structure with supply of 2 (two) Nos. clamp (made of 50x6 mm. MS flat), nuts and bolts as required including painting with ready mixed primer (two or more coats) of approved quality and alluminium paint of approved quality to give an even shade for cross-arm. as per direction of Eng-In-Charge.

200

10 34 No

11

Erection including Supply and fabrication of 2.5 mtr. long made of 65 X 65 X 6 mm. MS angle for double pole guard cross arm on Steel Tubular Pole or PCC Pole or RS joist structure with supply of 2 (Two) Nos. clamp (made of 50x6 mm. MS flat), nuts and bolts as required including painting with ready mixed primer (two or more coats) of approved quality and alluminium paint of approved quality to give an even shade for cross-arm. as per direction of Eng-In-Charge. Erection including Supply and fabrication of 2.8 mtr. long cross-arm made of 75x40x40x6mm MS channel on Steel Tubular Pole or PCC Pole or RS joist with supply of 2 (Two) Nos. clamp (made of 50x6 mm. MS flat), nuts and bolts for GO/DO/LA structure as required including painting with ready mixed primer (two or more coats) of approved quality and alluminium paint of approved quality to give an even shade for cross-arm as per direction of Eng-In-Charge. 515 No

Signature of Bidder/Contractor
206 No 206 No 206 No

12

Erection including Supply and fabrication of 0.8 mtr. long made of 100 X 50 X 50 X 6 mm. MS channel on Steel Tubular Pole or PCC Pole or RS joist bracket for Distribution Transformer base support with supply of 2(Two) Nos. clamp (made of 50x6 mm. MS flat), nuts and bolts as required including painting with ready mixed primer (two or more coats) of approved quality and alluminium paint of approved quality to give an even shade for cross-arm. as per direction of Eng-In-Charge.

13

Erection including Supply and fabrication of 2.8 mtr. long made of 100 X 50 X 50 X 6 mm. MS channel on Steel Tubular Pole or PCC pole or RS joist with supply of 2(Two) Nos. clamp (made of 50x6 mm. MS flat), nuts and bolts for Distribution Transformer base support as required including painting with ready mixed primer (two or more coats) of approved quality and alluminium paint of approved quality to give an even shade for cross-arm. as per direction of Eng-In-Charge.

14

Erection including Supply and fabrication of 2.8 mtr. long made of 65 X 65 X 6 mm. MS angle cross arm on Steel Tubular Pole or PCC pole or RS joist with supply of 2 (Two) Nos. clamp (made of 50x6 mm. MS flat), nuts and bolts for GOS handle & Eye hook as required including painting with ready mixed primer (two or more coats) of approved quality and alluminium paint of approved quality to give an even shade for cross-arm. as per direction of Eng-In-Charge.

201

15 103 No

Erection including Supply and fabrication of 3.0 mtr. long made of 65 X 65 X 6 mm. MS angle for guard cross arm on Steel Tubular Pole or PCC pole or RS joist with supply of 2 (Two) Nos. clamp (made of 50x6 mm. MS flat), nuts and bolts as required including painting with ready mixed primer (two or more coats) of approved quality and alluminium paint of approved quality to give an even shade for cross-arm. as per direction of Eng-In-Charge.

16 138 No

Erection including supply and fabrication of LT 3-Phase, 6-Wire "C" cross-arm made of 65X65X6mm MS Angle on existing pole with supply of 2(Two) Nos MS Clamp (made of 50X6mm MS Flat), nuts & bolts as required including painting with ready mixed primer of approved quality (two or more coats) and alluminium paint of approved quality on new works to give an even shade for cross-arm. as per direction of Eng-In-Charge.

17 414

Signature of Bidder/Contractor
No 1900 No 504 No 900 No 130 Set

Erection including supply and fabricated of LT 1-Phase, 2-Wire, 0.55 mtr long cross-arm, made of 65X65X6mm MS Angle on existing pole with supply of 1 (One) No. MS Clamp (made of 50X6 mm Flat), nuts & bolts as required including painting with ready mixed primer (two or more coats) of approved quality and alluminium paint of approved quality to give an even shade for cross-arm. as per direction of Eng-In-Charge.

18

Erection of Porcelain Shackle Insulator (90X75mm) or ( 115X100 mm) for LT system with mechanical strength of 5 KN conforming to ISS:731/1971 with hot dip galvanized M.S G.I Straps with bolts in complete (suitable for Rabbit/DOG conductor) as per direction of Eng-InCharge.

19

20

Erection of Porcelain Disc Insulator Ball and Socket type for 11 KV system (EMS-45 KN) conforming to ISS:731/1971 in angle and dead end locations including tension fittings of EMS45 KN to accommodate the relevant ACSR conductor size along with nuts and bolts, washer etc. as required in complete as per direction of Engineer-in-charge. Erection of Porcelain Pin Insulator including G.I Pin for 11 KV system with mechanical strength of 10 KN conforming to ISS:731/1971 with hot dip galvanized M.S forged 11 KV G.I pin alongwith galvanized hexagonal nuts, G.I flat washer and G.I spring washer conforming to ISS: 2486(P-II)/1974 etc. as required in complete as per direction of Engineer-in-charge.

21

Erection of Triple Pole (3-Phase), 11 KV, 200 Amp. Drop Out fuse unit for operation in 11 KV, 50 Hz, AC system along with Supply of nuts & bolts including necessary connection with the Transformer HT side & GOS by ACSR.

202

22 130 Set

23 400 No.

Erection of Triple Pole (3-Phase), 11 KV, 200 Amp. Manually gang operated, Air Break Switch, 3 post vertical type single break, complete with post insulator for operation in 11 KV, 50 Hz, AC system as per relevant IS specification with supply of clamps, nuts & bolts as required. Erection of 9 KV, 5 KN single pole metal oxide gapless surge type LA suitable for nominal system voltage of 11 KV, 3 phase, 50 Hz, AC supply system, Creepage distance 600 mm. conforming to ISS:3070/1985.

24 18.0 18.0 Km Km

25 19.0

Signature of Bidder/Contractor
Km 1760 No 400 No 245 No 280 No

Laying, hoisting & stringing of ACSR Conductor including binding, jumpering, etc. as reqd. & as per direction of Engineer-in-charge. a) 6/4.72 sq mm + 7/1.57sqmm dia ACSR, DOG conductor. b) 6/1/2.59 sqmm dia ACSR, Weasal conductor. Laying, hoisting & stringing of 8 SWG G.I. Wire as per ISS : 280/1978 with latest amendment if any, heavy coating as per ISS : 4826 I/ 1968 of tensile strength 55 to 95 Kgf /sq.mm after galvanised including fastening with cross arm & metallic parts of earth continuity wire and metal parts to earth electrode as per the direction of Engineer-in-charge.

26

27

28

Providing and Erection of HT Protective cradle guard made of 8 SWG G.I. wire as per ISS : 280/1978 with latest amendment if any, heavy coating as per ISS : 4826 I/ 1968 of tensile strenath 55 to 95 kgf/sq.mm as required as per direction of Engineer-in-Charge. Providing and Erection of LT Protective cage guarding/Creaddle guarding made of 8 SWG G.I. wire as per ISS : 280/1978 with latest amendment if any, heavy coating as per ISS : 4826 I/ 1968 of tensile strenath 55 to 95 kgf/sq.mm as required as per direction of Engineer-inCharge. Erection of Anti-climbing devices viz barbed wire on existing pole structures including supply of barbed wire confirming to IS: 278 having four points barbed spaced 75 (+/- 12) mm apart shall be wrapped helically with a pitch of 75 mm around the limb of support and firmly commencing from the height of 3.5 M and up to 5 or 6 M (1.5 Kg. / pole) as per direction of Engineer-in-charge.

29

Supply and Erection of 11000 Volt/415 Volts marked Danger Plate on existing single/double Pole structure of HT/LT Lines confirming to IS: 2551/1982 or the latest version thereof at height of 3 mtr from GL.

203

30 650 Set

Supply and Erection of Earthing set as per ISS : 3043 of 1966 and with latest amendment if any, 2.5 mtr long G.I. pipe (ISI marked) of 40 mm diameter with suitable holes on pipe circumference including a pair of clamps (made of 50 X 6 mm M.S. flat), galvanized nuts & bolts alongwith alternate layers of salt & charcoal including supply of 4.0 mtr long, 12mm dia PVC pipe for each earthing set etc. as required and as per direction of Enginerr-in-charge.

31 60 No

Signature of Bidder/Contractor
9 35 57 2 No. No. No. No. 12 16 4 2 1 No. No. No. No. No. 1100 3000 6000 Mtr. Mtr. Mtr.

32

Supply & Installation of Earth Spike unit, the item include 20 mm dia, 1.8 mtr long GI Earth Rod including connecting clamps , bolts etc.alongwith drawing of earth wire (8SWG GI wire) from earth spike to metal parts of Pole structure and excavation of earth, refilling ramming etc as required as per direction of Engineer-in-Charge. Erection, Testing & commissioning of 3- Phase, 50 Hz, AC, Distribution Transformer on Pole Mounted structure with necessary connections by ACSR from 11 KV line to Transformer via GOS & DOF.

33

34

a) 25 KVA; 11/0.433KV b) 63 KVA ; 11/0.433 KV c) 100 KVA; 11/0.433KV d) 200 KVA; 11/0.433KV Erection, Testing & commissioning of 3-Phase, 50 Hz, AC, Distribution Transformer on existing pole mounted double pole structure base/RCC base for augmentation of existing 3Phase Distribution Transformer with necessary connections by ACSR from 11 KV line to Transformer via GOS & DOF as required with dismantalling of existing Transformer and the dismentaled materials shall be returned to concerned Sub-Division stores. a. 25KVA to 63KVA b. 63KVA to 100KVA c. 100KVA to 200KVA d. 200KVA to 315KVA e. 200KVA to 500KVA Making connection from Transformer LT side to overhead LT Line via fuse unit of unarmoured PVC cable 1100-V grade conforming to ISS: 1554 (P-I) /1988 of the following sizes and the cables shall be properly crimped by bimetallic lugs at contact areas as per direction of Engineer-in-charge.

PVC cable 16mm sq. PVC cable 35mm sq. PVC cable 95mm sq.

204

1600 500 2240 120 No No No

Mtr.

35

36 83 183 183 83 No No No No

Signature of Bidder/Contractor
178 560 Set No 47 73 6 3 1.0 No No No No Km Mtr

37

PVC cable 185mm sq. Supply & Connection of Bimetallic lugs. a) 35 sqmm. b) 95 sqmm. c) 185 sqmm. Supply of single circuit rewireable Porcelain Kit-Kat fuse unit of 500V grade as per relevant IS specification. a) 400 Amps b) 200 Amps. c) 100 Amps d) 63 Amps Erection of single circuit rewireable Porcelain Kit-Kat fuse unit of 500V grade as per relevant IS specification to be fastened on wooden plank (preferably karai wood) of size 24" X 10" X 1.5" for fixing of cut outs with supply of 2(Two) Nos. M.S. clamps (made of 50x6 mm MS flat), Nuts & bolts as required etc. as per direction of Engineer-in-charge.

63 to 400 Amps Set (3Nos cut out in set)

38

39

Erection including supply of Fabricated Copper Strip size of 50X8mm, 20 cm long with 4 Nos hole to connect the cable/DT LT Stud as required as per direction of Engineering In Charge. Erection, testing and commissioning of Low Tension Shunt Capacitor Bank of various ratings including required accessories such as connecting wire, clamps, fittings & fixing arrangement etc. at LT Line Poles/secondary side of the 11/0.433KV Distribution Transformers for the follwing DT capacity as per direction of Eng-In-Charge.

40

a) 7.5KVAR for 63KVA b)10KVAR for 100KVA c) 20KVAR for 200KVA d) 50KVAR for 315 & 500KVA Supply of C-Class, heavy duty 100 mm outer dia GI pipe of different lenngth. The material used for manufacturing of G.I. Pipes shall confirm to IS 1239 (part-1) -1990.

41

Boring for Laying of 100 mm outer dia GI pipe direct into the earth of 1100 mm depth below the ground surface with out effecting the existing road by manually digging /drilling 500.0 horizontally or diagonali direction for road crossing/ Water supply line/Telcomunication line/Gas Pipe line etc. as per direction of Engineering In Charge.

205

42 Mtr.

43 Mtr

44

Laying of 100 mm outer dia GI PIPE as per ISS 1239 of different length as per requirement of 200.0 TSECL for using of cable riser to Feeder Pillar. Laying of 100 mm outer dia GI PIPE as per ISS 1239 of different length as per requirement of TSECL for using of cable riser to overhead lines and the GI Pipe should be proper tie up with 300.0 pole by the help of MS clamp and Nuts & Bolts etc.( including supply of clamp, nut and bolts)etc. Excavation of Cable entry pit and Laying and Commissioning of 3 Core, 1.1 KV, 120300sqmm. XLPE insulated armoured Power Cable direct into earth including excavation of earth upto a depth of 1200 mm (Width of the trench 40 cm.) including 1st class brick protection of two layer flat brick soling , 300 mm. sand (River sand) cushioning and refilling and ramming 25 the excavated soil as per direction of Engineer in charge and coiling of excess cable below the earth surface at a depth of minimum 1100 mm with protection by double layer bricks soiling or as per site requirement of TSECL. Km

Signature of Bidder/Contractor
5.0 Km 0.5 Km 0.5 Km 150 100 No No

45

Excavation of Cable entry pit and Laying and Commissioning of 3 Core, 1.1 KV, 120300sqmm. XLPE insulated armoured Power Cable direct below the road surface through HDPE PIPE by all terrain horizontal directional drilling/ digging machine across the road crossing/river crossing/cherra crossing without effecting the existing road surface at a depth of minimum 1100 mm or as per site requirement of TSECL depending on approved route survey including supply, laying of P80, PN6, HDPE Pipe and coiling of excess cable below the earth surface at a depth of minimum 1100mm with protection by double layer bricks soiling or as per site requirement of TSECL.

46

Drawing and Commissioning of 3 Core, 1.1 KV, 120-300sqmm. LT XLPE armoured Power Cable through GI pipe above ground level for risers to transformer HT side , HT over head Line & HT Feeder Pillar (KIOSK) as per the direction of Engineer-in-charge.

47

48

Drawing and Commissioning of 3 Core, 1.1 KV, 120-300sqmm. , LT XLPE insulated, armoured Power Cable 1100 mm below the earth suface through GI pipe by manually as per direction of Engineering In Charge. Design, Engineering, testing, manufacturing , commissioning, Supply of LT distribution Junction Box suitable for consumer distribution as per TSECL drawing / specifications.(1incoming, 4-outgoing. ) a. 400Amps b. 200Amps

206

49 No 150 100 No No

50 300 No

Erection of LT distribution Junction Box suitable for consumer distribution as per TSECL drawing / specifications.(1-incoming, 1-outgoing and 1nos service connection of each phase) and shall be covering the boxes by first class bricks wall. The Kiosk shall be installed on bottom of pole. a. 400Amps b. 200Amps Erection of T-shaped Pillar for cable line ID MARKING engraved with caption "POWER CABLE.LINE" (made of pre-cast RCC) of size(Pillar-3 ft. X 0.33 ft. X 0.33 ft.) and (T-section3 ft.X0.33 ft.) by excavating earth including required painting of the of the engraved caption in black over yellow background as per technical requirement, direction of the Engineer-inCharge. The Pillar shall be embedded in earth by 1.5 ft. 2500 No

51 SUB-TOTAL

Signature of Bidder/Contractor

Supply and erection of assorted size Bi-metallic lugs suitable for 120sqmm to 300sqmm.

207

Signature of Bidder/Contractor
322 No 2325 No

Schedule -C : i) Reconductoring/Aumentation of 11KV line by using ACSR DOG conductor ii) Augmentation of existing Over head LT line conductor by using ACSR DOG conductor iii) Replacement of existing 11KV bare conductor by HT AB Cable iv) Replacement of existing LT Bare Conductor by LT AB Cable ( 3-Phase & Single Phase) v) Replacement of LT line by using ACSR Rabbit and Weasal conductor. Sl No Rate Amount Description of items Qnty. Unit (in Rs ) (in Rs) 1 Detailed Survey of route alignment with covering of existing Distribution Sub-Station, submission of route alignment, profile and final survey with profile in details indicating road 25.0 Km crossing, river, water body, SCADA OFC cable, Water supply pipe line, Gas pipe line and P&T line etc.(For HT UG Cable Line). 2 Erection of 11.0 mtr. long Steel Tubular Poles (Designation 410: SP-54) conforming to ISS: 2713 (P-I & II)-1980 with base plate direct in earth including excavation, refilling and ramming etc. as required (1/6th length of the pole to be embedded in earth) and grouting with CC of ratio 1:2:4 (1 cement : 2 river sand : 4 jhama brick aggregate of 20 mm. nominal size) ilc supply of cement, sand and brick aggregate complete with excavation, refilling of earth, ramming 170 No alongwith centering and shuttering as required (@ 0.273 Cum per Steel Tubular Pole as per TSECL specification ) etc. and applying paints with ready mixed primer (two or more coats) and alluminium paint of approved quality to give an even shade etc. as required as per direction of Eng-In-Charge.

Erection of 9.0 mtr. Long (Designation 410: SP-32) Steel Tubular Pole conforming to ISS: 2713 (P-I & II)-1980 with base plate direct in earth including excavation, refilling and ramming etc. as required (1/6th length of the pole to be embedded in earth) and grouting with CC of ratio 1:2:4 (1 cement : 2 river sand : 4 jhama brick aggregate of 20 mm. nominal size) ilc supply of cement, sand and brick aggregate complete with excavation, refilling of earth, ramming alongwith centering and shuttering as required (@ 0.273 Cum per Steel Tubular Pole as per TSECL specification ) etc. and applying paints with ready mixed primer (two or more coats) and alluminium paint of approved quality to give an even shade etc. as required as per direction of Eng-In-Charge.

Erection of PCC pole direct in earth including excavation, refilling and ramming etc. as required complete (1 /6th of the length of the pole to be embedded in earth). 8.0 mtr. Long

208

Repalcement of partialy damaged Steel Tubular Pole (diferent sizes) including uprooted and dismantle of erected Poles and other materials by erection of new 9.0 mtr. Long (Designation 410: SP-32) Steel Tubular Pole alongwith base plate direct in earth including excavation, refilling and ramming etc.(1/6th length of the pole to be embedded in earth) and grouting with CC of ratio 1:2:4 (1 cement : 2 river sand : 4 jhama brick aggregate of 20 mm. nominal size) ilc supply of cement, sand and brick aggregate complete with excavation, refilling of earth, ramming alongwith centering and shuttering as required (@ 0.273 Cum per Steel Tubular Pole as per TSECL specification ) etc. and applying paints with ready mixed primer (two or more coats) and alluminium paint of approved quality on new works to give an even shade for Double/Single Pole & cross-arm of complete structure and the dismentaled materials shall be returned to concerned Sub-Division stores as per direction of Eng-In-Charge. 78 No

Signature of Bidder/Contractor
4075 Set 48 No

Erection of painted Stay Set complete direct in earth with 16 mm. dia. 1.8 mtr. long painted stay rod, anchor plate of size 300 X 300 X 8 mm. thick, turn buckle of length 356 mm. with 300 mm. long threaded adjustable 16 mm. dia. MS rod , thimble, guy insulator as per IS specification, hot dip (heavy duty) galvanized stay stranded wire of size 7/2.5 mm. fastened with stay clamps as required. ( including supply of MS clamp & Nuts & Bolts as reqd) and Grouting of stay set with CC of ratio 1 :2:4 (1 cement: 2 river sand: 4 jhama brick aggregate of 20 mm. nominal size) ilc supply of cement, sand and brick aggregate complete with excavation, refilling of earth, ramming alongwith centering and shuttering as required ( @ 0.119 Cum per stay set as per TSECL specification).

Repalcement of partialy damaged 11KV single pole top cross-arm including neccessary dismantling from existing structure alongwith clamps, nuts & bolts etc. as required with supply, fabrication and erection of new 0.3 mtr. long top cross-arm, made of 75 X 40 X 40 X 6 mm. MS Channel alonwith supply of 1 (One) No. clamp (made of 50x6 mm. MS flat), nuts and bolts as required including painting with ready mixed primer (two or more coats) of approved quality and alluminium paint of approved quality to give an even shade for cross-arm and the dismentaled materials shall be returned to concerned Sub-Division stores as per direction of EngIn-Charge.

209

Repalcement of partialy damaged 11KV single pole V-cross-arm including neccessary dismantling from existing structure alongwith clamps, nuts & bolts etc. as required with supply, fabrication and erection of new V-cross-arm made of 75x40x40x6mm MS channel alongwith supply of 1 (One) No. clamp (made of 50x6 mm. MS flat), nuts and bolts as required including painting with ready mixed primer (two or more coats) of approved quality and alluminium paint of approved quality to give an even shade for cross-arm and the dismentaled materials shall be returned to concerned Sub-Division stores as per direction of Eng-In-Charge. 78 No

Signature of Bidder/Contractor
48 No No No Km

Repalcement of partialy damaged 11KV single pole guard cross-arm including neccessary dismantling from existing structure alongwith clamps, nuts & bolts etc. as required with supply, fabrication and erection of new 1.6 mtr. long guard cross-arm, made of 50 X 50 X 6 mm. MS angle alongwith supply of 1 (One) No. clamp (made of 50x6 mm. MS flat), nuts and bolts etc. as required including painting with ready mixed primer (two or more coats) of approved quality and alluminium paint of approved quality to give an even shade for cross-arm and the dismentaled materials shall be returned to concerned Sub-Division stores as per direction of EngIn-Charge.

10

11

12

Erection of Porcelain Shackle Insulator (90X75mm) for LT system with mechanical strength 5 KN conforming to ISS:731/1971, hot dip galvanized M.S G.I Straps with bolts/U Clamp and nuts & bolts etc. as required including neccessary dismantling of existing partialy damaged 28700 shackle insulators alongwith re-adjustment of eisting line alignments, cross-arm etc as required and the dismentaled materials shall be returned to concerned Sub-Division stores as per direction of Eng-In-Charge. Replacement of broken/damaged Porcelain Pin insulators by new one on hot dip galvanized 75 M.S forged 11 KV G.I pin. Reconductoring of existing overhead line conductors (Weasal /Rabbit/Dog) with new ACSR DOG conductors alongwith Laying, hoisting, stinging, jumpering, binding etc. as rquired incuding neccessary dismantalling of old conductor and other associate materials (GI wire /Power bare conductor) with openning of jumpering, binding and coiling and re-stringing of existing G.I earth wire with re-providing of Craddle/cage guard etc. as required and the dismentaled materials shall be returned to concerned Sub-Division stores as per direction of EngIn-Charge. ACSR DOG Conductor, 6/4.72 + 7/1.57sqmm 36.0

210

13

Laying and Stringing of ACSR Dog conductors including hoistiing, binding, jumpering, etc. and re-stringing of existing Neutral & Street Light Phase lines alongwith dismantaling and refixing of all type of service connection including opening of jumpering, binding & coiling of existing Phase conductors(i.e weasal, rabbit) etc. as rquired and the dismentaled materials shall be returned to concerned Sub-Division stores as per direction of Eng-In-Charge. 936.0 492.0 270.0 390.0 Km Km Km Km

14

Signature of Bidder/Contractor
39920 No 2213 No 2203 No 16 CKm 21 CKm 21 CKm

15

a) ACSR DOG Conductor, 6/4.72 + 7/1.57sqmm b) ACSR Rabbit Conductor, 6/1/3.35sqmm c) ACSR Weasal Conductor, 6/1/2.59sqmm Stringing of 8 SWG G.I. wire i/c fastening with cross arm & metallic parts for earth continuity wire and metal parts to earth electrode alonwith dismantalling of existing out live GI Wire and cage/craddle guard from line and return to concerned sub-division stores as reqd. as per the direction of Engineer-in-charge. Providing and fixing of LT protective cradle / 'I' cage guard made of 8 SWG G.I. wire with supply of spools including neccessary dismantalling of existing craddle/cage guard and the dismentaled materials shall be returned to concerned Sub-Division stores as reqd. as per the direction of Engineer-in-charge.

16

17

18

19

20

Erection of Anti-climbing devices viz barbed wire on existing pole structures including supply of barbed wire confirming to IS: 278 having four points barbed spaced 75 (+/- 12) mm apart shall be wrapped helically with a pitch of 75 mm around the limb of support and firmly commencing from the height of 3.5 M and up to 5 or 6 M (1.5 Kg. / pole) as per direction of Engineer-in-charge. Erection including supply of 1.5mtr long Earth Spike including excavation of earth, refilling ramming etc with drawing of earth wire(8SWG GI wire) from earth spike to metal parts of Pole structure. Laying, hoisting and drawing of 11 KV Class, 3-Phase, Arial Bunched Cable of size 3Cx120+1X100 sqmm for 11 KV Over head lines on existing Pole Structure etc. as required as per specification and direction of Engg-In-Charge. Laying, hoisting and drawing of 1.1 KV class, 3 phase Arial Bunched Cable of size 3Cx95+1CX16+1X70 sqmm for LT over head lines on existing Pole Structure etc. as required as per specification and direction of Engg-In-Charge. Laying, hoisting and drawing of 1.1 KV class, Single phase Arial Bunched Cable of size 1Cx50+1CX16+1X35 sqmm for LT over head lines on existing Pole Structure etc. as required as per specification and direction of Engg-In-Charge.

211

21 350 348 180 174 300 Set No No No No

22

23

24

25

26 240

Signature of Bidder/Contractor
Set 250 Set 200 Set 550 550 3520 3067 No No No No

Supply of 1-core, Out door heat shrink type end Termination kit suitable for 50-120 sqmm, 11KV, XLPE insulated AB Cable. Jointing of 1-core, Out door heat shrink type end Termination kit suitable for 50-120 sqmm, 11KV, XLPE insulated AB Cable. Supply of 1-core, of Out door heat shrink type Straight through joining kit suitable for 50120 sqmm, 11KV, XLPE insulated AB Cable. Jointing of 1-core, of Out door heat shrink type Straight through joining kit suitable for 50120 sqmm, 11KV, XLPE insulated AB Cable. Supply of Straight line Suspension Assembly comprising of 'suspension bracket', moveble connecting link, galvanised suspension clamp, bracket clamp suitable for 50-120 sqmm bare massenger wire. Erection & fitting fixing of Straight line Suspension Assembly comprising of 'suspension bracket', moveble connecting link, galvanised suspension clamp, bracket clamp, nuts & bolts etc. as required suitable for 70-120sqmm bare massenger wire on existing pole with the help of galvanised Clamp (made of 2nos, 50X6mm Flat) and nuts&bolt including supply of galvanised Clamp, nut&bolts etc.

27

28

Supply of Dead End/Anchoring Assembly comprising of 'tension bracket', wedge type tension clamp, flexible stainless steel rope for fixing of tension clamp to bracket suitable for 70120sqmm bare massenger wire. Erection & fitting fixing of Dead End/Anchoring Assembly comprising of 'tension bracket', wedge type tension clamp, flexible stainless steel rope for fixing of tension clamp to bracket suitable for 70-120sqmm bare massenger wire on existing pole of dead end location/tension point with the help of galvanised Clamp (made of 2nos, 50X6mm Flat) and nuts & bolts including supply of Clamp and nuts&bolt.(for HT AB Cable).

29

Supply of galvanised steel made 'Eye Hook' with hot dip galvanised nut&bolts.(Suitable for all size cable) for HT AB Cable.

30

Erection and fitting fixing of galvanised steel made 'Eye Hook' with hot dip galvanised nut&bolts (Suitable for all size cable) for HT AB Cable.

31

32

Supply of LT Insulation Piercing Connectors (IPC) for making Tee/Tap-off/Service connectors to an ABC/Bare Overhead Line suitable for 25sqmm to 95sqmm. Erection and fitting fixing of LT Insulation Piercing Connectors (IPC) for making Tee/Tapoff/Service connectors to an ABC/Bare Overhead Line suitable for 25sqmm to 95sqmm.

212

33 700 Set

Supply of Straight line Suspension Assembly comprising of 'suspension bracket', moveble connecting link, galvanised suspension clamp, bracket clamp, nut&bolts (Suitable for 50-95 sqmm bare massenger wire) for LT AB Cable.

34 630 Set

Erection & fitting fixing of Straight line Suspension Assembly comprising of 'suspension bracket', moveble connecting link, galvanised suspensin clamp, bracket clamp, nut&bolts (Suitable for 70-120sqmm bare massenger wire) on existing pole with the help of galvanised Clamp (made of 2nos, 50X6mm Flat) and nuts&bolt including supply of galvanised Clamp, nut&bolts etc. (For LT AB Cable) 600 Set

35

Signature of Bidder/Contractor
546 Set 1300 1176 420 No No No 420 No

36

Supply of Dead End/Anchoring Assembly comprising of 'tension bracket', wedge type tension clamp, flexible stainless steel rope for fixing of tension clamp to bracket (Suitable for 50-95 sqmm bare massenger wire) (For LT AB Cable) Erection & fitting fixing of Dead End/Anchoring Assembly comprising of 'tension bracket', wedge type tension clamp, flexible stainless steel rope for fixing of tension clamp to bracket (Suitable for 70-120sqmm bare massenger wire) on existing pole (dead end location/tension point) with the help of galvanised Clamp(made of 2nos, 50X6mm Flat) and nuts&bolt including supply Clamp and nuts&bolt.(For LT AB Cable)

37

38

39

40

Supply of galvanised steel made 'Eye Hook' with hot dip galvanised nut&bolts.(Suitable for all size cable)(For LT AB Cable) Erection and fitting fixing of galvanised steel made 'Eye Hook' with hot dip galvanised nut&bolts (Suitable for all size cable)(For LT AB Cable) Design, manufacturing, supply, erection, testing and commissioning of Pole mounted 3-Phase, 400Amp all weather proof FRP multi connection LT SERVICE MAIN DISTRIBUTION BOXES Design, manufacturing, supply, erection, testing and commissioning of Pole mounted 1-Phase, 200 Amp all weather proof FRP multi connection LT SERVICE MAIN DISTRIBUTION BOXES SUB-TOTAL

213

Schedule -D: i) Conversion of existing over head HT Line to UG by 3C, XLPE Insulated Power Cable ii) Replacement of 11KV existing line conductor by using ACSR DOG and RABBIT conductor Description of items Qnty. Unit Rate (in Rs ) Amount (in Rs)

Sl No

1 16.0 Km

2 1500.0 Mtr

3 750.0

Signature of Bidder/Contractor
Km 250.0 Mtr. 500.0 Mtr 20 Km

Detailed Survey of route alignment with covering of existing Distribution Sub-Station, submission of route alignment, profile and final survey with profile in details indicating road crossing, river, water body, SCADA OFC cable, Water supply pipe line, Gas pipe line and P&T line etc.(For HT UG Cable Line). Supply of C-Class, heavy duty 100 mm outer dia GI pipe of different length. The material used for manufacturing of G.I. Pipes shall confirm to IS 1239 (part-1) -1990. Boring for Laying of 100 mm outer dia GI pipe direct into the earth of 1100 mm depth below the ground surface with out effecting the existing road by manually digging /drilling horizontally or diagonally direction for road crossing/ Water supply line/Telecomunication line/Gas Pipe line etc. as per direction of Engineering In Charge. Laying of 100 mm outer dia GI PIPE as per ISS 1239 of different length as per requirement of TSECL for using of cable riser to Feeder Pillar. Laying of 100 mm outer dia GI PIPE as per ISS 1239 of different length as per requirement of TSECL for using of cable riser to overhead lines and the GI Pipe should be proper tie-up with pole by the help of MS clamp and Nut & bolts ( including supply of clamps, nuts and bolts) etc.

Excavation of Cable entry pit and Laying and Commissioning of 3 Core, 11 KV, 120300sqmm. XLPE insulated armoured Power Cable direct into earth including excavation of earth upto a depth of 1200 mm (Width of the trench 40 cm.) including 1st class brick protection of two layer flat brick soling , 300 mm. sand (River sand) cushioning and refilling and ramming the excavated soil as per direction of Engineer in charge and coiling of excess cable below the earth surface at a depth of minimum 1100 mm with protection by double layer bricks soiling or as per site requirement of TSECL.

214

Sl No Description of items Qnty. Unit

Rate (in Rs )

Amount (in Rs)

Excavation of Cable entry pit and Laying and Commissioning of 3 Core, 11 KV, 120300sqmm. XLPE insulated Power Cable direct below the road surface through HDPE PIPE by all terrain horizontal directional drilling/ digging machine across the road crossing/river crossing/cherra crossing without effecting the existing road surface at a depth of minimum 1100 mm or as per site requirement of TSECL depending on approved route survey including supply, laying of P80, PN6, HDPE Pipe and coiling of excess cable below the earth surface at a depth of minimum 1100 mm with protection by double layer bricks soiling or as per site requirement of TSECL. 6.0 Km

Signature of Bidder/Contractor
Mtr Mtr Set Set Set Set Set Set Set Set

Drawing and Commissioning of 3 core, 120-300sqmm, HT XLPE armoured Power Cable through GI pipe above ground level for risers to transformer HT side , HT over head Line & 750.0 HT Feeder Pillar (KIOSK) etc. as required as per the direction of Engineer-in-charge.

10

11

12

13

14

15

16

17

Drawing and Commissioning of 3 core, 120-300sqmm , HT XLPE insulated, armoured Power Cable 1100 mm below the earth suface through GI pipe by manually as per direction of 750.0 Engineering In Charge. Supply and Jointings of Indoor Heat Shrink type End termination jointing kit for XLPE 4 insulated Power Cable of grade 6.35/11 KV(E), 3-core, 185 Sq.mm. Size. Supply and Jointings of Outdoor Heat Shrink type End termination jointing kit for XLPE 2 insulated Cable of grade 6.35/11 KV(E), 3-core, 185 Sq.mm. Size. Supply and Jointings of Indoor Heat Shrink type End termination jointing kit for XLPE 12 insulated Power Cable of grade 6.35/11 KV(E), 3-core, 240 Sq.mm. Size. Supply and Jointings of Outdoor Heat Shrink type End termination jointing kit for XLPE 6 insulated Cable of grade 6.35/11 KV(E), 3-core, 240 Sq.mm. Size. Supply and Jointings of Indoor Heat Shrink type End termination jointing kit for XLPE 70 insulated Power Cable of grade 6.35/11 KV(E), 3-core, 300 Sq.mm. Size. Supply and Jointings of Outdoor Heat Shrink type End termination jointing kit for XLPE 20 insulated Cable of grade 6.35/11 KV(E), 3-core, 300 Sq.mm. Size. Supply and Jointings of Heat Shrink type straight through jointing kit for 3-core, 185 12 Sq.mm, 6.35/11 KV(E) grade, XLPE insulated Power Cable. Supply and Jointings of Heat Shrink type straight through jointing kit for 3-core, 240 8 Sq.mm, 6.35/11 KV(E) grade, XLPE insulated Power Cable.

215

Sl No Description of items 10 Set Qnty. Unit

Rate (in Rs )

Amount (in Rs)

18

19 440 No

Supply and Jointings of Heat Shrink type straight through jointing kit for 3-core, 300 Sq.mm, 6.35/11 KV(E) grade, XLPE insulated Power Cable. Erection of T-shaped Pillar for cable line ID MARKING engraved with caption "POWER CABLE.LINE" (made of pre-cast RCC) of size(Pillar-3 ft. X 0.33 ft. X 0.33 ft.) and (T-section3 ft.X0.33 ft.) by excavating earth including required painting of the of the engraved caption in black over yellow background as per technical requirement, direction of the Engineer-inCharge. The Pillar shall be embedded in earth by 1.5 ft.

20 35 No

Signature of Bidder/Contractor
322 No

21

Supply and erection of 4 way (1 incoming and 3 outgoing feeder) HT Kiosk / 11 KV outdoor type feeder pillar made of 10 SWG MS sheet complete with aluminium busbar, HT insulator etc. as required provided with locking system and painting, to be fitted on structure of MS angle (50 X 50 X 6 mm) and MS flat (40 X 6 mm) including supply of MS angle and flat as required and concreting of ratio1:2:4 with excavation of earth, centering shuttering & disposal excess soil. Repalcement of partialy damaged Steel Tubular Pole (diferent sizes) including uprooted and dismantle of erected Poles and other materials by erection of new 9.0 mtr. Long (Designation 410: SP-32) Steel Tubular Pole alongwith base plate direct in earth including excavation, refilling and ramming etc.(1/6th length of the pole to be embedded in earth) and grouting with CC of ratio 1:2:4 (1 cement : 2 river sand : 4 jhama brick aggregate of 20 mm. nominal size) ilc supply of cement, sand and brick aggregate complete with excavation, refilling of earth, ramming alongwith centering and shuttering as required (@ 0.273 Cum per Steel Tubular Pole as per TSECL specification ) etc. and applying paints with ready mixed primer (two or more coats) and alluminium paint of approved quality on new works to give an even shade for Double/Single Pole & cross-arm of complete structure and the dismentaled materials shall be returned to concerned Sub-Division stores as per direction of Eng-In-Charge.

216

Sl No Description of items Qnty. Unit

Rate (in Rs )

Amount (in Rs)

22

Erection of painted Stay Set complete direct in earth with 16 mm. dia. 1.8 mtr. long painted stay rod, anchor plate of size 300 X 300 X 8 mm. thick, turn buckle of length 356 mm. with 300 mm. long threaded adjustable 16 mm. dia. MS rod , thimble, guy insulator as per IS specification, hot dip (heavy duty) galvanized stay stranded wire of size 7/2.5 mm. fastened with stay clamps as required. ( including supply of MS clamp & Nuts & Bolts as reqd) and Grouting of stay set with CC of ratio 1 :2:4 (1 cement: 2 river sand: 4 jhama brick aggregate of 20 mm. nominal size) ilc supply of cement, sand and brick aggregate complete with excavation, refilling of earth, ramming alongwith centering and shuttering as required ( @ 0.119 Cum per stay set as per TSECL specification). 980 Set

Signature of Bidder/Contractor
No 322 No

23

Repalcement of partialy damaged 11KV single pole top cross-arm including neccessary dismantling from existing structure alongwith clamps, nuts & bolts etc. as required with supply, fabrication and erection of new 0.3 mtr. long top cross-arm, made of 75 X 40 X 40 X 6 mm. MS Channel alonwith supply of 1 (One) No. clamp (made of 50x6 mm. MS flat), nuts and bolts as required including painting with ready mixed primer (two or more coats) of approved quality 322 and alluminium paint of approved quality to give an even shade for cross-arm and the dismentaled materials shall be returned to concerned Sub-Division stores as per direction of EngIn-Charge.

24

Repalcement of partialy damaged 11KV single pole V-cross-arm including neccessary dismantling from existing structure alongwith clamps, nuts & bolts etc. as required with supply, fabrication and erection of new V-cross-arm made of 75x40x40x6mm MS channel alongwith supply of 1 (One) No. clamp (made of 50x6 mm. MS flat), nuts and bolts as required including painting with ready mixed primer (two or more coats) of approved quality and alluminium paint of approved quality to give an even shade for cross-arm and the dismentaled materials shall be returned to concerned Sub-Division stores as per direction of Eng-In-Charge.

217

Sl No Description of items Qnty. Unit

Rate (in Rs )

Amount (in Rs)

25

Repalcement of partialy damaged 11KV single pole guard cross-arm including neccessary dismantling from existing structure alongwith clamps, nuts & bolts etc. as required with supply, fabrication and erection of new 1.6 mtr. long guard cross-arm, made of 50 X 50 X 6 mm. MS angle alongwith supply of 1 (One) No. clamp (made of 50x6 mm. MS flat), nuts and bolts etc. as required including painting with ready mixed primer (two or more coats) of approved quality 322 and alluminium paint of approved quality to give an even shade for cross-arm and the dismentaled materials shall be returned to concerned Sub-Division stores as per direction of EngIn-Charge. No No

26

Signature of Bidder/Contractor
Km Km No SUB-TOTAL Total

27

Replacement of broken/damaged Porcelain Pin insulators by new one on hot dip galvanized 966 M.S forged 11 KV G.I pin. Reconductoring of existing overhead line conductors (Weasal /Rabbit/Dog) with new ACSR DOG conductors alongwith Laying, hoisting, stinging, jumpering, binding etc. as rquired incuding neccessary dismantalling of old conductor and other associate materials (GI wire /Power bare conductor) with openning of jumpering, binding and coiling and re-stringing of existing G.I earth wire with re-providing of Craddle/cage guard etc. as required and the dismentaled materials shall be returned to concerned Sub-Division stores as per direction of EngIn-Charge.

28

150.0 a) ACSR DOG Conductor, 6/4.72 + 7/1.57sqmm 91 b) ACSR Rabbit Conductor, 6/1/3.35sqmm Supply & Installation of Earth Spike unit, the item include 20 mm dia, 1.8 mtr long GI Earth Rod including connecting clamps , bolts etc.alongwith drawing of earth wire (8SWG GI wire) from earth spike to metal parts of Pole structure and excavation of earth, refilling ramming etc 322 as required as per direction of Engineer-in-Charge.

218

You might also like