assam power distribution company ltd4 assam power distribution co. ltd. notice inviting tender nit...

95
1 SECTION- 1

Upload: others

Post on 27-Feb-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

1

SECTION- 1

Page 2: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

2

OFFICE OF THE GENERAL MANAGER,

TEZPUR ZONE,APDCL,TEZPUR

DIST:- SONITPUR, (ASSAM)

E-mail:- [email protected] or [email protected] Phone No. 03712-231140 (Fax) /225022

No. GM/TEZPUR ZONE/APDCL/T-56 /2015/ DATE.

To

The Chief General Manager(D),

APDCL, CAR, Bijulee Bhawan,

Paltan Bazar, Ghy-1.

Sub:- Tender Notice for Construction of new 11 KV & LT line and sub-station and dismantle of the

existing line and sub-station in view of widening of PWD Road from Mission Chariali toASTC Bus

stand, Tezpur.

Ref:- 1.This office letter no GM/Tezpur Zone/APDCL/T-148/2015/318 dt01.04.15

2.Your letter no

Sir,

With reference to above enclosed please find herewith one Tender Notice for Construction of new 11

KV & LT line and sub-station and dismantle of the existing line and sub-station from Mission Chariali to

ASTC bus stand, Tezpur within the jurisdiction of Tezpur Electrical Division, APDCL under Deposit Work

Scheme on “Trunkey” mode.

You are requested to take necessary action for publication of the notice in one issue of “The Assam

Tribune”, and one Assamese daily news paper.

Encl: As above

Yours faithfully

(B.P.D. Goswami)

General Manager

Tezpur Zone,APDCL,Tezpur

Memo No: GM/Tezpur/APDCL/ T-56 /2015/ DATE.

Copy to:-

1. The OSD to Chairman, APDCL, Bijulee Bhawan, Paltan Bazar, Ghy-1, He is requested to

upload the notice in APDCL website.

2. The Chief Executive Officer, Tezpur Elect. Circle, APDCL, Tezpur. He is requested to

display the notice in his office notice board.

GENERAL MANAGER

Page 3: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

3

OFFICE OF THE GENERAL MANAGER Tezpur Zone,APDCL, TEZPUR

DIST:- SONITPUR, (ASSAM)

E-mail:- [email protected] or [email protected] Phone No. 03712-231140 (Fax) /225022

NIT No GM/APDCL/Tezpur/T-56/ 01 OF 2015-16

Separate sealed Tenders are invited from experienced & financially sound

Electrical Contractor(s) (individual or joint venture)/Firm (s) having valid electrical

contractor license issued by the competent authority of the Govt. of Assam for the

following packages for Construction of new 11 KV & LT line and sub-station and

dismantle of the existing line and sub-station in view of widening of state PWD Road

in Tezpur Town under Deposit Work Scheme on “ Turnkey” mode.

Package A: From Mission Chariali to Rupam Petrol pump.

Package B: From Rupam Petrol pump to ASTC bus stand.

Cost of Tender Paper:Rs.3000.00 (Rupees three thousand) only(for any one

group or both) in the form of‘ A/C Payee Demand Draft/ Banker’s Cheque (non-

refundable) duly pledged in favour of “ASSAM POWER DISTRIBUTION

COMPANY LIMITED”. Tender papers can be purchased in all working days up to

5-00 PM w.e.f. 8th April’2015 to 16th April’2015 from the office of the General

Manager, Tezpur Zone, APDCL, Tezpur and will be received upto 1-00 PM of17th

April 2015 and will be opened at 1-30 PM on the same day in presence of tenderer or

their representative.

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

General Manager Tezpur Zone APDCL,Tezpur

Page 4: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

4

ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER

NIT No. GM/APDCL/TEZPUR/T-56/01 OF 2015-16

Separate Sealed Tenders are invited from experienced & financially sound electrical Contractor(s) (individual

or joint venture)/Firm(s) having valid electrical contractor license up to 11 kv issued by the competent

authority of Govt. of Assam for the following packages for Construction of new 11 KV & LT line and sub-

station and dismantle of the existing line and sub-station in view of widening of state PWD road in Tezpur town under

Deposit Scheme on “Trunkey” mode.

1. Source of Fund :- Deposit works A/C,(PWD, Govt. of Assam)

2. Details of work:

Packages Work description Average

annual

turnover

EMD amount

(Rs in lakhs)

Period of

completion

in days

Package-A Construction of new 11 KV

and LT line and substation

from Mission Chariali to

Rupam Petrol Pump.

75 (seventy

five) lakhs)

1.00 90 days

Package-B Construction of new 11 KV

and LT line from Rupam

Petrol Pump to ASTC bus

stand.

45 (forty five)

lakhs

1.00 60 days

3. Eligibility Criteria:

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

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

NB: if any bidder for certain valid reason did not undertake sufficient work in the previous three

year, then APDCL, if satisfied with reason, may take into account the financial turn over &

experience of best of three years out of previous five consecutive years.

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

taken into account to decide the eligibility.

c. The bidders must have adequate experience in doing similar electrical construction work and to be

substantiated through certificate issued by an Engineer not below the rank of CEO/SE/DGM along

with supporting copies of the work executed under any reputed utility/department. Lack of

experience of the bidders will render the bid liable for rejection. The certificate should form a part of

the techno-commercial bid.

d. Earnest money should be as mentioned below. However Earnest money deposit (EMD) will be 50%

for SC, ST & OBC bidder subject to submission of caste certificate along with the Techno-

Commercial bid of the tender.

e. Financial resources: The bidder shall have to supply proposed source of financing, such as liquid

assets unencumbered real assets, line of credit and other financial means, net current commitments,

available to meet the total construction cash flow demand of the subject contract (evaluation &

qualification criteria).

f. The intending bidder can participate in any one or both the packages(PackageA &Package B)

4. Bid validity:- 180 days from the date of submission of Bid.

5. Cost of Tender Paper:- Rs. 3000/-(Rupees three thousand) only in the form of ‘A/C Payee Demand

Draft/ Banker’s Cheque (non-refundable) duly pledge in favour of “ASSAM POWER

DISTRIBUTION COMPANY LIMITED”. Tender paper can be purchased on all working days w.e.f.

9th April’15 to 16th April’15 from the office of the General Manager, Tezpur Zone, APDCL, Tezpur,

Alternatively, the Bid document can be downloaded from the APDCL website www.apdcl.gov.in for

tender submission purpose. The bidder using downloaded document will attach an A/C payee

demand draft/ Banker’s cheque (non-refundable) of Rs. 3000/- (Rupees three thousand) only with

Page 5: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

5

their bid separately duly pledged in favour of ASSAM POWER DISTRIBUTION COMPANY

LIMITED, payable at Tezpur as cost of the tender paper. The bidder who opted for downloading

has to intimate the authority about the downloading by e-mail at [email protected]. Any bid

without payment of the cost of tender for above will be rejected outright; the date of purchase of

said A/C payee Demand Draft/ Banker cheque should be within the date of issue of tender paper.

Bidders who want to participate in both the packages shall be required to purchase only one

copy of bid document.

6. Sale of Bid :- Up to 17.00 hrs. of 16th April’15.

7. Date of submission of Tenders : Up to 13.00 hrs. of 17th. April’15.

8. Date of opening of Bid

a) Techno commercial bids will be opened at 13.30 hrs. of 17th. April’15

b) The price bids shall be opened on a date to be notified later on

Note:

A. The work should be carried out as per latest APDCL/REC specification and construction standard.

B. Bids must be submitted in two parts as Techno Commercial bid and Price bid in two separate envelop

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

against which the bid is offered.

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

Bank Guarantee (BG) of Nationalized Bank from any nationalized or scheduled Bank of India to be

issued from banks whose Branches/Regional office is situated within the state of Assam or Bank call

deposit/NSC/Term Deposit pledged in favour of “ASSAM POWER DISTRIBUTION COMPANY

LIMITED.” Any tender without earnest money will be rejected outright.

D. Part-I of the Bid shall consists of information of all Technical Bidding Schedules (GTP), copy of the

License, WCT registration, certificate of turnover, companies profile, experience certificate etc. Part-

III shall consist of Price Bidding Schedule with all quantities and prices filled up as per Annexure-II

provided in the detail bid document. If the bidder feel any item is required to complete the job, he

may quote such item in Annexure-III. The rate quoted in Annexure-III will not be calculated in

evaluation of the Bid and item may be included in the work order with lowest quoted rate among

bidders.

E. Quoted rate must be valid for minimum 180 days.

F. Quoted rate should be firm and break up of all taxes and duties should be shown as per price bidding

schedule format.

G. Rates should be quoted in figure and the total against each column should be in figures except grand

total which is to in both figures and words legibly and no overwriting will be accepted.

H. The tender should be addressed and submitted in the office of the General Manager,Tezpur Zone,

APDCL, Tezpur, and will be opened on the scheduled date & time in presence of the intending

tenderers.

I. Only those bidders whose Part-I Bid ie. Techno Commercial bid (Qualification) is found acceptable

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

be communicated to those bidders whose bids are qualified for opening.

J. The Company reserves the right to accept or reject any tender in part or in full or spilt the work or

award the contract in phased manner or cancel/withdraw the Notice inviting tender without

assigning any reason thereof whatsoever. In such cases, no bidder shall have any claim arising out of

such actions.

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

any circumstances.

General Manager

Tezpur Zone, APDCL, CAR, Tezpur.

Page 6: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

6

ASSAM POWER DISTRIBUTION COMPANY LIMITED TENDER INVITING PROPOSAL WITH TERMS & CONDITION FOR

Intent of the Tender Enquiry

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

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

above on turnkey mode.

1. Scope of Work

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

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

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

APDCL for such inspection/ testing.

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

custody.

iv. Site fabrication work as per requirement.

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

testing and commissioning of all materials/ equipment supplied/ system installed.

vi. Project management and site organization.

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

wherever necessary.

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

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

This, however, is not to be considered as limiting but only typical. Vendors’ scope will include all

other items and materials as may be required to effectively complete the work.

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

may be necessary to complete the electrification work on trunkey basis and as binding requirement.

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

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

APDCL/ Company and that of REC specification and Construction standards.

ii. All material supplied shall be erected, protected as per approved standard practice for proposed type

of electrical work so as to supply electricity to the consumers most effectively and in an intrinsically

safe manner.

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

i. Maintainability.

ii. Reliability.

iii. Availability.

iv. Long life.

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

system earthlings etc. LA should be earth separately.

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

sealed against any tempering/ theft etc.

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

standard being followed in the electrification work.

3. Basic qualifying requirement:

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

A. Technical

The prospective bidder must fulfill the following qualifying requirements

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

11KV.) issued by any Licensing Authority of Govt. of Assam. In case, the bidder does not have

the license from the Licensing Authority of Govt. of Assam but has valid license from other

Licensing Authority under the Electricity Act. 2003, the bidder will have to obtain the same

from the Licensing Authority of Govt. of Assam in case of award of contract.

b. The bidder must have the above mentioned experience of working in the state of Asssam.

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

of APDCL, or in any other successor companies of ASEB along with date of completion as per

letter of award and likely date of completion duly certified by the competent authority as per

Page 7: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

7

format enclosed as Annexure- I. This shall be treated as one of the major qualifying criteria for

technical evaluation of the bid. Any award of work if it is not completed by 100 % will be

treated as work in hand. Submission of false data will be panelized as per rule, if found.

B. Financial

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

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

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

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

each joint Venture partners shall be added together to determine the bidder’s compliance with

the minimum average turnover requirement for the package. However, the lead partner must

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

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

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

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

shall be treated as non-responsive.

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

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

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

e. Power of attorney should be a registered one.

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

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

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

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

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

assessment in the overall interest of APDCL.

4.Agreement and Security deposit:

The successful bidders shall have to enter in an agreement within 7(seven) days from the date

of issue of LOI and have to deposit a security in the form of Bank Guarantee issued by any

Nationalized Bank/Scheduled Bank in Company’s standard proforma for an amount equal to

10% of the contract value alongwith acceptance letter of LOI . The security deposit is liable to

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

released on successful commissioning and testing of the materials supplied and erected

5.Performance Gurantee :

The successful bidder shall have to deposit Bank Guarantees (BG) as performance security from

a nationalized or scheduled Bank of RBI (situated in Assam) before receiving the final bill.

a. For a period of 18(eighteen) months for an amount equivalent to 10% (ten percent) against

the ordered materials/equipments required to be guaranteed for aforesaid period.

Instead of above, the bidders may also opt for allowing APDCL to retain 10% of their

contract value as performance guarantee in lieu of BG.

b. If the contractor fails or neglects to perform any of his obligations under the contract within

the guarantee period, APDCL shall have the right to forfeit the BG submitted against

performance either in full or in part at its absolute discretion.

c. No interest shall be payable on such deposits.

6. Joint Venture Requirement

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

both partner so as to be legally binding on both.

Page 8: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

8

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

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

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

required level issued by the Licensing Authority of Govt. Of Assam.

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

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

of the contract.

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

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

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

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

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

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

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

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

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

in the Tender.

7.Other requirements:

The Bidder

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

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

mobilize, organize and expedite the activities.

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

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

assignment.

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

REC guidelines

8.Submission of bid

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

a. Techno-commercial bid

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

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

and under this will be included and defined vendors scope of work, responsibilities,

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

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

Tender proforma for techno-commercial Bid is enclosed as Annexure-I(A), I(B),I(C), I(D),

FIN(1), FIN(2) FIN(3)

b. Earnest Money Deposit (EMD):

The Tender must be accompanied with earnest money as mentioned in the Details of works of

the NIT to be deposited in the form of Bank Guarantee (BG) of Nationalized or scheduled

Bank/ FD/NSC/KVP /Term Deposit pledged in favour of “ASSAM POWER

DISTRIBUTION COMPANY LIMITED. Guwahati-1”. The EMD should be submitted along

with Techno- Commercial bid. The earnest money will be released to the unsuccessful bidders

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

of Security Deposit at the time of execution of the agreement as per clause 1 above.

c. Submission of documents with technical bids.

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

tests certificate , performance certificate from utilities, authorization letter from

manufacturer, customer list etc.

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

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

progress report.

Page 9: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

9

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

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

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

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

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

ix) Solvency certificate from Bank

x) Certificate in support of performance of the bidder

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

The bidder should furnish the information to that effect.

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

state

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

surge arrestor, circuit breakers, auto recloser, control & relay panels, current transformers,

potential transformers, isolators ,distribution transformer , DTR cubicles, battery bank &

charger, ACDB, DCDB, D.O,GOAB , stay set earth pipe etc as per bid requirements and as

applicable should invariably be submitted along with the tender, otherwise tender is liable to

be rejected.

xiv) The bidders who participate in both the packages need to submit documents for any

one package only.

d. Price Bid

Price bid should be submitted in a sealed envelope superscribing “Price Bid” with name of

bidder, NIT reference no and Package name. Under this will include rates of supply and

erection of different items for electrification. The tender proforma for price Bid is enclosed as

Annexure-III. Price Bids for each packages should be submitted in separate envelops.

e. Submission of bid

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

bidder, NIT reference,Package name, and addressed to GM, Tezpur, APDCL, Tezpur

Note:-:

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

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

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

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

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

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

schedule will be final.

9. (A) Estimation of material requirement: The total quantity of materials required is indicated in

the BOQ

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

to the condition that the corresponding change in total contract value does not increase or

decrease by more than 15% keeping the unit rate of individual material and labour

unchanged.

10.Award of work:

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

opening the price bid of only those who qualify and meet the technical requirement.

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

party during evaluation is found technically non responsive.

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

failing which order will be cancelled without further correspondence.

iv) The successful bidder must have to complete survey works within 7(seven ) days from date

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

v) The Sub-station equipments installed shall be under custody of the contractor till the date

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

satisfactory commissioning and charging.

11.All quoted rate should be inclusive of ED, CST, Octori, EDCess, entry tax etc. whichever is

applicable including freight and insurance up to the work site but excluding the WCT & service tax,

Page 10: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

10

which should be shown separately. Rate must be quoted as per price bid at annexure –II. No E-1

transaction is allowed. Price Bid which are not submitted as per format should be rejected.

12.Period of completion :

Package-A :90 days from the date of issue of work order.

Package-B :90 days from the date of issue of work order.

13.Implementation schedule

Package :- A and Package -B

Comprehensive implementation schedule of work for the mentioned works

Sl

no. Description

EXECUTION PERIOD

7d

ay

s

75 d

ay

s

8d

ay

s

1 Signing of

Agreement

2 Survey works

3 Supply, Erection of

equipments

4 Testing &

commissioning

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

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

14.Termination of work order:

15. Terms of Payment:

a. During the currency of the contract, maximum 2(two) nos. of progressive bill will be entertained.

The progressive bill will be for the actual work done including supply & erection of the materials

for which 80% of the billed amount will be paid retaining the balance 20% by APDCL . Final

bill will be paid along with the retained amount after satisfactory completion & commissioning

of the project subject to submission of performance guarantee as per clause (6).

b. All payment shall be made from the office of the CEO,Tezpur Electrical Circle, APDCL,Tezpur.

The bills are to be verified by the concerned SDE, passed by the concerned Asstt. General

Manager and countersigned by the concerned CEO. Progress report against the work must be

enclosed with each bill (format for progress report to be submitted will be supplied along with

the work order).

All Bank Guarantees (BG) submitted along with the bid or to be submitted later as per clause (4)

and (5) of above should be from any branch of nationalized or scheduled Bank of RBI located in

Assam.

Page 11: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

11

16.Project Management and Site Organizations:

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

exercise systematic closely controlled project management system with the aid of commonly used

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

submission to the Board.

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

(II) Work Progress Report:

Progress monitoring by the contractor as per implementation schedule and approved

milestones.

Fortnightly progress report will be submitted to the concern Deputy General Manager,

Senior Manager & Sub-Divisional Engineers.

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

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

remedies, etc.

(III) Site Organization.

The vendor at each working site shall establish the following.

Store house

Site fabrication facilities

Construction supervision office

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

without frequent references to head Work’s/offices.

17.Guarantees and Penalties

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

therefore has to be completed within stipulated/agreed schedule. Any delay beyond that will

attract penalty as per Company’s General condition of supply and erection.

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

a period of 18 (Eighteen) months from date of commissioning of a system in general. In case

of detection of any defect in individual equipment or system as a whole, the same shall be

replaced by the vendor free of cost within 15 days of intimation by the Company’s

representative.

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

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

18.Approvals/Clearances:

1. The CEO,Tezpur Electrical Circle shall approve all site and documents prepared by the

contractor for construction of the Line.

2. GTP and drawings of all equipment/ materials shall be approved by GM, NAZ, APDCL.

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

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

19.Testing & Inspection:

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

works by authorized officer/ Engineers of APDCL before dispatching them to worksite. The contractor

shall intimate the GM,NAZ sufficiently in advance regarding the date of inspection of materials/

equipments at manufacturer’s works. The materials to be dispatched to site only after receipt of

dispatch clearance to be issued by the GM, NAZ after satisfactory testing of the same.

Page 12: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

12

20.Environmental Considerations:

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

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

concerned Authority.

21.Submission of documents.

a) With bids.

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

performance certificate , customer list etc.

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

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

progress report.

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

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

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

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

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

ix) Solvency certificate from Bank

x) Earnest money deposit along with Techno- Commercial bid

xi) Certificate in support of performance of the bidder

b) During project execution

i) All documents for approval shall be submitted in 6 copies.

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

requirement of the authority.

22.Funding of the project. The proposed work is funded under Deposit Work Scheme of PWD

Department ,Govt Of Assam

23. Ceiling on acceptance of bid value

As a deterrent for cartel formation APDCL at its discretion have the right to scrap the tender if

values quoted by all the bidders is above 5% of the estimated cost. Also the price bids whose total

quoted value is below 15% of the estimated cost, the bid is liable to rejected by APDCL.

24.Termination of contract on Contractor’s default

If the Contractor shall neglect to execute the Works with due diligence and expertise or shall refuse

or neglect to comply with any reasonable order given to him, in the Contract by the Engineer in

connection with the works or shall contravene the provisions of the Contract, the owner may give

notice in writing to the contractor to make good the failure, neglect or contravention complained of.

Should the contractor fail to comply with the notice within thirty (30) days from the date of serving

the notice, then and in such case the Owner shall be at liberty to employ other workmen and

forthwith execute such part of the works as the Contractor, may have neglected to do or if the owner

shall think fit, without prejudice to any other right he may have under the Contract to take the work

wholly or in part out of the contractor's hands and re-contract with any other person or persons to

complete the works or any part thereof and in that event the Owner shall have free use of all

Contractor's equipment that may have been at the time on the site in connection with the works

without being responsible to the Contractor for fair wear and tear thereof and to the exclusion of any

right of the contractor over the same, and the Owner shall be entitled to retain and apply any

balance which may otherwise be due on the Contract by him to the contractor, or such part thereof

as may be necessary, to the payment of the cost of executing the said part of the work or of

completing the Works as the case may be. If the cost of completing of Works or executing a part

thereof as aforesaid shall exceed the balance due to the contractor, the contractor shall pay such

excess. Such payment of excess amount shall be independent of the liquidated damages for delay

which the contractor shall have to pay if the completion of works' is delayed.

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

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

Page 13: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

13

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

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

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

period of the contract including guarantee period.

25. Termination of contract on owners’ initiative

The Owner reserves the right to terminate the Contract either in part or in full due to reasons other

than those mentioned under clause entitled "Contractor's Default." The Owner shall in such an event

give fifteen (15) days notice in writing to the Contractor of his decision to do so.

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

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

extent they are selected to the work terminated and terms satisfactory to the Owner, stop all further sub-

contracting or purchasing activity related to the work terminated, and assist the Owner in maintenance,

protection, and disposition of the Works acquired under the Contract by the Owner.

In the event of such a termination, .the Contractor shall be paid compensation, equitable and reasonable,

dictated by the circumstances prevalent at the time of termination.

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

the contractor is a partnership concern and one of the partners dies then unless the Owner is satisfied that

the legal representatives of the individual contractor or of the proprietor of propriety concern and in the

case of partnership, the surviving partners, are capable of carrying out and completing the Contract, the

Owner shall be entitled to cancel the Contract as to its uncompleted part without being in any way liable to

payment of any compensation to the estate of deceased Contractor and/or to surviving partners of the

contractor's firm on account of the cancellation of the contract. The decision of the owner that the legal

representatives of the deceased contractor or surviving partners of the contractor's firm cannot carry out

and complete the contract shall be final and binding on the parties. In the event of such cancellation, the

Owner shall not hold the estate of the deceased Contractor and/or the surviving partner of the Contractor's

firm liable to damages for not completing the Contract.

26.Frustration of contract

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

Contract Act, parties shall be absolved of their responsibility to perform the balance portion of the contract.

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

willful or flagrant breach by the Owner and/or contractor) then the Works under the contract shall be

suspended. Furthermore, if the Owner is unable to make satisfactory alternative arrangements for financing

to the contractor in accordance with the terms of the Contract within three months of the event, the parties

hereto shall be relieved from carrying out further obligations under the Contract treating it as frustration of

the Contract. In the event Performance Bank Guarantee, the parties shall mutually discuss to arrive at

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

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

27.Disclaimer:

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

the contractor shall be responsible to organize and arrange all necessary inputs right from mobilization

activities up to completion of the project. Company will not entertain any failure / delay on such

accounts. Also, Company will not be responsible for any compensation, replenishment, damage, theft etc.

as may be caused due to negligent working, insufficient coordination with Government / non Government

/ Local Authority by the contractor and/ or his personnel deputed for work. The contractor shall take

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

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

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

28. Before submitting the tender the bidder should inspect (if desired) the locations and the scope of work and have

discussion with concerned Sub-divisional Engineer /Asstt. General Manager.

Terms and conditions, which are not specified, herein above will be governed by the APDCL’s General

Conditions of supply and erection in force.

29. If for any reason the last date of receiving and opening of tender or the date of pre-bid discussion is a

declared holiday the next working day will be considered for receiving and opening of bid or pre bid

discussion.

Page 14: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

14

30. In case any clause mentioned in the bid document contradicts of differ any clause of the APDCL’s General

condition of supply and erection the clauses appended in this document shall prevail.

31. Terms and conditions, which are not specified, herein above will be governed by the APDCL’s General

Conditions of supply and erection in force.

APDCL’s General Conditions of supply and erection may be

seen in our official website www.apdcl.gov.in

Page 15: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

15

SECTION- 2

Page 16: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

16

Annexure – I (A)

Tender Proforma part – I (Techno-commercial Bid)

NIT NO. GM/APDCL/NAZ/T-56/ 01 OF 2015-16

1. Name and full address of the Bidder. :

2. Particulars of payment made for Purchase of

tender document in the shape of . :

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

4. Whether Sales Tax clearance : Yes / No

certificate submitted

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

6. Acceptance of guarantee clause of :

Materials /equipment and system

Installed individually and for integrated

Operation.

7. Acceptance of penalty clause :

8. Acceptance of terms of payment :

9. Certificate/ documents regarding adequate :

Experience of doing similar job

10. Details of work presently in hand with amount :

(Awarded by APDCL and other successor

Companies of ASEB)- a separate sheet if

Required may be enclosed.

11. Details of manpower and T&Ps including :

Vehicles available with the firm to be

Enclosed separately.

12. List of documents enclosed :

.

a) ….

b) ….

c) ….

Signature with full name

and designation of bidder or

his/her authorised representative

with seal

Page 17: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

17

Required qualification

Annexure- I(B)

Sl

No. Qualification Requirement

Furnished

at

Annexure

Page Remark

A LEGAL

1 Document in support of legal status of firm

2 Memorandum of Association &Registered/Notorised Joint

venture Agreement if JV

3 Registered/Notorised power of attorney of the signatory of

the Bidder to participate in the Bid in case of JV

4 Board resolution of the company to authorizing the

signatory in case of company

5

Information regarding any litigation, current or during the

last five years, in which the Bidder is involved, the parties

concerned, and disputed amount

6 Valid Electrical Contractor's License

7 Valid Electrical & Supervisory License

8 VAT/CST/WCT/Service Tax registration certificate

9 Provident Fund Registration Certificate

B Financial

1 Audited Balance sheet, Profit & Loss account, Auditor’s

report for last three year

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

years.

3

Evidence of adequacy of working capital for this contract

(access to line (s) of credit and availability of other

financial resources)

4 Authority to seek references from the Bidder's Bankers

5 Income Tax return for last 3(three) years

6 Value of similar work performed by the bidder in each of

the last five years - Statement

7 Proposals for subcontracting components of the Works

amounting to more than 10 percent of the Contract Price

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

Call Deposit)

C Technical ability and experience

1

Experience in works of a similar nature and volume for

each of the last 5(five) years and details of works under

way or contractually committed including full address of

client for communication- Statement

2

Certificates issued by an Engineer not below the Cadre of

Deputy General Manager/SE along with supporting photo-

copies of agreements for the works executed in any one

year (12 months)

3

Detailed activity plan and methodology supported with

layout and necessary drawings and calculations (detailed) to

allow the employer to review their proposals.

4 Quality Assurance plan with Bar Chart

5 List of technical personnel and their qualification and

experience with organisation chart

6 Proof of availability of the tools, tackles, spare parts, etc.

for carrying out the works.

D Technical particulars of equipments and Materials

offered in the Bill of Material and their GTPs

Page 18: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

18

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

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

Sl.No. Name of the work Order No Contract

value Scheme

Stipulated date of

completion

Present

Status

1

2

3

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

Bidder’s Information

Bidder’s legal name

In case of JV, legal name

of each partner

Bidder’s country of

constitution

Bidder’s year of

constitution

Bidder’s legal address in

country of constitution

Bidder’s authorized

representative

(name, address, telephone

numbers, fax numbers, e-

mail address)

Attached are copies of the following original documents.

1. In case of single entity, articles of incorporation or constitution of the legal entity named above, in

accordance with ITB 4.1 and 4.2.

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

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

4. In case of a government-owned entity, any additional documents not covered under 1 above required to

comply with ITB 4.5.

FINANCIAL SITUATION (FIN-1)

Each bidders or member of JV must fill in this form

Financial Data for Previous 3 Years [Rs in lakhs]

Year 1: Year 2: Year 3:

Information from Balance Sheet

Page 19: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

19

Total Assets

Total Liabilities

Net Worth

Current Assets

Current Liabilities

Information from Income Statement

Total Revenues

Profits Before Taxes

Profits After Taxes

Attached are copies of financial statements (balance sheets including all related notes, and income statements)

for the last three years, as indicated above, complying with the following conditions.

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

companies.

Historic financial statements must be audited by a certified accountant.

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

Historic financial statements must correspond to accounting periods already completed and audited (no

statements for partial periods shall be requested or accepted).

Form FIN - 2: Average Annual Turnover

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

Annual Turnover Data for the Last 3 Years

Year Amount (Rs. In lakhs)

Average Annual Turnover

The information supplied should be the Annual Turnover of the Bidder or each member of a JV in terms of the amounts

billed to clients for each year for contracts in progress or completed in ₹(Rupees).

Page 20: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

20

Form FIN – 3: Financial Resources

Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit, and other financial

means, net of current commitments, available to meet the total construction cash flow demands of the subject contract or

contracts as indicated in Section 3 (Evaluation and Qualification Criteria)

Financial Resources

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

1

2

3

4

Details of Different Packages :

Package-A:

1. Details of work; a) Construction of 11 KV lines /LT lines and substation of the portion

Mission Chariali to Rupam Petrol Pump= 2.5 KM

Package –B :

b) Construction of 11KV and LT Lines of the portion

Rupam Petrol Pump to ASTC Bus Stand= 4.0 KM

Page 21: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

21

SECTION- 3

BILL OF QUANTITY & PRICE BID

SCHEDULE

Page 22: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

22

NIT-1 of 2015-16 Price Bidding Schedule

Package:- A Construction of new 11 KV and LT line for widening of PWD road and substation from Mission Chariali to Rupam Petrol Pump

Sl No Description of item Unit Qty.

Supply of materials Erection of materials Total of supply

and erection

(Rs.)

Work contract Tax @

5% on 9 (Rs.)

Service Tax @

14% on 8 (Rs.)

Grand Total (Rs.) Unit price

of item, inclusive

of E.D., F&I up to work site

(Rs.)

Total amount

(Rs.)

Unit erection/installation

charges (Rs.)

Total Erection cost (Rs.)

1 2 3 4 5 6=(4 x 5) 7 8=(4 x 7) 9=(6+8) 10=(9 x

5%) 11=8 x

14% 12=9+10+11

1 Steel Tubular Pole SP-60 No. 68

2 Channel Cross Arm 75x40x6x2200 mm No. 88

3 Channel Cross Arm (100x50x6x2200mm) No. 14

4 11 KV channel cross Arm (75x40x6mm) No. 44

5 11 KV Polymer pin insulator No. 140

6 11 KV Polymer Disc insulator No. 72

7 Tension clamp for Raccon conductor Set. 72

8 HT stay set Set. 12

9 HT Guy Insulator No. 12

10 Stay wire 7/10 SWG KG 100

11 LT Angle Cross Arm No. 272

12 Pole Clamp (U Type) No. 332

13 Pole Top Cleat No. 44

14 Transformer 100 KVA No. 4

15 11 KV Gang set 150 Amps No. 6

16 11 KV DO set No. 6

17 CI Earth Pipe No. 26

18 GI Wire 8 SWG KG 2000

19 “Raccon” conductor KM 9

20 Weasel conductor KM 11

21 LT Shackle insulators No. 148

22 Shackles fittings Set. 148

23 LT Pin Insulator with GI Pin No. 136

24 11 KV Lighting Arrester Set. 4

Page 23: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

23

Total Rs.

Rupees …………………………………………………………………………………………………………….. only

Seal & Signature of Bidde

25 11 KV Danger Plate No. 60

26 M.S. pole Clamp No. 110

27 Grouting of Steel tubular pole No. 68

Page 24: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

24

NIT-1 of 2015-16 Price Bidding Schedule

Package:- B Construction of new 11 KV and LT line for widening of PWD road from Rupam Petrol Pump to ASTC bus stand.

Rupees ………………………………………………………………………… only

Seal & Signature of Bidder

Sl No Description of item Unit Qty.

Supply of materials Erection of materials Total of supply

and erection

(Rs.)

Work contract

Tax @ 5% on 9

(Rs.)

Service Tax @

14% on 8 (Rs.)

Grand Total (Rs.) Unit price

of item, inclusive

of E.D., F&I up to work

site (Rs.)

Total amount

(Rs.)

Unit erection/installation charges

(Rs.)

Total Erection cost (Rs.)

1 2 3 4 5 6=(4 x 5) 7 8=(4 x 7) 9=(6+8)

10=(9 x 5%)

11=8 x 14%

12=9+10+11

1 SP 66 Tubular Pole Nos. 44

2 MS Angel, 50x50x6x5000mm Nos. 25

3 MS Channel, 100x4x6x2200mm Nos. 30

4 11 KV Polymeric disc insulator 70 KN Nos. 24

5 LT Shackle insulator Nos. 148

6 Hardware fitting for disc Set. 12

7 11 KV Polymeric pin insulator Set. 132

8 AAA Rabit conductor KM 0.50

9 AAA Raccon conductor KM 0.50

10 Stay Wire KG 40

11 HT Stay Set Set. 10

12 GI wire, 8 SWG KG 2000

13 11 KV danger plate No. 10

14 Grouting of Steel tubular pole No 44

Total Rs.

Page 25: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

25

SECTION -4

GENERAL REQUIREMENTS

Page 26: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

26

GENERAL REQUIREMENTS

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

1.0 QUALITY ASSURANCE PLAN

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

for rejection. Information shall be separately given for individual type of equipment offered.

i) The structure of organization

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

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

iv) The system for ensuring quality of workmanship

v) The quality assurance arrangements shall confirm to the relevant requirement of ISO 9001 on ISO 9002 as

applicable.

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

according to which the raw material are tested, list of tests normally carried out on raw material in the presence of

suppliers representative, copies of test certificates.

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

viii) List of manufacturing facilities available

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

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

and details of such test and inspection.

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

limitation, if any vis-à-vis the type. Special acceptance and routine tests specified in the relevant standards. These

limitations shall be very clearly brought out in "Schedule of Deviations" from the specified test requirement.

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

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

furnished along with the offer.

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

iii) Quality Assurance Plant (QAP) with hold points for purchasers inspection. QAP and purchasers hold points shall

be discussed between the purchaser and contractor before the QAP is finalized.

The contractor shall submit the routine test certificates of bought out accessories and central excise asses for raw

material at the time of routine testing if required by the purchaser and ensure that the quality assurance requirements of

specification are followed by the sub-contractor.

1.3 The Quality Assurance Programme shall give a description of the Quality System and Quality Plans with the

following details.

i) Quality System

The structure of the organization.

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

The system of purchasing, taking delivery of verification of materials

The system of ensuring of quality workmanship.

The system of control of documentation.

The system of retention of records.

The arrangement of contractor internal auditing.

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

procedures shall be made readily available to the purchaser for inspection on request.

ii) Quality Plans

An outline of the proposed work and program sequence.

The structure of contractor’s organizations for the contract.

The duties and responsibilities ensuring quality of work.

Hold and notification points.

Submission of engineering documents required by this specification.

The inspection of the materials and components on request.

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

Inspection during fabrication /construction.

Final inspection and test.

2.0 Inspection

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

places of manufacture, where insulator, and its component parts shall be manufactured and the representatives shall

have full facilities for unrestricted inspection of the Contractor's and sub-Contractor's works, raw materials,

manufacture of the material and for conducting necessary test as detailed herein.

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

specification. The Owner shall select samples at random from the packed lot for carrying out acceptance tests.

Page 27: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

27

Insulators shall normally be offered for inspection in lots not exceeding 5000 nos. the lot should be homogeneous and

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

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

material in their various stages so that arrangements could be made for inspection.

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

unless the inspection is waived off by the Owner in writing. In the latter case also the material shall be dispatched

only after satisfactory testing for all tests specified herein have been completed.

2.5 The acceptance of any quantity of material shall be no way relieve the Contractor of his responsibility for meeting all

the requirements of the specification and shall not prevent subsequent rejection, if such material are later found to be

defective.

3.0 Additional Tests

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

Contractor's premises, at site, or in any other place in addition to the type, acceptance and routine tests specified in

these bidding documents against any equipments to satisfy himself that the material comply with the Specifications.

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

samples drawn from the site at Contractor's premises or at any other test center. In case of evidence of noncompliance,

it shall be binding on the part of the Contractor to prove the compliance of the items to the technical specifications by

repeat tests or correction of deficiencies, or replacement of defective items, all without any extra cost to the Owner.

4.0 Test Reports

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

returned duly certified by the Owner only after which the commercial production of the concerned materials shall start.

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

by the Owner, only after which the material shall be despatched.

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

representative.

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

verification as and when desired by the Owner.

5.0 List of Drawings and Documents:

5.1 The bidder shall furnish the following along with bid.

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

ii) Technical leaflets (users manual) giving operating instructions.

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

The manufacturing of the equipment shall be strictly in accordance with the approved drawings and no deviation shall

be permitted without the written approval of the purchaser. All manufacturing and fabrication work in connection with

the equipment prior to the approval of the drawing shall be at the supplier's risk.

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

correctness and correct interpretation of the drawings for meeting the specification.

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

conform in all respects to high standards of engineering, design, workmanship and latest revisions of relevant standards

at the time of ordering and purchaser shall have the power to reject any work or materials which, in his judgment is not

in full accordance therewith.

5.3 The successful Bidder shall within 2 weeks of notification of award of contract submit three sets of final versions of all

the drawings as stipulated in the purchase order for purchaser's approval. The purchaser shall communicate his

comments/approval on the drawings to the supplier within two weeks. The supplier shall, if necessary, modify the

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

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

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

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

5.4.2 The acceptance test certificates in case pre-dispatch inspection or routine test certificates in cases where inspection is'

waived shall be got approved by the purchasers.

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

relevant IS specification with the approval of the purchaser.

Page 28: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

28

SECTION – 5

FORMS OF BID

Page 29: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

29

FORMA OF BANK GUARANTEE FOR BID GUARANTEE/SECURITY

(To be stamped in accordance with Stamp Act)

The non-Judicial stamp paper should be in the name of issuing bank

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

Date…………………….

To

The Chief General Manager (PP&D)

Assam Power Distribution Company Ltd.

Bijulee Bhawan, Paltanbazar

Guwahati-1

Dear Sirs/ Madam,

In accordance with invitation to bid under your Bid No………………. M/s………………. having its Registered/ Head Office

at ……………..( hereinafter called the ‘Bidder’) wish to participate in the said Bid or ………………… and you, as a special

favour have agreed to accept an irrevocable and unconditional Bank Guarantee for an amount of ……………….. valid

upto……………………. On behalf of Bidder in lieu of the Bid deposit required to be made by the bidder, as a condition

precedent for participation in the Said Bid.

We, the …………………. Bank at …………………… have our Head Office at…………..( local address) guarantee and

undertake to pay immediately on demand by Assam Power Distribution Company Limited, the Amount of

……………………………………………

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

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

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

The Guarantee shall be irrevocable and shall remain valid up to and including …………. @....................... if any further

extension of this guarantee is required, the same shall be extended to such required period ( not exceeding one year) on

receiving instruction from M/s ………… … ………. on whose behalf this guarantee is issued.

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

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

WITNESS

……………………… …………………….

(Signature) ( Signature)

…………………….. ……………………

(Name) (Name)

……………………. ……………………

( Official Address) (Official Address)

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

Page 30: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

30

PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE

(To be stamped in accordance with Stamp Act)

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

Date…………………….

To

The Chief General Manager (PP&D)

Assam Power Distribution Company Ltd.

Bijulee Bhawan, Paltanbazar

Guwahati-1

Dear Sirs/ Madam,

In consideration of Assam Power Distribution Company Ltd., (herein after referred to as the ‘Owner’ which expression shall

unless repugnant to the context or meaning thereof include its successors, administrators and assigns) having awarded to

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

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

executors and assigns), a Contract by issued of Owner’s Letter of Award No…………… dated……………….. and the same

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

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

being(%) (Percent *) of the said value Contract to the Owner.

We………………………………………………………………………………………….. (Name & Address) having its Head

Office at …………………( hereinafter referred to as the “ Bank” , which expression shall, unless repugnant to the context or

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

owner, on demand any all monies payable by the contractor to be extent of …………………. As aforesaid at any time up to

………………………..**( day/month/year) without any demur, reservation , contest , recourse or protest and / or without any

reference to this contractor. Any such demand made by the owner on the bank shall be conclusive and binding

notwithstanding any difference between the Owner the Contractor or any dispute pending before any Court, Tribunal,

Arbitrator or any other authority . The bank undertakes not to revoke this guarantee during its currency without previous

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

discharges this guarantee.

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

to time to extend the time for performance or the contract by the contractor. The owner shall have the fullest liberty, without

affecting this guarantee, to postpone from time to time the exercise of any power vested in them or of any right which they

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

enforce any covenants, contained or implied, in the contract between the owner and the contractor or any other course or

remedy or security available to the owner. The Bank shall not be released to its obligations under these presents by any

exercise by the owner of its liberty with reference to the matters aforesaid or any of them or by reason of any other act of

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

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

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

debtor, in the first instance without proceeding against the contractor and not withstanding any security or other guarantee the

owner may have in relation to the Contractor’s liabilities.

Notwithstanding anything contained herein above our liability under this guarantee is restricted to ……………………. And it

shall remain in force up to an including …………………….. and shall be extended from time to time for such period( not

exceeding 1 year) as may be desired M/s………………………………………………………….on whose behalf this

guarantee has been given.

Dated this……………………. Day of ……………………….. 20……………… at…………

WITNESS

……………………………. ………………………

(Signature) (Signature)

…………………………… ……………………..

(Name) (Name)

………………………….. ……………………..

Page 31: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

31

(Official address) (Official address)

Attorney as per power

Of Attorney No…………..

Date……………………..

Notes

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

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

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

Page 32: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

32

PROFORMA OF EXTENSION OF BANK GUARANTEE

Ref………………………….. Date…………………….

To

The Chief General Manager (PP&D)

Assam Power Distribution Company Ltd.

Bijulee Bhawan, Paltanbazar

Guwahati-1

Dear Sirs/ Madam,

Sub: Extension of Bank Guarantee No……………….. for Rs…………………. Favouring yourselves , expiring on

…………………. On account of M/S………………………….. in respect of contract no……………………. dated

…………….. ( hereinafter called original Bank Guarantee).

At the request of M/s ……………………… we …………………… bank, branch office at ………………….. and having its

Head Office at ………………………. Do hereby extend our liability under the above mentioned Bank Guarantee

No………………… dated………………………for a further period of ……………………… ( Years/ Months)

from………………….. to expire on………………….. expect as provided above, all other terms and conditions of the

original Bank Guarantee No………………………. dated ………………. Shall remain unaltered and binding.

Please treat this as an integral part of the original Bank Guarantee to which it would be attached.

Yours faithfully

For………………………………

Manager/ Agent/Accountant …………………..

Power of attorney No……………………

Dated……………………………………

SEAL OF BANK

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

Guarantee.

Page 33: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

33

PROFORMA OF BANK GUARANTEE FOR ADVANCEPAYMENT

( To be stamped in accordance with Stamp Act )

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

Date…………………….

To

The Chief General Manager (PP&D)

Assam Power Distribution Company Ltd.

Bijulee Bhawan, Paltanbazar

Guwahati-1

Dear Sirs/ Madam,

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

unless repugnant to the context or meaning thereof include its successors, administrators and assigns) having awarded to

M/s…………………………… hereinafter referred to as the ‘Contractor’ which expression shall unless repugnant to the

context or meaning thereof , include its successors, administrators, executors and assigns), a Contract by issue of Owner’s

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

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

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

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

above contract amounting ……………………………… (in words and figures) as an advance against Bank Guarantee to be

furnished by the Contractor.

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

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

administrators, executors and assigns) do hereby guarantee and undertake to pay the owner , immediately on demand any or,

all monies payable by the contractor to the extent of ………………..as aforesaid at any time upto…………………….. (a….)

without any demur, reservation, contest, recourse or protest and/or without any reference to the contractor. Any such demand

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

Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other authority. We agree that the guarantee

herein contained shall be irrevocable and shall continue to be enforceable till the owner discharge this guarantee.

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

to time to vary the advance or to extent the time for performance of the contract by the Contractor. The Owners shall have the

fullest liberty without affecting this guarantee, to postpone from time to time the exercise of any power vested in them or of

any right which they might have against the Contractor and to exercise the same at any time in any manner, and either to

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

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

exercise by the owner of its liberty with reference to the matter aforesaid of any of them or by reason of any other act or

forbearance or other acts of omission or commission on the part of the owner or any other indulgence shown by the owner or

by any other matter or thing whatsoever which under law would be for this provision have the effect of relieving the Bank.

The Bank also agrees that the Owner at its option shall be entitled to enforce this guarantee against the Bank as a principal

debtor, in the first instance without proceeding against the contractor and not withstanding any security or other guarantee

that the owner may have in relation to the contractors liabilities.

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

upto an including ……………………….( @ and shall be extended from time to time for such period ( not exceeding 1 year

as may be desired by M/s…………………………………………………………………...dated this ………. Day of

……………….. 20……. At……………………………..

WITNESS……………………………………..

……………………………… …….………………………..

(Signature) (Signature)

……………………………. ………………………………

Page 34: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

34

(Name) (Name)

…………………………..….

(Designation)

(Official Address) (With Bank Stamp)

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

Strike whichever is not applicable

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

Page 35: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

35

PROFORMA OF “AGREEMENT”

(To be executed on non-Judicial stamp paper)

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

Company Ltd. having its head office at Bijulee Bhawan, Paltanbazar, Guwahati-1 ( hereinafter referred to as ‘Owner’ or

‘APDCL’, which expression shall include its administrators, successors and assign on one part and (hereinafter referred to as

the ‘Contractors ‘X’ ( Name of the contracting Co.) which expression shall include its administrators, successors, executors

and permitted assigns) on the other part.

WHEREAS APDCL desirous of …………………….. in ……………. Circle associated with APDCL at

……………….(District) invited Bids for…………………………………………….. ………………………………. (Briefly

describe scope of works) for the first state of the project as per its Bid Specification No………………………………

AND WHEREAS……………………….”X” ………………………. Had participated in the above referred Bidding vide

their proposal No……………………. dated………………. And awarded the Contract to……………..” X”…………….. on

terms and conditions documents referred to therein which have been acknowledged

by……………….”X”…………………..resulting into a “Contract”

NOW THEREFORE THIS DEED WITNESS AS UNDER:-

1.0 Article

1.1 Award of Contract

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

contained in its letter of Award No…….. ………. Dated…………… and the documents referred to therein. The award has

taken effect from aforesaid letter of award. The terms and expression used in this agreement shall have the same meaning as

are assigned to them in the ‘Contract Documents’ referred to in this succeeding Article.

2.0 Documentation

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

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

i) Section 1-11 of the Bidding Document.

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

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

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

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

to the bidding documents and what has been specifically agreed to by the Owner in its letter of Award. Any matter

inconsistent therewith, contrary or repugnant thereto or any deviations taken by the Contractor in its ‘Proposal’ but not agreed

to specially by the Owner in its Letter of Award shall be deemed to have been withdrawn b y the Contractor. For the sake of

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

3.0 Conditions & Covenants

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

Liquidated Damage, Performance Guarantees and all other terms and conditions are contained in APDCL’s Letter of Award

No………........... dated……………… read in conjunction with other aforesaid contract documents. The contract shall be

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

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

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

contract Documents, but which are needed for successful, efficient, safe and reliable operation of the equipment unless

otherwise specifically excluded in the specifications under ‘exclusions’ or ‘Letter of Award’.

3.3 Time Schedule

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

with the agreed schedules.

3.4 Quality Plans

3.4.1 The Contractor is responsible for the proper execution of the Quality Plans mentioned in Section 4.8 of GTC. The work

beyond the customer’s hold points will progress only with the owners consent. The Owner will also undertake quality

surveillance and quality audit of the Contractor’s /Sub-contractor’s works, systems and procedures and quality control

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

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

compliance with the contract requirements.

Page 36: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

36

3.4.2 The contractor also agrees to provide the Owner with the necessary facilities for carrying out inspection, quality audit

and quality surveillance of contractors and its Subcontractor’s Quality Assurance Systems and Manufacturing Activities.

These shall include but not limited to the following:

Relevant plant standards, drawing and procedures;

Detailed Quality Assurance System manuals for manufacturing activities.

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

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

It is expressly agreed to by the contractor that the quality test and inspection by the owner shall not in any way relief the

contractor of its responsibilities for quality standards and performance guarantee and their other obligations under the

Agreement. 3.4.4 “X’ agrees to submit quality Assurance Documents to APDCL for review and record after completion and

within 3 weeks of dispatch of material.

The package will include the following :

Factory test result, inspection report for testing required by this contract or applicable codes and standards.

Two copies of inspection reports duly signed by Quality Assurance personnel of both APDCL and “X” for the

agreed customer hold points.

Report of the rectification works where and if applicable.

3.5 It is expressly agreed to by the Contractor that notwithstanding the fact that the Contract is termed as Supply-cum-

Erection Contract or indicates the break-up of the Contract consideration, for convenience of operation and for payment of

sale tax on supply portion, it is in fact one composite Contract on single source responsibility basis and the Contractor is

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

to be breach of the entire Contract.

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

parameters as stipulated in the technical specifications (Section

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

equipment package or alternatively accept it on the terms and conditions and subject to levy of the liquidated damages in

terms of Contract documents. The amount of liquidated damages so leviable shall be in accordance with the contract

document and without any limitation.

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

restrict the owner’s equipment right to recover the damages/compensation due to shortfall in the equipment performance

figures as stated in Para 3.6 above or under any other clause of the agreement. The amount of damages/compensation shall be

recoverable either by way of deduction from the contract price, contract performance guarantee and or otherwise. The

contract performance guarantee furnished by the contractor is irrevocable and unconditional and the owner shall have the

power to invoke it notwithstanding any dispute or difference between the owner and the contractor pending before any court

tribunal, arbitrator or any other authority.

3.8 This Agreement constitutes full and complete understanding between the parties and terms of the payment. It shall

supersede all prior correspondence terms and conditions contained in the Agreement. Any modification of the agreement shall

be effected only by a written instrument signed by the authorized representative of both the parties.

4.0 SETTLEMENT OF DISPUTES

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

subject matter of the agreement shall be decided by process of settlement and Arbitration as specified in clause 41 of the

General Condition of the Contract and provision of the Indian Arbitration Act, 1996 shall apply. Guwahati Courts alone shall

have exclusive jurisdiction over the same.

4.2 NOTICE OF DEFAULT

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

and properly served upon the parties hereto if delivered against acknowledgement or by telex or by registered mail with

acknowledgements due addressed to the signatories at the addresses mentioned at Guwahati.

IN WITNESS WHEROF, the parties through their duly authorized representatives have executed these presents (execution

where of has been approved by the competent authorities of both the parties) on the day, month and year first above

mentioned at Guwahati .

WITNESS:

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

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

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

Page 37: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

37

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

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

placed on single party/two different parties this clause is to be modified suitably while signing the contract

agreement to be signed separately for two awards to incorporate cross fall breach clause.

Page 38: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

38

FORM OF POWER OF ATTORNEY FOR JOINT VENTURE

(On Non-judicial Stamp Paper of Appropriate value to be Purchased in the Name of

Joint Venture)

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

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

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

………………………………………………………………………………………………………….....(herein after called

the 'Joint Venture' which expression shall unless repugnant to the context or meaning thereof, include its successors,

administrators and assigns) acting thorough M/S………………

………………………………………………………………………….. being the Partner in-charge do hereby' constitute,

nominate and appoint M/S…………………………………… ………………………………..a Company incorporated under

the laws of arid having its Registered/Head Office at..as our duly 'constituted lawful Attorney (hereinafter called "Attorney"

or" Authorized Representative" or "Partner In-charge") to exercise all or any of the powers for and on be.ha1f of, the Joint

Venture in regard* to ---------------------(Name of the Package) (Specification No.-------------------------) of Assam Power

Distribution Company Ltd. Bijulee Bhawan, Paltan Bazar, GUWAHATI (hereinafter called the "Owner"). and the bids for

which' have been invited by the Owner, to undertake the following acts:

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

Venture”.

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

sign the Contract with the Owner for and on behalf of the "Joint Venture'.

iii) To do any other act or submit any document rated to the above.

iv) To receive, accept and execute .the Contract for and on behalf of the "Joint Venture".

It is clearly understood that the Partner In-charge (Lead Partner) shall ensure performance of the Contract(s) and if one or

more Partner fail to perform their respective portion of the Contract(s), the same shall be deemed to be a default by all the

Partners.

It is expressly understood that this Power of Attorney shall remain valid binding and irrevocable till completion of the Defect

Liability Period in terms of the Contract.

The Joint Venture hereby agrees and undertakes to ratify and confirm all the above whatsoever the said Attorney/ Authorized

Representative/Partner In-charge quotes in the bid, negotiates and signs the Contract with the Owner and/or proposes to act on

behalf of the joint Venture by virtue of this Power of Attorney and the same shall bind the Joint Venture as if done by itself.

* Strike which is not applicable.

IN WITNESS THEREOF the Partners Constituting the Joint Venture as aforesaid have executed these presents on

this …………….. day of ……………....... under the Common Seal(s) of their Companies.

for and on behalf of

the Partners of Joint

Ventures

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

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

Page 39: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

39

WITNESS

1. Signature _________________________

Name___________________________

Designation_______________________

Occupation ________________________

2. Signature _________________________

Name___________________________

Designation_______________________

Occupation ________________________

Page 40: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

40

FORM OF JOINT VENTURE AGREEMENT

(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE TO BE PURCHASED IN THE NAME OF

JOINT VENTURE)

PROFORMA OF JOINT VENTURE AGREEMENT BETWEEN ______________________

______________________________ AND ____________________________________________

FOR BID SPECIFICATION No_______________________________OF ASSAM POWER DISTRIBUTION COMPANY

LTD.

THIS Joint Venture agreement executed on this _____day of ______________Two thousand eight and between M/S

_________________________________________________ a Company incorporated under the laws of

_______________________________ and having its registered office at __________________________________

_____________________________ (herein after called the “Lead Partner” which expression shall include its successors,

executors and permitted assigns) and M/S _______________________________________________ a Company

incorporated under the laws of _______________________________ and having its registered office at

________________________________________________________________ (herein after called the “Partner” which

expression shall include its successors, executors and permitted assigns) for purpose of making a bid and entering into a

contract* (in case of award) for Construction of _______________________________(name of the package) against the

specifications No._____________________ of APDCL BIJULEE BHAWAN, PALTAN BAZAR, GUWAHATI –

781001, an Electricity Distribution Company registered under Indian Electricity Act, 2003 having its registered office at

Bijulee Bhawan, Paltan Bazar, Guwahati – 781001 (herein after called the “Owner”)

WHEREAS the Owner invited bids as per the above mentioned Specification for the design manufacture, supply and

erection, testing and commissioning of Equipment/Materials stipulated in the bidding documents under subject Package*

For_________________ (Package Name) (Specification No.:_____________________)

AND WHEREAS Annexure – A (Qualification Requirement of the Bidder). Section-4, forming part of the bidding

documents, stipulates that a Joint Venture of two or more qualified firms as partners, meeting the requirement of Annexure-A,

Section 4 as applicable may bid, provided the .Joint Venture fulfills all other requirements of Annexure-A, Section 4 and in

such a case, the BID shall be signed by all the partners so as to legally bind all the Partners of the .Joint Venture, who will be

jointly and severally liable to perform the Contract and all obligations hereunder .

* Strike which is not applicable.

The above clause further states that the Joint Venture agreement shall be attached to the bid and the contract performance

guarantee will be as per the format enclosed with the bidding document without any restriction or liability for either party.

AND 'WHEREAS the bid has been submitted to the Owner vide proposal

No ................................. dated ........................................................... by Lead Partner based on the Joint Venture agreement

between all the Partners under these presents and the bid in accordance with the requirements of Annexure-A (Qualification

Requirements of the Bidders), Section -4 has been signed by all the partners.

NOW THIS INDENTURE WITNESSETH AS UNDER:

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

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

we, the Partners to the Joint Venture agreement do hereby agree that M/S__________________ shall act as Lead Partner

and further declare and confirm that we shall jointly and severally be bound unto the Owner for the successful

performance of the Contract and shall be fully responsible for the design, manufacture, supply, and successful

performance of the equipment in accordance with the Contract.

2. In case of any breach of the said Contract by the Lead Partner or other Partner(s) of the

Joint Venture agreement, the Partner(s) do hereby agree to be fully responsible for the successful performance of the

Contract and to carry out all the obligations and responsibilities under the Contract in accordance with the requirements

Page 41: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

41

of the Contract.

3. Further, if the Owner suffers any loss or damage on account of any breach in the

Contract or any shortfall in the performance of the equipment in meeting the performance guaranteed as per the

specification in terms of the Contract, tile Partner(s) of these presents undertake to promptly make good such loss or

damages caused to the Owner, on its demand without any demur. It shall not be necessary or obligatory for the Owner

to proceed against Lead Partner to these presents before proceeding against or dealing with the other Partner(s)

4. The financial liability of the Partners of this Joint Venture agreement to the Owner,

with respect to any of the claims arising out of the performance of non-performance of the obligations set forth in the

said Joint Venture agreement, read in conjunction with the relevant conditions of the Contract shall, however, not be

limited in any way so as to restrict or limit the liabilities of any of the Partners of the Joint Venture agreement.

5. It is expressly understood and agreed between the Partners to this Joint Venture

agreement that the responsibilities and obligations of each of the Partners shall be as delineated in Appendix-I (*To be

incorporated suitably by the Partners) to this agreement. It is further agreed by the Partners that the above sharing of

responsibilities and obligations shall not in any way be a limitation of joint and several responsibilities of the Partners

under this Contract.

6. This Joint Venture agreement shall be construed and interpreted in accordance with the

laws of India and the courts of Delhi shall have the exclusive jurisdiction in all matters arising there under.

7. In case of an award of a Contract, We the Partners to the Joint Venture agreement do

hereby agree that we shall be jointly and severally responsible for furnishing a contract performance security from a

bank in favour of the Owner in the forms acceptable to purchaser for value of 10% of the Contract Price in the

currency/currencies of the Contract.

8. It is further agreed that the Joint Venture agreement shall be irrevocable and shall form

an integral part of the Contract, and shall continue to be enforceable till the Owner discharges the same. It shall be

effective from the date first mentioned above for all purposes and intents.

IN WITNESS WHEREOF, the Partners to the Joint Venture agreement have through their authorised representatives

executed these presents and affixed Common Seals of their companies, on the day, month and year first mentioned above.

IN WITNESS WHEREOF, the Partners to the Joint Venture agreement have through their authorized representatives

executed these presents and affixed Common Seals of their companies, on the day, month and year first mentioned above.

1. Common Seal of_________________ For Lead Partner

has been affixed in my/our presence

pursuant to the Board of Director's (Signature of authorized

resolution dated________________ representative)

Name

Signature

Designation

Name Common Seal of the Company

Designation

2. Common Seal of_________________ For Other Partner

has been affixed in my/our presence

pursuant to the Board of Director's (Signature of authorized

Page 42: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

42

resolution dated_______________ representative)

Name

Signature

Designation

Name Common Seal of the Company

Designation

WITNESSES

1. Name . (Signature)

(Official address)

2. Name . (Signature)

(Official address)

Page 43: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

43

SECTION 6

TECHNICAL SPECIFICATION CLIMATIC AND ISOCERAUNIC CONDITIONS

Page 44: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

44

The climatic and isoceraunic conditions at site under which the materials /equipment shall operate satisfactorily are as

follows:-

a) Maximum temperature of air in shade: 40º C

b) Minimum temperature of air in shade: 2º C

c) Maximum Humidity: 93 %

d) Isoceraunic level: 60

e) Average of rainy days per annum: 150

f) Average number of days of thunderstorm per annum: 25

g) Average number of days of dust storm per annum: 10

h) Average annual rainfall: 2280 mm

i) Number of months of tropical monsoon per annum: 5 (May to Sept.)

j) Maximum wind pressure: 150Kg/sq. m.

k) Altitude (above mean sea level): 50 to 250m

a. The reference ambient temperatures assumed for the purpose of this specification are:

a) Maximum ambient temperature: 45ºC

b) Maximum average daily ambient temperature: 35ºC

c) Maximum average yearly ambient temperature: 30º C

6.1 TECHNICAL SPECIFICATION FOR EXECUTION OF WORK

(FOR 33KV AND 11 KV LINES)

1.0 SCOPE : ERECTION OF 33 KV AND LINES WITH 9.75 M PSC POLES

The scope covers the survey of the proposed route, tree clearance wherever necessary transport of materials to the locations,

erection of the line testing of the line and handing over to the APDCL as per specification. Materials such as steel, cement,

PSC Poles, top cleats, clamps, washers, earth wires, HBG metal, sand, water, cost of bolts and nuts etc., as given in

Annexure-1 are to be procured by the contractor cost of which shall be included in the bid.

1.1 General :The Contractor should be well acquainted with the IE Rules 1956 as amended from time to time and with the Indian

Telegraph Act 1889 so that necessary provisions therein may be followed.

1.2 ELECTRICAL CLEARANCE

As per Indian Electricity Rules, 1956 ( amended version )

Sl. No. Particulars 33 KV line 11 KV Lines

1 Minimum height of any conductor of

an overhead line across any street

6.4 metres 6.1M

2 Minimum height of any conductor of

an overhead line along any street

6.1 metres 5.8M

3 Minimum height of any conductor

(bare )of an overhead line erected

elsewhere

5.2 metres 4.6M

4 Minimum height of any conductor

(insulated )of an overhead line erected

elsewhere

4.0 metres 4M

5 Minimum Clearance of an overhead

line from building

3.7mtr. (vertical

)

2.0 mtr. (

horizontal)

Same

6 Clearance between over-head line and

communica-tion line

2.130 meters 1.525M

7 Minimum Clearance from another line 0.270 meters 0.180M

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

9 Span 50 m 50M

10 Minimum clearance between LT line

with 11 KV & 33 KV

6.1 6.2 2.44M

1.3 SURVEY OF THE ROUTE

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

the concluded agreement.

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

indicated in the schedule and mark the locations and submit a detailed route map to the Engineer in charge of the work

within 30 days for approval. In the course of surveying by the contractor, any conspicuous variations in the change and

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

notice of the APDCL Engineer. The APDCL Engineer if considered necessary shall make alterations, which shall be carried

Page 45: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

45

out accordingly and the APDCL after inspecting the surveyed route and the revised route map shall be given for final

approval in writing. The contractor shall not commence the work until the final approval of the route map is given by the

Engineer in charge in writing to the contractor.

1.4 WAY LEAVES AND TREE CUTTINGS

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

within reasonable time for which due notice shall be given by the Contractor. The Contractor shall arrange for tree cutting or

tree branches cutting also.

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

a. 33 KV LINE (Trunk Line)

All growth within 6.096 M (20 ft) from the center line of support and all trees which may fall and foul the line.

b. The Contractor shall take all possible steps to see that standing crops, etc. are not damaged while attending to tree

cutting. When such damage is inevitable the compensation will be borne by the APDCL provided the damage is with the

prior concurrence of the Engineer. The Contractor shall bear the compensation for damage caused by the gangs without

prior concurrence of the Engineer concerned.

c. No trees shall be cut until the APDCL has made necessary arrangement with the authorities concerned and permission is

given to the Contractor to fell such trees. The contractor shall arrange to remove the obstacles as soon as possible.

d. At such times, when it may not possible for APDCL, to arrange right-of-way for excavation of pole pits or erecting the

poles of stringing the line, then at all such times, the contractor shall shift his gangs to other areas. The rates quoted shall

cover all such contingencies and no extra payments shall be claimed for such contingencies.

1.3 EXCAVATION OF POLE PITS, STAY PITS AND D.P. PITS

a. After the final survey of the line and after marking the pole locations with pegs, excavation work has to be commenced in

accordance to the approved route map. Excavation is generally done by pick axes, crow V-bars and showers although

some times earth augers are used. Excavation of pole pits in very hard or rocky soil or in rock beds, may involve blasting

with suitable explosives. The pits for the supports are excavated in the direction of the line as this will facilitate the

erection of support are excavated in the direction of the line as this will facilitate the erection of support, in addition to

giving greater lateral stability, the depth of the foundation to be excavated for poles shall be in accordance with relevant

sketch for the erection of pole or stay of D.P. etc.

1.4 ERECTION OF POLES :

a. PSC POLE :

PSC poles should be erected perpendicular to ground level including excavation of earth pit having depth equal to 1/5 th

the length of pole and cross-section 75 cm x 50 cm as directed by department including dragging and carrying of pole to

site as per soil condition as given below.

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

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

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

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

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

b. POLE CLAMP:

The pole clamp is to be made of MS flat of size 40 mm x 6 mm with necessary drilling of holes and painting with primer

and anti corrosive paint suitable for different size of steel tubular pole and PSC pole.

1.5 ERECTION OF SUPPORTS

After the excavation of pits is completed the supports to be erected may be brought to the pits location. Then the pole

may be erected inside the pit. Wooden support may be utilized to facilitate lifting of the pole at the pit locations.

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

and the soil. The padding will distribute the weight of the pole uniformly on the soil.

Having lifted the pole, the same should be kept in a vertical position with the help of manila rope of 25 mm dia using the

rope as a temporary anchor.

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

alignment of the poles are to be checked and set right by visual check. The verticality’s of the poles are to be checked

with a spirit level on both transverse and longitudinal directions.

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

In swampy and special locations, however, before earth filing, the poles are to be concreted up to ground level of the pit.

After the poles have been set the temporary anchors are to be removed. The supports shall be buried to a depth as per

REC construction standard.

1.6 ERECTION OF D.P. STRUCTURES FOR ANGLE LOCATIONS (FOR 33 LINES) Generally, for angles of deviation more than 20° double pole structures of spacing 1.2 mts (4.0 ft) may be erected. The pits

are to be excavated as per bisection of the angle of deviation.

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

help of temporary guys of manila rope of at least 25 mm dia. Ensuring that the poles are held in a vertical position (this can

Page 46: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

46

be checked with a spirit level) the concreting of the poles with cement, granite chips of size 20/30 mm mesh and sand in the

ratio M400 conforming to ISS is to be done from the bottom of the support to the ground level. Before lifting the pole in the

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

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

Four stays along the line, two in each direction and two stays along the bisection of angle of deviation are to be provided.

Stay concreting may be done with M 400 concrete mixture

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

1.7 ANCHORING AND PROVIDING GUYS FOR SUPPORTS

Fitting of stay set on overhead line including digging of earth pit of area 90cm x 60 cm and depth of 1.4 m placing the stay

rod with G.I stay wire Guy insulator on pole clamp , fixing of thimble bow etc with hard soil packing and ramming to fill up

pit to ground level.

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

points, (iv) Steep gradient locations to avoid uplifted on the poles.

The installation of guy will involve the following works:

i) Excavation of pit and fixing of stay rod.

ii) Fastening guy wire to the support.

iii) Tightening guy wire and fastening to the anchor

The marking of the guy pit for excavation, the excavation of pits and setting of the anchor rod must be carefully carried out.

The stay rod should be placed in the position such that the angle of inclination of the rod with the vertical face of the point is

30°/45° as the case may be. The concreting of the stay at the bottom should then be carried out. The back filling and

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

the eye of the anchor rod, bent back parallel to the main portion of the guy and bound after inserting the G.I. Thimble. The

loop is protected by the G.I. Thimble, where it bears on the anchor rod. Where the existence of guy wire proves hazardous, it

should be protected with suitable asbestos pipe, filled with concrete of about 2 mts length above the ground level, duly

painted with white and black stripe so that it may be visible at night. The turn buckle shall be mounted at the pole end of the

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

movement for tightening or loosening.

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

when the conductors snap and fall on them of due leakage. No guy insulator shall be located less than 2.6 mts. from the

ground.

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

and fly guy shall be provided as per field conditions.

HT GUY INSULATOR

Power

line

Voltage

Designation

of Insulator

Dry one minute

power frequency

withstand voltage

Wet one minute

power frequency

withstand

voltage

Minimum failing

load

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

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

1.8 FIXING OF CROSS ARMS INSULATORS After the erection of supports and providing guys, the next step would be to mount the cross arms on the support erected. The

lineman should climb the support having requisite tools with him and the cross arm is then tied to a hand line and pulled up

by the ground man and should station himself well to one side so that if any material drops from the top of the pole it may

not strike him. All the materials required should be lifted or lowered by means of the hand line. In no case, the materials of

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

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

of good quality only shall be used which will have to be procured by the contractor.

1.9 Back Clamps The back clamps for fixing of the seating channels, “V” cross arms, horizontal cross arms and top cleats will have to be

procured by the contractor and shall be in accordance with sketch enclosed and the clamp shall be fabricated with 75 X 8 mm

M.S. Flat for 33 KV

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

REC construction standard.

Page 47: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

47

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

mounted in their places over pins and tightened. In the case of strain or angles supports, where strain fittings are provided for

this purpose, one strap of the strain fitting is placed over the cross arm before placing the bolts in the hole of the cross arms.

The nut of the strap is so tightened that the strap can move freely in horizontal direction, as this is necessary to fix the strain

insulator.

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

are smooth and without dirt, cracks or chips.

Disc Insulator Strings

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

Sl

No

Type of String No of Disc Insulator

Unit for 33 KV

No of Disc Insulator Unit

for 11 KV

1. Suspension 3 2

2. Tension 3 2

2.2 STRINGING OF THE LINE CONDUCTORS For the guidance of the contractor certain do’s and don’ts are given below before the workmen actually commence the

stringing work.

a. Do’s and Don’ts

DO’s

i. Use proper equipment for handling aluminum conductors at all times.

ii. Use skids, or similar method for lowering reels or coils from transport or ground.

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

conductor.

iv. Rotate the reel or coil while unwinding conductor.

v. Grip all strands while pulling out the conductor.

vi. Control the unreeling speed with suitable braking arrangement.

vii. Use wooden guards of suitable braking arrangement.

viii. Use long straight, parallel jaw grip with suitable liners when pulling conductor thus avoiding nicking

or kinking of the conductor.

ix. Use free running sleeves or blocks with adequate grooves for drawing/paving conductors.

x. Use proper sag charts.

xi. Mark conductors with crayons or adhesive tape of such (other) material, which will not damage the

strand.

xii. Make all splicing with the proper tools.

xiii. Use a twisting wrench for twisting the joints.

xiv. Chromite or graphite conducting oxide-inhibiting grease should be used before cleaning with wire

brush.

DON’Ts

i. Do not handle conductors without proper tools at any stage.

ii. Do not pull conductors without ensuring that there are no obstructions on the ground.

iii. Do not pull out excess quantity of conductor than is required.

iv. Do not make jumper connections on dirty or weathered conductor.

v. Do not handle aluminum conductors in a rough fashion but handle it with care it deserves.

b. Conductor erections The erection of overhead line conductor is a very important phase in construction. The erection of conductors can be sub-

divided into 4 separate parts as follows:

i. Transport of conductors to work site.

ii. Paving and stringing of conductors.

iii. Tensioning and sagging of conductors.

iv. Joining of conductors.

At the important crossing of roads, canals, navigable rivers, railways etc., flagmen should be in attendance to ensure that

normal services are not unduly interrupted. These crossing should only be carried out in conjunction with and with the

approval of the proper authorities concerned.

The conductor drums shall be transported to the tension point without injuring the conductor, if, it is necessary to roll the

drum on the ground for a small distance, it should be slowly rolled in the direction of the marked on the drum. The drum

should be so supported that it can be rotated freely. For this purpose the drum should either be mounted on the cable

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

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

conductor drum may be dug, so as to facilitate free rotation of the cable drum when it is suspended in the trench by

Page 48: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

48

means of M.S. Shaft. While paving, care should be taken to see that conductor does not rub against any metallic fitting of

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

conductor should be passed over the poles on wooden or aluminum snatch pulley blocks provided with low friction

bearings. While conductor is being paved out slowly, some braking arrangement should be made so that the rotation of

the drum may be stopped in emergency.

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

done, it is easy to stretch one length of all phases from one end the remaining length from another end of the section any

part of the conductor shall be left at a height of less than that of 5 meters, above the ground by rough sagging.

c. Mid Span Jointing of Conductors

The mid span jointing of conductors can be carried by twisting the joint at the ends and the wire should project a few

centimeter, beyond the end of the sleeves. The projected wires are given a sharp bend to keep them from slipping out of

the sleeve. The end of the sleeves are then held tightly by twisting wrenches and then 4 to 5 turns in one direction

generally anti-clock wise direction. Crimping Tools are preferably to be used for joints and jumpers.

d. Sagging and tensioning

On the completion of the paving of the conductors and making mid span joints if any, tensioning operations will

commence. Temporary guys will have to be provided for both the anchoring supports in the section where the stringing

has to be done. At the tensioning end, one of the conductors is pulled manually up to a certain point and then come along

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

block or the pulley lift machine and gradually tensioned.

The conductor should then be sagged in accordance with the sag temperature chart for the particular conductor and span.

The sag should then be adjusted in the middle span of the section. The sag chart is to be provided. The stretch of the

conductor has to be taken out before stringing in order to avoid the gradual increase in sag due to the setting down of the

individual wires. There are ways of accomplishing this:

i. Pre-stressing

In this method the conductor is pulled up to tension considerably above the correct figures, but never exceeding 50% of

breaking load for a short period of say twenty minutes. As this method requires more time and involves the use of

stronger tackle to secure the higher tension the other method of over tensioning is commonly adopted.

ii. Over-tensioning

This method consists of pulling up the conductor to a tension a little above the theoretical tension for prevailing

temperature and fixed it up at that tension with correspondingly reduced sag. After a certain time the conductor will settle

down to the correct sag and tension. A tension of five to eight percent more than the theoretical value has been found to

be suitable for the sizes of ACSR and AAAC conductors standardized by REC. The ambient temperature during sagging

may be recorded correctly.

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

section. Use of snatch blocks reduces the friction and chances of inequality of tension in various spans.

Sagging can be accomplished by several different methods but most commonly used method is “Slighting”. The slighting

sag method of measuring sag is by the use of targets placed on the supports below the cross arms. The targets may be

light strip of wood clamped to the pole at a distance equal to the sag below the conductor when the conductor is placed in

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

until the lowest part of the conductor in the span coincides with the lineman’s line of sight.

When sagging is completed, the tension clamps shall be fixed. The clamp can be fitted on the conductor without

releasing the tension. A mark is made on the conductor at a distance from the cross-arm equal to the length of complete

strain insulator. Before the insulator set is raised to position, all nuts should be free. Come along clamp is placed on the

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

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

released gradually.

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

the failure of the cross arm, stay or pole in some cases. After the stringing is completed, all poles, cross arms, insulators,

fittings etc. are checked upto ensure that there have been no deformities etc.

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

Conductors are then fastened to insulator by the use of aluminum wires. The following points should be observed:

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

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

with ends.

iii) A good tie should provide a secure binding between the line conductor and insulator and should reinforce the

conductor on either side of the insulator.

iv) The use of cutting pliers for binding the tie wire should be avoided.

v) The tie wire which has been used previously should be reused

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

portion where it touches the insulator. The width and thickness of aluminum tape to be used for a specific size of

Page 49: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

49

conductors has been specified in hand books of aluminum conductor manufacturers and the same be referred to. The

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

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

conductor is placed inside groove and bound. Accordingly, there are two methods of tying the conductors to insulators.

The binding wire/tie wire has to be procured by the contractor and the bid price shall include the cost of this.

The contractor shall be entirely responsible for any damage to the supports, other accessories and conductor. He shall

also be responsible for proper distribution of the conductor drums to keep number and lengths of cut pieces of the

conductor to a minimum.

e. Conductor damage and repair

If the conductor is damaged for whatever reasons, and damage is not repaired by aluminum sleeves, etc., it shall be

brought to the notice of the Engineer and shall not be used without his approval. Even repairing of conductor surfaces

shall be done only in case of minor damages, scuff marks etc., which are safe from both electrical and mechanical points

of view. The final; conductor surface shall be clean, smooth, without any projection sharp points, cut or abrasion etc.

giving satisfactory corona and R.I. performance.

No joints or splice be made in span’s crossing over main roads, railways, small rivers or intension spans. Not more than

one joint per conductor shall be allowed in one span. The strength of the joint shall conform to IE Rule 75.

f. Stringing.

Whatever necessary ground clearances have to be measured to ensure obtaining adequate line clearance as per IE Rule 77

(i)

GUARDING :

When an overhead line crosses or is in proximity of any telecommunication line arrangement shall be made to

provide protective device or guarding.

When an overhead line crosses or is in proximity of to another over head line or overhead lines of different voltage

on same supporting structure guarding arrangement shall be provided so as to guard against the possibility of their

coming into contact with each other.

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

galvanize.

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

EARTHING

g. Pipe earthling

At D.P Locations, Pits are to be excavated the steel and metal parts are to be earthed by pipe earthing as per the drawing

or sketch enclosed to this specification. Duly filling the pits with finely broken coke having granule sizes not more than

25 mm thick. The coke shall be maintained up to a distance of 300 mm for the pipe on all sides. The top edge of the pipe

shall be at least 200 mm below the ground level. The CI strips shall be fixed not less than 300 mm deep from the ground

level.

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

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

2.3 CONCRETING

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

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

dimensions( 0.6 X 0.6 X 1.6) + 0.2 X 0.2 Mtr. (0.6 X 0.6 X 1/35) + 0.2 X 0.2 X 0.2 Mtrs. so as to maintain as exposed

portion for 0.2 Mtrs height above the ground level.

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

2.4 WORKMANSHIP

The contractor shall entirely be responsible for correct erection of all support as per the approved drawings, and their

correct setting and alignment, as approved by the engineer. If the supports and D.P. structures after the erection are found

to differ from approved route maps and drawings or to be out of alignment, the contractor shall dismantle and re-erect

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

and no straining will be permitted to bring them to vertical position. Verticality of each support shall be measured by the

contractor and furnished to the Engineer.

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

2.4.2 Anti-climbing devices, and danger boards are to be provided at all railway crossings and road crossings. No extra charges

shall be admissible even though separate gangs may have to be sent by the contractor for fitting these accessories and

attachments on the support at the appropriate time.

2.5 FINAL CHECKING, TESTING AND COMMISSIONING

After the completion of the work final patrolling and checking of the line shall be done by the contractor to ensure that all

foundations work, pole erection and stringing have been done as approved by the Engineer, and also to ensure that they

are completed in all respects. Contractor shall prepare pole schedules and hand it over to the Engineer. All works shall be

thoroughly inspected keeping in view of the following main points.

Page 50: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

50

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

ii) Concreting and coping of poles are in good and finally shaped conditions.

iii) All the accessories and insulators are strictly as per drawings and are free from any defects or damages, what-so-

ever.

iv) All the bolts and nuts should be of G.I material and as per contractual provisions.

v) The stringing on the conductor has been done as per approved sag and desired clearances are available.

vi) No damage, minor or major to the conductor, earth wire, accessories and insulator strings still unattended are

noticed.

vii) For all points double jumpers shall be provided to each phase. The jumpers provided at the cut points are

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

The contractor shall submit a report to the above effect to the Engineer. In case, it is noticed later that some or any of the

above are not fulfilled the Engineer will get such items rectified through other agencies and recover the cost of such

works from the bills payable to the contractor against that contract or any other contract executed by him for APDCL.

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

arrangements for such testing or any other tests desired by the Engineer shall be done by the Contractor and necessary

labour, transport and equipment shall be provided by him. Any defects found out as a result of such tests, shall be

rectified by the Contractor, forthwith, without any extra charges to APDCL,.

In addition to the above, the Contractor shall be responsible for testing and ensuring that the total and relative sags of the

conductors are within the specified tolerance. Such tests shall be carried out at selected points along the route as required

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

The APDCL, will arrange statutory inspection of the line and indicate the defects noticed. The Contractor has to rectify

all such defects and intimate to APDCL, Engineer.

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

before handing over.

2.6 SUPPLY OF CONSTRUCTION MATERIALS BY THE CONTRACTOR

The Contractor has to make his own arrangements for procurement, supply and use of construction materials like cement,

M.S. rounds, HBG metal and sand.

2.6.1 CEMENT

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

work subjected to the follows:

a) The contractor shall procure cement, required for the works only from reputed cement factories (Man producer)

acceptable to the Project Manager. The contractor shall be required to be furnished to the Engineer-in –Charge bills of

payment and test certificates issued by the manufacturers to authenticate procurement of quality cement from the

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

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

contactor shall make necessary arrangement at his own cost to the satisfaction of Project Manager for actual weighment

of random sample from the available stock and shall conform to the specification laid down by the Indian Standard

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

by Project Manager at least one month in advance before the use of cement hags brought and kept on site Godown.

Cement bags required for testing shall be supplied by the contractor free of cost. However, the testing charges for cement

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

contractor.

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

cement so brought to site and shall not remove the same without the written permission of the Project Manager.

The contractor shall forthwith remove from the works area any cement that the Project Manager may disallow for use, an

account of failure to meet with required quality and standard.

d) The contractor shall further, at all times satisfy the Project Manager on demand, by production of records and books or

by submission of returns and other proofs as directed, that the cement is being used as rested and approved by Project

Manager for the purpose and the contractor shall at all times, keep his records upto date to enable the Project Manager to

apply such checks as he may desire.

e) Cement which has been unduly long in storage with the contractor or alternatively has deteriorated due to inadequate

storage and thus become unfit for use in the works will be rejected by the department and no claim will be entertained.

The contractor shall forthwith remove from the work area, any cement the Project Manager may disallow for use on work

and replace it by cement complying with the relevant Indian Standards.

2.6.2 STEEL

The contractor shall procure mild steel reinforcement bars, high yield strength deformed(HYSD) bars, rods and structural

steel etc. required for the works only from the main or secondary producers manufacturing steel to the prescribed

specifications of Bureau of Indian Standards or equivalent and licensed to affix ISI or other equivalent certification marks

and acceptable to the Project Manager. Necessary ISI list certificates are to be produced to Project Manager before use on

works. The unit weight and dimensions shall be as prescribed in the relevant Indian Standard specification for steel.

Page 51: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

51

2.7 INFORMATION AND DATA

a) The information furnished is the best available however, the APDCL does not guarantee the correctness of

interpretations, deductions or conclusions which are given as supplementary information in the Bid Documents or in

any reports, maps, drawings, diagrams or in other reference information available to the bidder from APDCL of or

otherwise.

The information has been produced as found, communicated to ascertained or otherwise/learned by the APDCL.

b) it will be the Bidder’s responsibility to satisfy himself from the “Reference Information” supplied and or inspection

of the site that sufficient quantities of construction materials required for the works shall exist in the designated

borrow areas or quarry sites.

The APDCL does not accept any responsibility either in handing over the quarries or procuring the materials or any

other facilities. The Tenderer will not be entitled for any extra rate or claim for the misjudgment on his part for the

quantity and quality of materials available in the quarries.

Failure by the Bidder to have done all the timings which is in accordance with this condition he is deemed to have

done shall not relieve the successful Bidder of the responsibility for satisfactorily completing the work as required at

the rates quoted by him.

6.3 TECHNICAL SPECIFICATION FOR STEEL TUBULAR

POLES FOR OVERHEAD LINES

1.0 Scope : 1.1 This specification covers the general requirements towards design, manufacture, testing at manufacturers works, supply and

delivery for tubular steel poles of circular cross section ( swaged type ) for overhead lines.

2.0 Standard :

2.1. The tubular steel poles shall conform to the latest edition of Indian Standard specification

IS: 2713 ( Part – I, III ) : 1980 Specification for Steel Tubular poles

The Steel Tubular Poles conforming to other internationally accepted, which ensure equal or higher quality

than the standards, mentioned above also be acceptable. In case the bidder who wish to offer material conforming to

the other standards, salient points of difference between adopted and specific standards with authentic English

Translation shall be furnished.

3.0 Topography and Climatic Condition :

3.1. The materials offered, shall be suitable for operation in tropical climate and will be subjected to the sun and inclement

weather and shall be able to withstand wide range of temperature variation. For the purpose of design, average

atmospheric temperature may be considered to be 50 °C with humidity nearing saturation.

4.0 Materials :

4.1. The materials used in construction of tubular steel poles shall be of the tested quality of steels of minimum tensile

strength 540 MPa ( : 55 Kgf/mm2 ). Or 410MPa as the case may be.

4.2. The materials, when analysed in accordance with IS : 228 ( Part-III : 1972 ) and

IS : 228 ( Part-IX) shall not show sulpher and phosphorous contents of more than 0.060

percent each.

5.0 Types, Size and construction :

5.1. Tubular Steel Poles shall be swaged type.

5.2. Swaged poles shall be made of seamless or welded tubes of suitable lengths swaged and jointed together. No

circumferential joints shall be permitted in the individual tube lengths of the poles. If welded tubes are used they shall

have one longitudinal weld seam only : and thelongitudinal welds shall be staggered at each swaged joint.

5.3. Swaging may be done by any mechanical process. The upper edge of each joint shall be chamfered if at an angle of

about 45o. The upper edge need not be chamfered if a circumferential weld is to be deposited in accordance with clause

No. 5.3 2 of IS: 2713 ( Part-I) :1980.

5.4. The length of joints on swaged poles shall be in accordance with clause No. 5.4 of IS: 2713(Par-I): 1980.

5.5. Poles shall be well-finished, clean and free from harmful surface defects. Ends of the poles shall be cut square. Poles

shall be straight, smooth and cylindrical. The weld joints, if any, shall be of good quality, free from scale, surface

defects, cracks, etc.

5.6. Tolerances for outside diameter, thickness, length, weight and straightness shall be in accordance with IS: 2713 (Part-I) :

1980.

5.7. The poles shall be coated with black bituminous paint conforming to IS : 158-1968 throughout, internally and externally,

upto the level which goes inside the earth. The remaining portion of the exterior shall be painted with one coat of red

oxide primer as specified in IS: 2074-1979 or equivalent international specifications.

Page 52: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

52

6.0 Earthing Arrangements :

6.1. For earthing arrangement a through hole of 14mm diameter shall be provided in each pole at a height of 300mm above

the planting depth.

7.0 Principal parameters:

Sl.

No.

ITEM DESCRIPTION PARAMETERS PARAMETER PARAMETERS

1. Type of Pole SP-76 SP-66 SP-60

2. Overall Length 14.5 M 12.0 M 12.0 M

3. Planting Depth 2.0 M 2.0 M 2.0 M

4. Load Applied from top at

a distance of

0.60 M 0.60 M 0.60 M

5. Height above ground 12.5 M 10.0 M 10.0 M

6. Length of sections

a. a Bottom 6.5 M 5.80 M 5.80 M

b. Middle 4.0 M 3.10 M 3.10 M

c. Top 4.0 M 3.10 M 3.10 M

7. Outside Diameter &

thickness of section

a Bottom, MM 219.1 x5.90 219.1 x5.90 165.1 x 5.40

b Middle ,MM 193.7 x4.85 193.7 x4.85 139.7 x 4.50

c Top,MM 165.1 x 4.5 165.1 x 4.5 114.3 x 3.65

8. Approx. Wt of pole 380 KG 322 KG 208 KG

9. crippling load 514 kgf 650 kgf 333 kgf

10. breaking load 724 kgf 916 kgf 469 kgf

11. Ultimate tensile strength 410 MPa ( 42 KGf

/ mm2 )

410 MPa ( 42

KGf / mm2 )

410 MPa ( 42 KGf /

mm2 )

12. Base Plate A Mild Steel base

plate of size 400

mm x 400 mm x 8

mm shall be

welded at the

bottom of the

pole.

A Mild Steel

base plate of size

400×400×8 mm

shall be welded

at the bottom of

the pole.

A Mild Steel base

plate of size

400×400×8 mm

shall be welded at

the bottom of the

pole.

13. Painting The inner side &

outer underground

portion of the pole

is to be painted

with black

bituminous paint

conforming to IS :

158-1968

throughout,[

internally and

externally, up to the

level which goes

inside the earth].

The balance outer

portion of the pole 9

12.5m) is to be

painted with 2 coat

of metal primer and

2 coats of

aluminium paint.

The inner side &

outer

underground

portion of the

pole is to be

painted with

black bituminous

paint conforming

to IS : 158-1968

throughout,[

internally and

externally, up to

the level which

goes inside the

earth]. The

balance outer

portion of the

pole 9 12.5m) is

to be painted with

2 coat of metal

primer and 2

coats of

aluminium paint.

The inner side &

outer underground

portion of the pole is

to be painted with

black bituminous

paint conforming to

IS : 158-1968

throughout,[

internally and

externally, up to the

level which goes

inside the earth]. The

balance outer portion

of the pole 9 12.5m)

is to be painted with

2 coat of metal

primer and 2 coats of

aluminium paint.

Page 53: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

53

8.0 Tests and Test Certificates :

8.1. The following tests shall be conducted on finished poles :

A. Tensile test and chemical analysis for sulpher and phosphorous ,

B. Deflocation test,

C. Permanent set test, and

D. Drop test.

8.2. In addition to above verification of dimensions as per IS : 2713 (Part-III) : 1980 shall be carried out during acceptance

of lots.

8.3. Number of poles selected for conducting different tests shall be in accordance to clause No.10.1.1 and No. 10.1.12: of

IS: 2713 (Part-I) 1980.

8.4. Tests shall be carried out before supply of each consignment at the manufacturers woks and test certificates should be

submitted to the purchaser for approval prior to delivery.

8.5. Re-tests, if any, shall be made in accordance with IS: 2713 (Part-I) 1980.

8.6. Purchaser reserves the right to inspect during manufacturing and depute his representative to inspect/test at the works.

8.7. If any extra cost is required for carrying out the above specified tests, the same shall be borne by the tenderer.

9.0 Marking :

9.1. The poles shall be marked with designation, manufacturer’s identification, year of manufacture and name of the

purchaser: APDCL

9.2. The poles may also be marked with the ISI certification mark if applicable.

10.0 Performance :-

10.1. The bidder shall furnish a list of the major supplies effected during the last 3 (three) years indicating the volume of

supply and actual delivery dates alongwith the bids.

10.2. Bids may not be considered if the past manufacturing experience is found to be less that 3 (three) years.

11.0 Deviation :-

13.1 Any deviation in technical specification shall be clearly indicated with sufficient reasons thereof. Purchaser shall

however reserve the right to accept and/or reject the same without assigning any reasons what-so-ever.

12.0 Guaranteed technical particulars :

12.1. The tenderer shall furnish all necessary guaranteed technical particulars in the prescribed proforma enclosed hereinafter.

Annexure ‘B’

TECHNICAL GUARANTEED AND OTHER PARTICULARS.

(To be filled in by the Tenderer)

1. Type of Pole offered

2. a) Whether tubes are of seamless

constn. Or welded type.

b) Is it manually welded tubes? If so,

state name/address of manufacturer

c) It is ERW tubes? If so, state

name/address of manufacturer

3. Overall length

4. Effective length of section

a) Bottom

b) Middle

c) Top

5. Effective dia thickness of section

a) Bottom

b) Middle

c) Top

6. Approximate weight (Kg.)

7. Breaking Load (Kg.)

8. Working Load (Kg.)

9. Weight/Mtr.

i) Top Section (kg)

ii) Middle Section (kg)

Page 54: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

54

iii) Bottom Section (kg)

10. Crippling load (kg)

11. Load for permanent set

12. Load for temporary deflection

13. Joint length

6.4 TECHNICAL SPECIFICATION FOR GALVANIZED CHANNEL CROSS ARMS

1.0 Scope :

This specification covers the design, manufacture, testing at manufacturer's works, transport to site, insurance,

storage, erection and commissioning of Galvanized Cross Arm and Channel used for 33KV and 11 KV line

complete with all accessories as specified.

2.0 Standards

The M.S Cross Arm and channel supplied under this specification shall conform to the latest issue of the relevant Indian Standards

IS – 226:1975, Regulations etc. except where specified otherwise.

The rolling and cutting tolerance for steel product conforming to IS: 266 shall be those specified in the IS: 1852-1973 with

latest revision.

Galvanization conforming to latest version of 1S:2629 or equivalent international specifications

In the event of conforming to any standards other than the Indian Standards, the salient features of comparison shall be

clearly set out separately.

3.0 General requirement :

i. The cross arm shall be fabricated grade of mild steel of channel section as per requirement.

ii. All steel members and other parts of fabricated material as delivered shall be free of warps, local deformation,

unauthorized splices, or unauthorized bends.

iii. Bending of flat strap shall be carried out cold. Straightening shall be carried out by pressure and not by hammering.

Straightness is of particular importance if the alignment of bolt holes along a member is referred to its edges.

iv. Holes and other provisions for field assembly shall be properly marked and cross referenced. Where required, either by

notations on the drawing or by the necessity of proper identification and fittings for field assembly, the connection shall

be match marked.

v. A tolerance of not more than 1mm shall be permitted in the distance between the center lines of bolt holes. The holes

may be either drilled or punched and, unless otherwise stated, shall be not more than 2mm greater in diameter than the

bolts.

vi. When assembling the components force may be used to bring the bolt holes together (provided neither members nor

holes are thereby distorted) but all force must be removed before the bolt is inserted. Otherwise strain shall be deemed to

be present and the structure may be rejected even though it may be, in all other respects, in conformity with the

specification.

vii. The back of the inner angle irons of lap joints shall be chamfered and the ends of the members cut where necessary and

such other measures taken as will ensure that all members can be bolted together without strain or distortion. In

particular, steps shall be taken to relieve stress in cold worked steel so as to prevent the onset of embitterment during

galvanizing.

viii. Similar parts shall be interchangeable.

ix. Shapes and plates shall be fabricated and assembled in the shop to the greatest extent practicable. Shearing flame cutting

and chipping shall be done carefully, neatly and accurately. Holes shall be cut, drilled or punched at right angles to the

surface and shall not be made or enlarged by burning. Holes shall be clean-cut without torn or ragged edges, and burrs

resulting from drilling or reaming operations shall be removed with the proper tool.

x. Shapes and plates shall be fabricated to the tolerance that will permit fielderection within tolerance, except as otherwise

specified. All fabrication shall be carried out in a neat and workmanlike manner so as to facilitate cleaning,

painting, galvanizing and inspection and to avoid areas in which water and other matter can lodge.

xi. Contact surfaces at all connections shall be free of loose scale, dirt, burrs, oil and other foreign materials that might

prevent solid seating of the parts.

xii. Welded joints not permissible.

xiii. The rolling and cutting tolerance for steel product conforming to IS: 266 shall be those specified in the IS: 1852-1973

with latest revision.

all dimensions are subject to the following tolerances:

a) dimensions up to and including 50mm:+1mm: and

b) dimensions greater than 50mm: +2%

xiv. The channel cross arm shall be properly brushed to make it free from rust.

xv. For galvanized channel :

All ferrous parts including all sizes of nuts, bolts, plain and spring washers, support channels, structures, shall; be hot dip

galvanized conforming to latest version of 1S:2629 or any other equivalent authoritative standard. The zinc coating shall

Page 55: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

55

be smooth, continuous and uniform. It shall be free from acid spot and shall not scale, blister or be removable by handling

or packing. There shall be no impurities in the zinc or additives to the galvanic bath which could have a detrimental effect

on the durability of the zinc coating. Before picking, all welding, drilling, cutting, grinding and other finishing operations

must be completed and all grease, paints, varnish, oil, welding slag and other foreign matter completely removed. All

protuberances, which would affect the life of galvanizing shall also be removed.

The weight of zinc deposited shall be in accordance with that stated in Standard IS 2629 and shall not less than

0.61kg/m² with a minimum thickness of 86 microns for items of thickness more than 5mm, 0.46kg/m² (64 microns)

for items of thickness between 2mm and 5mm and 0.33kg/m² (47 microns) for items less than 2mm thick.

xvi. The raw materials and fabrication thereof in respect of cross arm shall be furnished along with dimension.

xvii. The hole for fixing of insulator and pole clamp shall be provided as per requirement.

xviii. One copy of the drawing of cross arm for each size shall be furnished along with the technical bid.

a. REQUIRED TECHNICAL SPECIFICATION FOR GI CHANNEL CROSS ARM

ii) [100x50x6x3200 ]

a. REQUIRED TECHNICAL SPECIFICATION FOR GI CHANNEL CROSS ARM

iii) [75 x 40x 40x6 x 2200 ]

6.5 TECHNICAL SPECIFICATION FOR 33 KV & 11KV DISC INSULATOR (B&S) 70 KN 1.0 Scope: -

This specification covers design, manufacture, testing at manufacturers’ works, supply and delivery of strain insulators

use on 11 KV and 33 KV overhead power line.

2.0 Standard: -

2.1. Strain insulators Ball & Socket type suitable for 11 kV & 33 kV lines shall be conforming to Indian standard

Specification IS: 731:1971 and IS: 3188 with its latest amendments and revisions and having mechanical failing load

of 70 KN.

2.2. Insulators conforming to any other internationally accepted standard which ensure equal or higher quality than the

standard mentioned will be acceptable.

Sl. No. Description Particular

1 Type of cross arm G.I Channel cross arm

2 Size 100 x 50x 6 x 3200 mm

3 Material Mild Steel channel

4 Length 3200 mm

5 Breath 100 mm

6 Width 50 mm

7 Thickness 6 mm

8 Hole for fixing of insulator 26 mm

9 Center to center distance of hole 1525 mm

10 Hole for pole clamp 18 mm

11 Weight 29.5 kg (approx)

12 Galvanization The cross arm shall be properly brushed to make it

free from rust and hot dip galvanized confirming

to IS: 2629 or equivalent international

specifications.

13 Standard applicable IS: 266; IS: 1852-1973 or equivalent international

specifications

Sl No. Description Particular

1 Type of cross arm GI Channel cross arm

2 Size 75 x 40x 40x6 x 2200 mm

3 Material Mild Steel channel( galvanized)

4 Length 2200 mm

5 Breath 75 mm

6 Width 40 mm

7 Thickness 6 mm

8 Hole for foxing of insulator 20 mm

9 Center to center distance for hole 1070mm

10 Weight 16 kg (approx)

11 Galvanization

The cross arm shall be properly brushed to make it

free from rust and hot dip galvanized confirming to IS:

2629 or equivalent international specifications.

Page 56: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

56

2.3. Where the material is offered according to the internationally accepted standard a copy of the specification shall be

attached with the tender.

3.0 General requirements: -

3.1. The porcelain shall be sound, free from defects, thoroughly vitrified and smoothly glazed. Unless and otherwise

specified glaze shall be brown in colour. The glaze shall cover all the porcelain parts of the insulator except those

areas which serve as support during firing or are left unglazed for purpose of assembly.

3.2. The design of the insulator shall be such that stress due to expansion and contraction in any parts in any parts of the

insulator shall not lead to deterioration. The porcelain shall not engage directly with hard matel.

3.3. Cement used in the construction of insulator shall not cause fracture by expansion or loosening by contraction and

proper care shall be taken to locate the individuals’ parts correctly during commencing. The cement shall not give

rise to chemical reaction with metal fittings and its thickness shall be uniform as possible.

i) The insulator shall be multi petticoat type./The insulator shall be in one piece.

4.0 Basic Parameter: -

Sl.

No.

Item Particular

1 Type of insulator Disc insulator, 70 KV (B&S type)

2 Applicable Standard IS: 731:1971 and IS: 3188, IS: 2544/1973

3 Material Porcelain [sound, free from defects,

thoroughly vitrified and smoothly glazed]

4 Type Ball & Socket

5 Colour Brown

6 Size 255x145 mm

7 Minimum failing load 70 KN

8 Socket cap Malleable cast iron hot dip galvanized of size

16 mm dia

9 Ball pin High tensile/ forged hot dip galvanized

10 Security clip Phosphor bronze ‘W’ type

11 Creepage distance 580mm ( for 33 KV)& 400 mm ( for 11 KV)

12 Nominal System voltage 33kV/11 KV

13 Highest system voltage (rms) 36 KV/12 KV

14 Wet one minute power frequency test(rms) 75 KV/35 KV

15 Dry one minute power frequency test (rms) 75 KV /35 KV

16 Power frequency puncture withstand (rms) 180 KV /105 KV

17 Impulse voltage withstand test(Peak) 170 KV / 75 KV

18 Power frequency flush and voltage (dry)

95 KV ( r.m.s)

19 Power frequency flush and voltage (wet)

80 KV ( r.m.s)

20 Visible discharge test 27 KV ( r.m.s)

5.0 Mechanical Load: -

5.1. The minimum failing load of the insulator shall 70 KN and the load shall be applied transverse.

6.0 Creepage Distance: -

6.1. The minimum total creepage distance for insulator shall be suitable for heavily polluted and humid atmospheric

conditions and shall be 400mm (for 11KV) & 900mm (for 33 K)

in vertical position.

7.0 Marking: -

7.1. Each insulator shall be legibly and indelibly marked to show the following:

i) Name and trade mark of the manufacturer

ii) Month and year of manufacture

iii) Minimum failing load in KN

iv) Country of manufacturer.

v) ISI certificate marking if any

The marking on porcelain shall be printed and shall be applied before firing.

8.0 Packing: -

8.1. All insulators shall be suitably packed and crated to standard packing practice as required under Railway Regulation

to withstand rough handling during transit.

9.0 Tests: -

The insulator shall stand the entire following test as per IS: 731/1971 (incorporating latest amendments and revisions)

or equivalent international specifications.

Page 57: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

57

9.1. Type tests –

The following type tests shall be conducted on the insulators (which have already passed the routine test):

i) Visible discharge test (power frequency voltage)

ii) Impulse voltage withstand test

iii) Impulse voltage flashover test

iv) Verification of dimension

v) Wet one minute power frequency test and wet flashover tests

vi) Visual examination

vii) Mechanical failing load test

viii) Porosity test

9.2. The tenderer shall furnish copies of test certificates of the type test carried on identical manufacturer with guaranteed

performance data for the insulators which they offer for supply. The report of type tests (on the insulator which is

passed the routine tests) tested in the National Test House, Alipore and or such similar Government recognized Test

House/ Institutions shall be invariably submitted along with the tender.

9.3. Sample/ Acceptance tests: -

The samples (after withstanding the routine test) shall also be subjected to the following sample acceptance tests

as per ISS.

ix) Verification of dimensions

x) Temperature cycle test

xi) Mechanical failing load test

xii) Power frequency puncture withstands test

xiii) Porosity test

9.4. The following routine and factory tests shall be conducted at the time of manufacture as per ISS.

xiv) Visual examination

xv) Electrical test

10.0 Guaranteed technical particulars: -

(To be filled by the tenderer)

1) Name and address of manufacturer.

2) Trade mark of manufacturer to the legibly marked in the insulator.

3) Mechanical characteristic.

a. Total creepage distance in mm.

b. Overall height of insulator in mm

c. Overall diameter of insulator in mm.

d. Overall weight of insulator in Kg.

e. Minimum failing load in KN.

4) Electrical characteristic

a. Visibly discharge voltage. (power frequency voltage)

b. Dry one minute power frequency withstands voltage.

c. Wet one minute power frequency withstands voltage.

d. Power frequency puncture withstands voltage.

e. Impulse (1/50 micro second wave) withstands voltage.

f. Impulse flashover (1/50 micro second wave) voltage.

g. Impulse flashover (1/50 micro second wave) voltage negative.

h. Dry flash over voltage.

i. Wet flash over voltage.

5) Standard specification to which insulator will conform.

6) Other particulars, if any.

11.0 Inspection: -

All tests and inspections shall be carried out at the place of manufacturer unless otherwise agreed by the purchaser

and the manufacturer at the time of purchase. The manufacturer shall afford the inspector representing the purchaser

all reasonable facilities, without charge to satisfy that the materials are being purchased as per specifications. The

purchaser reserves the right to have tests carried out at his own cost by an independent agency, whenever there is

dispute regarding the quality of the material supplied.

12.0 Drawing and Sample: -

Drawing specifically showing all dimensions is to be submitted along with technical bids.

Sample should be furnished alongwith the tender for verifications. Firms whose samples have been approved earlier

need not submit the same.

Page 58: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

58

6.7 TECHNICAL SPECIFICATION FOR 11 KV COMPOSITE POLYMERIC INSULATORS

1.0 SCOPE

This section covers the specifications for design, manufacture, shop & laboratory testing before despatch of 11 kv

composite polymeric pin insulators .The Composite insulator shall be pin insulator for straight line location and Long

rod insulator for conductors in tension application at angle/ cut point, the insulator shall be of boll and socket type or

tongue & Clevis type.

1.1 STANDARDS

Sl.

No.

Indian

Standard Title

International

Standard

1.

Definition, test method and acceptance criteria for

composite insulators for a. c. overhead lines above. IEC:61109

2. IS:731

Porcelain insulators for overhead power lines with a

nominal voltage greater than 1000V IEC:60383

3. IS:2071 Methods of High voltage testing IEC:60060-1

4.

IS:2486

Specification for insulator fitting for overhead power

lines with a nominal voltage greater than 1000V

General Requirements and tests Dimensional

Requirements locking devices.

IEC:60120

IEC:60372

5.

Thermal mechanical performances test on string

insulator units. IEC:60575

6. IS:13134

Guide for the selection of insulators in respect of

polluted conditions. IEC:60815

7.

Characteristics of string insulator units of the long

rod type. IEC:60433

8. Hydrophobicity classification STRI GUIDE 1.92/1

9.

Radio interference characteristics of overhead power

lines and high-voltage equipment CISPR:18-2 PART2

10. IS:8263 Methods of RI test of HV insulators IEC:60437

11.

Standard for insulators- composite distribution dead

end type ANSI c29.13-2000

12. IS:4759

Hot dip Zinc coatings on structural steel & other

allied products.

ISO:1459

ISO:1461

13. IS:2629

Recommendation of weight for hot, dip

galvanization for iron and steel ISO:1461(E)

14. IS:6745

Determination of weight of Zinc coatings on zinc

coated iron and steel articles ISO:1460

15. IS:3203

Method of testing of local thickness of electroplated

coating ISO:2178

16. IS:2633

Testing of uniformity of coating of zinc coated

articles

17. Standard specification for glass fiber standards ASTM D 578-05

18.

Standard test method for compositional analysis of

thermogravimetry ASTME 1131- 03

19. IS:4699 Specification for refined secondary Zinc

1.2 SERVICE CONDITION

Maximum ambient temperature :* *480 C

Minimum ambient temperature : - 50 C

Relative humidity : 0 to 100%

The size of composite insulator, minimum creepage distance and mechanical strength alongwith hardware fittings shall be as

follows.

Page 59: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

59

Sl.

No.

Type of

composi

te

insulato

r

Nomin

al

system

voltage

KV

(rms)

Higest

system

voltage

KV (rms)

Visible

discharge

test

voltage

KV (rms

Wet

power

frequen

cy

withstan

d

voltage

KV

(rms

Impulse

withstan

d

voltage

KV (rms

Minimum Creepage

distance (mm)

Min.

Failing

load KN

Pin

ball

shank

diame

ter

mm

Normal

&

moderat

ely

polluted

(20mm/

KV)

Hea

vily

pollu

ted

(25mm

/ KV)

i Long

rod

insulato

r

11 12 9 35 75 240 320 45 16

33 36 27 75 170 720 900 45/70**

ii Post/

pin

insulato

r

11 12 9 35 75 240 320 5

33 36 27 75 170 720 900 10

Dimensional Tolerance of composite insulators ±(0.04d=1.5) mm when d < 300 mm

±(0.025d=6) mm when d < 300 mm

REQUIRED TECHNLCAL PARICULARS OF COMPOSIT POLYMERIC INSULATOR

FOR 11 KV , 5 KN PIN INSULATOR TYPE

Sl. no Description Unit 11KV , 5 KN , PIN INSULATOR

1. Type of Insulator Composite polymeric Insulators

2. Standard according to which the

Insulator manufacture and tested

IES-61109 with up to date

amendments

3. Name of material used in manufacture

Of the insulator with class/grade

Silicon/ Polyolefin material

(a) Material of core (FRP rod)

i) E-glass or ECR- glass

ii) Boron content

ECR glass boron content free

(b) Material of housing &Weather sheds

Silicon content by weight

36%

(c) ( material of end fitting ) Hot dip galvanized high strength

steel

(d) Sealing compound for end fittings Silicon based sealants

4. Color Grey/ Red

5. Electrical characteristics

(a) Normal system voltage KV(rms ) 11 KV

(b) Highest system voltage KV(rms) 12 KV

(c) Dry power Frequency withstand voltage KV(rms ) 35 KV

(d) Wet power frequency withstand voltage KV (rms ) 35 KV

(e) Dry flashover voltage KV(rms) >35KV

(f) Wet flashover voltage KV(rms) >35KV

(g) Dry lighting impulse withstand voltage

a) Positive

b)Negative

KV(peak)

KV(peak)

75KV

75 KV

(h) Dry lighting impulse flashover voltage

c) positive

d) Negative

KV(peak)

KV(peak)

95KV

95 KV

(i) R/V at 1MHz when energized at

10KV/30KV(rms) under dry condition

Microvolt As per IES specification

(j) Creepage distance (mm) mm 320 mm

6. Mechanical characteristics

(a) Minimum failing load KN 5KN

REQUIRED TECHNLCAL PARICULARS OF COMPOSIT POLYMERIC INSULATOR

Page 60: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

60

FOR 11 KV , 45 KN ( T & C ) TYPE

Sl. no Description Unit 11KV , 45 KN , T& C type

1. Type of Insulator Composite polymeric Insulators

2. Standard according to which the

Insulator manufacture and tested

IES-61109 with up to date amendments

3. Name of material used in manufacture

Of the insulator with class/grade

Silicon/ Polyolefin material

(a) Material of core (FRP rod)

i) E-glass or ECR- glass

ii) Boron content

ECR glass boron content free

(b) Material of housing &Weather sheds

Silicon content by weight

36%

(c) ( material of end fitting ) Hot dip galvanized high strength steel

(d) Sealing compound for end fittings Silicon based sealants

4. Color Grey/ Red

5. Electrical characteristics

(a) Normal system voltage KV(rms ) 11 KV

(b) Highest system voltage KV(rms) 12 KV

(c) Dry power Frequency withstand voltage KV(rms ) 35 KV

(d) Wet power frequency withstand voltage KV (rms ) 35 KV

(e) Dry flashover voltage KV(rms) >35KV

(f) Wet flashover voltage KV(rms) >35KV

(g) Dry lighting impulse withstand voltage

a) Positive

b)Negative

KV(peak)

KV(peak)

75KV

75 KV

(h) Dry lighting impulse flashover voltage

c) positive

d) Negative

KV(peak)

KV(peak)

95KV

95 KV

(i) R/V at 1MHz when energized at

10KV/30KV(rms) under dry condition

Microvolt As per IES specification

(j) Creepage distance (mm) mm 320 mm

6. Mechanical characteristics

(a) Minimum failing load KN 45KN

7. Dimension of insulator

Inter changeability The composite insulators including the end fitting connection shall be of standard design suitable for use with the

hardware fittings of any make conforming to relevant IEC/IS standards.

Corona and RI performance

All surfaces shall be clean, smooth without cuts, abrasions or projections. No parts shall be subjected to excessive

localized pressure. The insulator and metal parts shall be so designed and manufactured that it shall avoid local corona

formation and not generate any radio interference beyond specified limit under the operating conditions.

Core

It shall be a glass – fiber reinforce epoxy resin rod of high strength (FRP rod). Glass fibers and resin shall be

optimized in the FRP rod. Glass fibers shall be Boron free electrically corrosion resistant(ECR) glass fiber or boron free E-

class and shall exhibit both high electrical integrity and high resistance to acid corrosion . the matrix of the FRP rod shall be

Hydrolysis resistant. The FRP rod shall be manufactured through pultrusion process . the FRP rod shall be void free.

Housing (Sheath)

The FRP rod shall be covered by a seamless sheath of a silicon elastometric compound or silicon alloy compound of

a thickness of 3 mm minimum.

It should protect the FRP rod against environment influences, external pollution and humidity. It shall be excluded or directly

moulded on the core and shall have chemical bonding with the FRP rod. The strength of the bond shall be greater than the

tearing strength of the polymer. Sheath material in the bulk as in the sealing/ bonding area shall be free from voids.

Weather sheds

The composite polymer weather sheds made of silicon elastomeric compound of silicon alloy shall be firmly bounded

to the sheath, vulcanized to the sheath or moulded as part of the sheath and shall be free from imperfections. The weather

sheds should have silicon content of minimum 30% by weight. The strength of the weather sheds to sheath interface shall be

greater than the tearing strength of the polymer. The interface, if any, between sheds and sheath (housing) shall be free from

voids.

Page 61: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

61

End Fittings

End fittings transmit then mechanical load to the core. They shall be made of spheroid graphite cast iron, malleable

cast iron or forged steel or aluminium alloy. They shall be connected to the rod by means of a controlled compression

technique. The gap between fitting and sheath shall be sealed by a flexible silicon elastomeric compound or silicon alloy

compound sealant. System of attachment of end fitting to the rod shall provide superior sealing performance between

housing, i.e. seamless sheath and metal connection. The sealing must be moisture proof.

The dimensions of end fittings of Insulators shall be in accordance with the standard dimensions stated in IS:2486/IEC:60120

Equipment Marking

5.1 Each insulator unit shall be legibly and marked with the following details as per IEC-61109

(a) Month & Year of manufacture

(b) Min. Failing load/ guaranteed mechanical strength in kilo Newton followed by the word KN to facilitate easy

identification.

(c) Manufacture’s name / trade mark.

5.2 One 10mm thick ring or 20mm thick spot of suitable quality of paint shall be marked on the end fitting of each

composite long rod of [particular strength in case of 33 KV insulators for identification in case both type of insulators are

procured by the utility. The paint shall be not have deteriorating effect on the insulator performance, following codes shall

be used as identification mark:

For 45 KN Long unit : Blue

For 70 KN Long unit : Red

6.0 Bid Drawings

6.1 The full description and illustration of the materials offered.

6.2 The bidder furnish alongwith the bid the outline drawing ( 3 copies ) of each insulator unit including a cross

sectional view of the long rod insulator unit. The drawing shall include but not be limited to the following information.

(a) Long rod diameter with manufacturing tolerance.

(b) Minimum creepage distance with positive tolerance.

(c) Protected creepage distance.

(d) Eccentricity of the long rod unit

(i) Axial run out

(ii) Radial run out

(e) Unit mechanical and electrical characteristics

(f) Size and weight of ball and socket/ tongue & cleaves

(g) Weight of composite long rod units

(h) Materials

(i) Identification Mark

(ii) Manufacturer’s catalogue number

7.0 Type tests

Sl.

No.

Description of type test Test procedure / standard

1. Dry lightning impulse withstand voltage

test

As per IEC 61109 (Clause 6.1)

2. Wet power frequency test As per IEC 61109 (Clause 6.2)

3. Mechanical load- time test As per IEC 61109 (Clause 6.4)

4. Radio Interference test As per IEC 61109 (Clause 6.5) revised

5. Recovery of Hydrophobicity test Annexure-B This test may be repeated every

3 yrs by the manufacturer

6. Chemical composition test for silicon

content

Annexure-B or any other test method

acceptable to the owner

7. Brittle fracture resistance test Annexure-B

8.0 Acceptance (Sample) Tests

8.1 For Composite Insulators

A Verification of dimensions Clause 7.2 IEC:61109

B Verification of the locking system ( if possible) Clause 7.3 IEC:61109

C Galvanizing Test IS 2633 / IS 6745

D Verification of the specified mechanical load Clause 7.4 IEC:61109

8.2 Routine Tests

Sl.

No.

Description Standard

1. Identification of marking As per IEC:61109 Clause 8.1

2. Visual Inspection As per IEC:61109 Clause 8.2

Page 62: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

62

3. Mechanical routine test As per IEC:61109 Clause 8.3

8.3 Tests During Manufacture

Following tests shall also be carried our

A Chemical analysis of zinc used for galvanizing

B Chemical analysis, mechanical, metallographic test and magnetic particle inspection

for malleable castings

C Chemical analysis, hardness and magnetic particle inspection for forigngs

6.8 TECHNICAL SPECIFICATION FOR HARDWARE FITTING FOR DISC INSULATOR,

70 KN( B&S)

1.0 Scope: -

This specification covers design, drawings, manufacture, testing at manufacturers’ works, supply and delivery of hardware

fittings for strain insulator of ball & socket type .

The fitting shall consist of the following component conforming to relevant IS or equivalent international specifications :

a) Cross arm strap conforming to IS: 2486 ( Pt-II)-1989.

b) Forged steel ball eye for attaching the socket end of the strain insulator to the cross arm strap. Forging shall be made of

steel as per IS : 2004-1978.

c) Aluminium alloy thimble socket made out of permanent mould cast , high strength aluminium alloy for attaching to the

strain insulator on one end and for accommodating the loop of the helically formed dead-end fittings at the other end in

its smooth internal contour. The thimble socket shall be attached to the strain insulator with the help of locking pin as

per the dimension given in IS: 2486(PT-II)-1989

d) Helically formed dead-end grip having a pre-fabricated loop to fit ito the grooved contour to the thimble on one end and

for application over the conductor at the other end. The formed fitting shall conform to the requirement of IS:12048-

1987.

2.0 Tests:

The helically formed fittings for strain insulators shall be subjected to tests as per IS:12048-1987 and the other hardware fittings

shall be tested as per IS:2486 (Part-I) or equivalent international specifications.

3.0 Packing:

For packing of strain clamps and related hardware, double gunny bags or wooden cases shall be used. The fittings shall be

properly protected against damage.

The gross weight of the packing shall not normally exceed 50 Kg. Helically formed fittings shall be packed in card board /

wooden boxes. Fittings for different sizes of conductors shall be packed in different boxes and shall be complete with their

minor accessories fitted in place and colour codes on tags / fittings shall be marked to identify suitability for different sizes of

conductors as per IS:12048-1987 or equivalent international specifications.

4.0 Inspection:

All tests and inspections shall be made at the place of manufactur unless otherwise especially agreed upon by the manufacturer

and purchaser at the time of purchase. The manufacturer shall afford the inspector representing the purchaser all reasonable

facilities, without charge, to satisfy him that the material is being furnished in accordance with this specification.

The purchaser has the right to have the tests carried out at his own cost by an independent agency whenever there is dispute

regarding the quality of supply.

Page 63: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

63

6.12 TECHNICAL SPECIFICATION FOR AAA “WOLF” & “RACCOON” CONDUCTOR

1.0 Scope

This specification covers design, manufacture, testing at works, transport, insurance, storage, erection and

commissioning of All Aluminum Alloy Stranded Conductors at site in 33 KV.

2.0 Conductor Size 13.0 19/3.40 mm (175 mm² Alloy Area) – wolf

14.0 7/3.81 mm ( 80 mm² Alloy Area ) - Raccoon

3.0 Applicable Standards

Unless otherwise stipulated in this specification, the conductor shall comply with IS:398 (Part-IV)- 1994 or the latest

version thereof.

4.0 Properties of Wires

The properties of Aluminium alloy wires to be used in the construction of the stranded conductors shall be as in the

following Table-1

Table-1

Diameter

Cross area

of

nominal

Dia wire

Mass

Maximum

breaking

load after

stranding

Resistance at 20° C

Nominal Min Max Max Stamdard

Mm mm mm mm2 Kg/Km KN Ohm/Km Ohm/Km

3.40 3.37 3.43 9.079 24.51 2.80 3.67 3.96

3.81 3.77 3.85 11.401 30.78 3.34 2.938 2.851

5.0 Properties of Conductors

The properties of stranded all aluminium alloy conductors of various sizes shall be as in the following table-II

All Aluminium Alloy Conductors ( AAAC)

Nominal

Alloy

Area

Stranding &

Wire dia

Sectional

area

Approx.

overall dia

Approx.

Mass

Calculated

resistance at

20° C (Max)

Approx

calculated

breaking

load

1 2 3 4 5 6 7

mm2 Mm mm

2 mm Kg/Km Ohm/Km KN

173 19/3.40 172.52 17.00 474.02 0.1969 50.54

80 7/3.81 79.81 11.43 218.26 0.425 23.41

6.0 Free From Defects

The wire shall be smooth and free from all imperfection such as spills, splits etc.

7.0 Joints in Wires

Conductors containing three/seven wires. There shall be no joint in any wire of a stranded conductor containing

three/seven wires except those made in the base rod or wire before final drawing.

8.0 Stranding

8.1 The wires used in the construction of a stranded conductor shall before stranding satisfy all the relevant requirements of

this standard.

8.2 The lay shall be within the limits given in Table-III

Lay Ratios for Aluminium Alloy Stranded Conductors

No. of wires in conductors Lay ration

Min. Max

7 10 14

19 10 16

8.3 The outer layer shall be right handed. The wires in each layer shall be evenly and closely stranded.

9.0 Climatic Conditions The conductor shall be designed to suit for the climatic conditions specified in these bidding documents.

10.0 Tests

The samples of individual wires for the test shall normally be taken before stranding. The manufacturer shall carry out

test on samples taken out at least from 10% of aluminium wire spools. However, when desired by the purchaser, the test

sample may be taken form the stranded wires. However the minimum breaking load test shall be done on a sample taken

from stranded wires and the minimum breaking load shall not be less than the value indicated in Table-I.

Page 64: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

64

The wires for alloy conductors shall comply with the following tests as per IS: 398(Part-IV)-1994

i) Breaking loads test.

ii) Elongation test

iii) Resistance test

11.0 Packing and Marking The conductors shall be owned in reels or drums conforming to the latest version of IS: 1778-1980 “ Specification for

reels and drums for bare wire and name of the project TDF shall be indicated clearly on the drums.

10.1 Packing

10.1.1 The gross mass of packing of various conductors shall not exceed by more than 10% of the values given in the

following table:

Conductor size Gross Mass

175 mm2 alloy area ( 19/3.40mm) 2500

80 mm² Alloy Area (7/3.81 mm) 1600 KG

10.1.2 The normal length of various conductors shall be as given in the following table:

Conductor size Normal Length

175 mm2 alloy area ( 19/3.40mm) 1.1 Km

80 mm² Alloy Area (7/3.81 mm) 1.3 KM

10.1.3 Longer lengths shall be acceptable.

10.1.4 Short length , not less than 50% of the normal length shall be acceptable to the maximum extent of 10% of the quantity

ordered 10.2 marking.

The following information be marked on each package.

14.1. Manufacturer’s name.

14.2. Trade Mark, if any.

14.3. Drum or identification number.

14.4. Size of conductor

14.5. Number & lengths of conductor

14.6. Gross Mass of the package

14.7. Net mass of the conductor

14.8. ISI certification mark.

14.9. Name of the Project TDF

11 INSPECTION

All tests and inspection shall be made at the place of manufacture. The manufacturer shall afford the inspection

representing the purchaser or third party nominee all reasonable facilities without charge to satisfy him that the material

is being furnished in accordance with this specification.

6.13 TECHNICAL SPECIFICATION FOR HARDWARE FITTINGS INCLUDING TENSION

CLAMP ASSEMBLY (Aluminum Alloy) FOR “RACCOON” AND “WOLF” CONDUCTOR

1.0 Scope: -

This specification covers design, drawings, manufacture, testing at manufacturers’ works, supply and delivery of

suspension clamp for use with Raccoon (7/3.81mm-80 sqmm)/Wolf (19/3.4mm-175 sqmm )conductors within the state

of Assam.

2.0 Standard: - The material and process adopted in the manufacture shall conform to the provision of the following standards amended

up-to-date IS: 2486 specification or equivalent international specifications for Insulator fitting for overhead power lines.

3.0 General: -

The tension clamps offered shall be made of die cast high strength aluminium alloy and shall be suitable for use with

“Raccoon and Wolf” conductors together with one set of preformed armour rods. Suitable sheet metal liner shall be

provided.

The clamp shall move easy oscillation around horizontal axis.

The bidder is to quote separately for suspension clamp:

i) Envelope type

ii) Bottom free centre type design.

The single tension clamp shall consist of the following components: -

Page 65: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

65

Description Quantity Material

1. Ball hook without provision for 1 no. Forged Steel

Arching horn

2. Socket type without provision for 1set. MCI

Arching horn

1. Tension clamp for AAAC 1 no Alumium alloy

Raccoon /Wolf conductors

The clamp shall be of high corrosion resistant, light in weight, have low effective power loss and small moment of

inertia enabling it to follows freely the movements of the conductor

The tension clamp shall also be provided with suitable socket or clevis eye for connecting it to the insulator string.

The seat and clamping surface should be smooth, without any projections or sharp bends and should be formed to

support the conductor on long, easy curves at the comparatively sharp bends. Minimum failing load = 70 KN.

The slip strength of tension clamp shall not exceed 15% of the breaking load of the conductor.

4.0 Tests: -

The hardware fittings shall be subjected to all the tests in accordance with relevant Indian Standard Specifications. The

purchaser shall have the right to carryout acceptance tests, in the presence of representatives of the purchaser.

The bidder shall submit type test certificate along with the tenders.

The following tests shall be carried out.

i) Type Test: -

(a) Slip Strength test for clamp.

(b) Mechanical test for clamp & fittings

(c) Heating cycle test.

(d) Verification of dimensions.

(e) Galvanizing / Electroplating test.

(f) Visual examination test

ii) Acceptance Test:

a) Dimensional test.

b) Galvanizing test.

c) Mechanical test for clamp & fittings

d) Electrical Resistance Test.

iii) Routine Test:

a) Visual examination test.

b) Routine mechanical test.

Guaranteed Technical Particulars (GTP) and drawing specifically showing all dimensions are to be

submitted along with technical bids.

Page 66: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

66

6.14 TECHNICAL SPECIFICATION FOR P.G CLAMP FOR AAA RACOON /WOLF CONDUCTOR

1.0 Scope:

The scope covers design, manufacturing, testing at work, transport at site, insurance, storage, erection and

commissioning of P.G. Clamp suitable for Conductor size Wolf/Raccoon/Weasel/3 Bolt Type strictly conforming to

the following standards:

2.0 Standards:

P.G. Clamps suitable for conductor size, wolf/raccoon/weasel 3 bolt types strictly conforming to IS : 2121 and

galvanizing conforming to IS: 2633 or equivalent international specifications as per the following:

P.G. clamp body to be made from aluminium alloy

Clamps nuts and bolt and washer should be made of hot deep galvanized steel

Spring washer be made of electro-galvanize special steel.

Style

No.

Conductor Maximum

conductor

diameter in

mm

Dimensions

No of

Bolts

Approx.

Weight

Kg.

A

mm

B

mm

C

mm

D

mm

E

mm

A-83 Wolf

20.78 140 76 42 5/8 1 3 0.51

A-81 Racoon

14.45 95 57 30 1/2 2 2 0.18

3.0 Inspection may be carried out by the purchaser or third party nominee at any stage of manufacture. The supplier shall grant

free access to the purchaser's representative or third party nominee at a reasonable time when the work is in progress.

Inspection and acceptance of any equipment under this specification by the purchaser shall not relieve the supplier of his

obligation of furnishing equipment in accordance with the specification and shall not prevent subsequent rejection if the

equipment is found defective.

Page 67: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

67

6.15 TECHNICAL SPECIFICATION FOR STAY SET (HT ) 1.0 Scope:

1.1. This specification covers the design, manufacture testing at manufacturer's works, transport to site, insurance, storage,

erection and commissioning of the Stay Sets (HT) required from the distribution lines at designated locations.

2.0 Standard: 2.1. All the materials of stay sets shall comply in all respects with the requirements of the latest edition of the relevant Indian or

British Standard specification except in so far as they are modified this specification.

3.0 Design Consideration: 3.1. Stay Rods shall be Galvanised and shall be of circular Cross-section with bow, thimble, nuts and bolts. The Rods shall be

threaded at one end up to a minimum of 30 cm length and shall be complete with Galvanised M.S. Anchor Plates with all

necessary accessories. All parts shall be heavily galvanised.

4.0 Testing: 4.1. Type and Routine Tests should be carried on different components of each stay sets as per relevant Indian Standard

specification and certified copies of the above should be submitted along with the tender.

5.0 Schedule Requirement: Stay sets complete with Thimble bow stay Rod/Anchor plate with nuts etc. and made of Rolled mild Steel Rod and plates as

per detailed given below:

5.1. Anchor Plate:

I) Thickness not below 5 mm.

II) Size not below 300 mmX300 mm with smooth edges (for HT)

III) Well galvanised

IV) Materials M.S. Rolled plate

V) About 20 mm square hole at centre for locking the plate with the Anchor Rod (for HT)

5.2. Anchor Rod:

VI) Length 1800 mm or above

VII) Threaded length 30 cm or above

VIII) Diameter 18 mm or above (for HT)

IX) Anchor plate and head: square size 30mm X 30mm with thickness 25 mm having matching square size shank

for locking the Anchor plate.

X) One ratched lock nuts, grooves must match the grooves at bow flange

XI) One check nut.

XII) Materials H.S.

XIII) Component well galvanised with extra care for the threaded portion.

XIV) Both lock and check nuts should be matching to the Anchor Rod thread such that punching of thread after

assembly at site safeguards them against removal.

5.3. Thimble: The match bow diameter and bend should be well galvanised.

5.4. Bow: Rod diameter 12mm/16mm or above overall length 35cm/40cm or above. Flange with well formed locking grooves

matching the locking nut, bow ends will be riveted securely with the flange. All items to be galvanised.

6.0 Inspection:

6.1. All tests and inspections shall be carried out at the place of manufacturer unless otherwise agreed by the

purchaser and the manufacturers at the time of purchase. A manufacturer shall afford the inspector representing the

purchaser or third party nominee, all reasonable facilities, without charge to satisfy that the materials are being purchased as

per specification. The purchaser reserves the right to have the test carried out at his cost by an independent agency, whenever

there is dispute regarding the quality of the materials supplied.

7.0 Marking: The equipments shall be marked with name of manufacturer, year and name of project.

6.16 TECHNICAL SPECIFICATION FOR G.I. STAY WIRE 1.0 Scope

The specification covers design, manufacturing and testing, transporting to site, insurance, storage, erection and

commissioning of G.I. Stay Wire 7/10SWG and 7/14SWG.

2.0 Materials.

The wire shall be manufactured from steel, made by any suitable process and shall not contain sulphur and phosphorus

exceeding 0.065 percent each.

The wires shall be coated with Zinc Grade Zn 98 of IS:209-1966

The general requirements for the supply of Galvanized stay strand shall be in accordance with IS:1387-1967 or equivalent

international specifications.

3.0 Construction

Page 68: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

68

3.1 Grades: The wire shall be of Grade-I and tensile strength range 45 up to and including Kg/mm

3.2 The Galvanized stay strand shall be of 7/2 mm and 7/3.15 mm. the lay of the strands shall be of the length of 7/2 mm and

Tables-I of IS: 2141-1963. the wires shall be so stranded together that when and evenly distributed pull is applied at the end

of the completed strand each wire will take equal share of the pull.

3.3 The length of the strand which may be supplied without joints in the individual wires comprising it, depend on the length of

wire which may be carried by the bobbin in a normal stranding machine. The normal lengths of strand which shall be supplied

without joints in the individual wires, excluding welds made in the rod before drawing shall be as given below. The lengths

may be exceeded by agreement between the manufacturer and the purchaser.

Diameter of wire in strand Normal length without joints of weld

3.15 mm 1000 M

2.0 mm 3000 M

3.4 In cases where joints are permitted, they shall be made by welding of brazing joints in the same wire shall be separated by a

length of not less than that shown in 3.3 and joints in different wires in a strand shall not be less than 20 M apart.

4.0 Freedom from Defects :

4.1 Each coil shall be warranted to contain no weld joint or splice other than in the rod before it is drawn and those permitted in

3.4. The wire shall be circular and shall be free scale, irregularities imperfections flaws splits and other defects. The Zinc

coating shall be smooth, even the bright.

5.0 Tests:

5.1 Chemical Analysis: Unless otherwise agreed to between the purchaser and the supplier, the chemical analysis be carried out.

5.2 Tensile Test: The wire when tested in accordance with IS: 1521-1960, on gauge length of 100 mm shall have the minimum

tensile strength specified in Tables 1 of IS : 2141/1968 according to the grade of the wire.

5.2.1 The tensile strength of the finalised strand shall be not less tI~an 93 percent of the aggregate of the single wires.

5.3 Delivery test: The wire shall be subjected to the wrapping test in accordance with IS : 1755/1961. When wrapped eight times

round its own diameter and on being subsequently strengthened the wire shall not break or split.

5.3.1 Coating test: The uniformity of Zinc coating shall be tested by the method specified in IS : 2633/1964. The wire shall

withstand the number or dips as specified in IS : 4826-1968.

6.0 Marking:

6.1 Each coil shall be provided with a label, fixed firmly on the inneJ part of the coil, bearing 'the following information.

a. Manufacturer's name or trade mark

b. Lot number and coil number

c. A brief description and quality of the materials.

d. Weight and

e. Any other particulars specified by the purchaser

f. Name of the project TDF.

6.2 The label may also be marked with the ISI certification mark.

7.0 Inspection: The test should be carried out in presence of the inspecting officer deputed by purchaser or third party nominee and the test

should be in conformity with relevant IS.

6.17 TECHNICAL SPECIFICATION OF HT GUY INSULATOR

1.0 Scope

This specification covers design, manufacture, testing, transport to site, insurance, storage, erection and

commissioning of the strain type porcelain Guy Insulator used in distribution overhead power lines.

2.0 Standard

This insulators shall comply with Indian Standard specification IS: 5500/1969 and as amended from time to time except

where they conflict with the requirements in this specification.

Offers conforming to any other internationally accepted standard which ensure equal or higher quality than the standard

mentioned will be acceptable.

3.0 General Requirements

This porcelain shall be sound, free from defects, thoroughly vitrified and smooth glazed.

The design of the insulator shall be such that stresses to expansion and contraction at any part of the insulator shall not load

to its deterioration.

The glaze, unless otherwise specified, shall be brown in colour. The glaze shall cover the entire porcelain surface parts except

those areas that serves as supports during firing or area otherwise required to be left unglazed.

4.0 Insulator Characteristics

The Guy Strain Insulators shall have the electrical and mechanical characteristics as shown below:

H.T. Strain Type Porcelain Guy Insulator

1) Length 140 mm

2) Diameter 85 mm

3) Cable hole dia 25 mm + 1.5

Page 69: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

69

4) Minimum failing load 88 KN

5) Creepage distance 48 mm

6) Dry one minute power frequency withstand 27 KV (rms) voltage

7) Wet one minute power frequency withstand 13 KV (rms) voltage

5.0 Test

All insulators shall comply the following test as per IS : 5300

A) Routine test:

The following shall be carried out as., routine test.

a) Visual Examination

Every insulators shall be visually examined. The insulators shall be free from physical distortion of shape and defects, and

thoroughly verified and smoothly glazed. They should be free from cracks or any other defects likely to be prejudicial to the

satisfactory performance in service.

b) Type test:

The following shall constitute the type test and those shall be conducted in the order given below:

i. Visual examination

ii. Verification of dimensions

iii. Temperature cycle test

iv. Dry one minute power frequency voltage withstand test

v. Wet one minute power frequency voltage withstand test

vi. Mechanical strength test

vii. Porosity test.

The number of samples for type test are to be agreed to between the purchaser and the supplier.

c) Acceptance Test (to be conducted in the following order)

i. Verification of Dimensions

ii. Temperature cycle test

iii. Mechanical strength test

iv. Porosity test

The number of samples for acceptance test shall be in accordance to IS: 5300.

d) Type test certificate from National Test House/ Govt. recognized institutions/ Govt. recognized public Testing

Laboratories are also to be submitted along with the offer, failing which the offer is liable for rejection.

6.0 Marking

Each insulator shall be legibly and indelibly marked to shown the following:

a.Name of trade mark of the manufacturer

b.Year of manufacture and name of project TDF 2010-11

Marking on porcelain shall be printed and shall be applied before firing. Insulators may also be marked with the ISI

certification mark.

7.0 Inspection

All tests and inspections shall be carried out at the place of manufacturer unless otherwise agreed by the purchaser and the

manufacturer at the time of purchase. The manufacturer shall afford the inspector representing the purchaser or the third party

nominee, all reasonable facilities, without charge, to satisfy that materials are being furnished in accordance with the

specification. The purchaser reserves the right to have the test carried out at his own cost by an independent agency whenever

there is dispute regarding the quality of materials supplied.

8.0 Drawing

Drawing specifically showing all dimensions is to be submitted along with technical bid.

Page 70: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

70

6.18 TECHNICAL SPECIFICATION FOR G.I. WIRE

1.0 Scope

This specification covers the manufacturing, testing at works, transport to site, insurance, storage, erection and

commissioning of Galvanised Iron Wire of sizes 4 mm and 5 mm diameter.

2.0 General requirements

It relating to the supply of mild steel wire shall be as per IS: 1387/1967 or equivalent international specifications and the

wire shall be drawn from the wire rods conforming to IS: 7887/1975 or equivalent international specifications.

The requirements for chemical composition for the wires shall conform to IS:7887/1975 or equivalent international

specifications.

Mild steel wire for General Engineering purpose shall be of following sizes:

I) 4mm - diameter (8 SWG)

II) 5mm - diameter (6 SWG)

Tolerance permitted on the diameter of wire shall be as per Table -1 of IS:280/1978.

3.0 Climatic Conditions

The cross arms should be suitable for the climatic condition mentioned In these bidding documents:

4.0 Mechanical Properties

4.1 Tensile Test: Tensile strength of wire when tested in accordance with IS:

1521-1972, shall be within the limits given in Table-2 of IS: 280/1978.

4.2 Wrapping Test: Wires shall be subjected wrapping test in accordance with IS: 1755-1961 or equivalent international

specification. The wire shall withstand without breaking or splitting. being wrapped eight times round its own diameter and

subsequently straightened.

5.0 Surface finish

a. The wire shall have galvanized finishes. The galvanized coating of steel wire shall conform to the requirements for

anyone of the types of coatings given in IS: 4826-1968 as per agreement with the purchaser.

b. The coating test for finishes other than galvanized, copper coated or tinned shall be subject to between the purchaser and

the manufacturer.

c. Unless otherwise agreed to the method of drawing representative samples of the material and the criteria for conforming

shall be as prescribed in Appendix (A) of IS: 280/1978.

d. All finished wires shall be well and cleanly drawn to the dimensions specified. The wire shall be sound, free from splits,

surface flaws, rough jagged and imperfect edges and other harmful surface defects.

e. Each coil of wire shall be suitably bound and fastened compactly and shall be protected by suitably wrapped.

6.0 Marking

Each coil of wire shall be marked legibly with the finish size of wire, lot number and trade mark of the name of the

manufacturer. The material may also be marked with the ISI certification mark and name of the project TDF.

7.0 INSPECTION

Inspection may be carried out by the purchaser or third party nominee at any stage of manufacture. The supplier shall grant

free access to the purchaser's representative or third party nominee at a reasonable time when the work is in progress.

Inspection and acceptance of any equipment under this specification by the purchaser shall not relieve the supplier of his

obligation of furnishing equipment in accordance with the specification and shall not prevent subsequent rejection if the

equipment is found defective.

6.19 TECHNICAL SPECIFICATION FOR CAST IRON EARTH PIPE

1.0 Scope

This specification covers design, manufacture, testing, transport to site, insurance, storage, erection and

commissioning of the cast iron earth pipe for use on line & substation as earthing pipe.

2.0 Standard

The Earth pipe shall comply with the Indian Standard specification IS: 1729/1964 and as amended from time to

time except where they conflict with the specific requirements in this specification.

3.0 Climatic Conditions

I. Maximum ambient temperature in shade : 40°C

II. Minimum daily average ambient air temperature : 35°C

Page 71: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

71

III. Maximum yearly average ambient air temperature : 30°C

IV. Maximum ambient temperature 2°C

V. Maximum relative humidity : 93%

VI. Average number of thunder storms days per annum : 45 days

VII. Average number of rainy days per annum : 150 days

VIII. Average annual rainfall : 2280 mm

IX. Number of months of tropical monsoon conditions : 5 months

X. Maximum wind pressure :150 Kg/sq.m

XI. Altitude not exceeding :1000 M

4.0 Manufacture

Metal used for the manufacture of pipes shall be good quality cast iron. Casting shall be stripped with all precautions necessary

to avoid wrapping and shrinkage defects. They shall be free from defects which effect the use of castings. By agreement

between the purchaser and the manufacturer, minor defects may be rectified.

Pipes shall be such that they could be cut, drilled or machines.

Bolts, buts & washers shall be made of Steel and well galvanized. The bolts shall be of 200 mm length, 16 mm diameter with

2(two) nos. plain washers, one locknut & one check nut. Threaded length of the bolts should be 50 mm.

5.0 Sizes

Dimensions of pipe & socket shall be conform to the sizes shown below and as per drawing enclosed:

Nominal length of the pipe with socket 1800 mm

Nominal diameter of pipe 100 mm

External diameter of pipe 110 mm

Thickness of pipe 5 mm

Projection of spigot bead 3 mm

Width of spigot bead 15 mm

Internal dia of socket 129 mm

Thickness of socket 6 mm

Internal depth of socket 70 m

Internal Radius of socket 5 mm

Width of grooves of socket 10 mm

External dia of grooves socket 155 mm

Depth of grooves of socket 5 mm

Nominal weight of pipe (Exclusive of ear) 21.67 Kg

5.0 Tolerance

The Tolerance of the 100 mm nominal diameter pipe shall be ±3.5 mm

The Tolerance of pipe thickness shall be - 15 percent

The Tolerance of length of the pipe shall be - ± 20mm

The Tolerance of weight of the pipe shall be - 10 Percent

Pipes weighing more than the nominal weight may be accepted provided they comply in every other respect with

the requirements of this standard.

6.0 TEST

1.0 Hammer test: Each pipe when tested for soundness by striking with a light hand hammer shall emit a clear ringing sound.

1.1 Hydraulic test : If so required by the purchaser, pipe shall be tested hydraulically at a pressure of 0.4 kg/cm2 without showing

any sign of leakage, sweating or other defect of any kind. The pressure shall be applied internally and shall be maintained for

not less than 15 seconds. The tests shall be conducted before coating of pipe.

2.0 Inspection

Page 72: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

72

All tests and inspection shall be carried out at the place of manufacturers unless otherwise agreed by the purchaser and the

manufacturer at the time of purchase. A manufacturer shall afford the inspector representing the purchaser or third party

nominee all reasonable facilities without charge to satisfy that the materials are being purchased as per specification. The

purchaser reserves the right to have the test carried out at his cost by an independent agency, whenever there is dispute

regarding the quality of materials supplied. All incoming consignment shall be checked at stores.

3.0 Coating

Normally pipes, unless specially ordered, shall be supplied free of coating on surfaces.

4.0 Marking

Each pipe shall have the Trade mark of the manufacturer and nominal size suitably marked on it. The pipe marked with the ISI

certificate mark, shall be preferred. Name of the project ABY shall be marked.

Page 73: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

73

SECTION -7

GUARANTEED TECHNICAL PARTICULARS

Page 74: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

74

GUARANTEED TECHNICAL PARTICULARS OF ALL ALUMINUM ALLOY CONDUCTOR (AAAC) (To be filled in by the bidder)

Sl. No. Description Unit AAAC Wolf AAAC Raccoon

1.0 Maker’s name & Address

2.0 Conductor size and Code

3.0 IS Standard applicable

4.0 Wire diameter in mm mm

5.0 Diameter of complete conductor in mm mm

6.0 Number of strands Nos.

7.0 Sectional area of alloy Aluminum mm²

8.0 Total sectional area mm²

9.0 Particulars of Raw Materials

9.1 Aluminum

a) Minimum Purity of Aluminum %

9.2 Zinc %

a) Minimum Purity of Zinc

9.3.0 Aluminum Strands after stranding

9.3.1 Diameter

a) Nominal Mm

b) Maximum Mm

c) Minimum Mm

9.3.2 Minimum breaking Load Strand kN

9.3.3 Maximum Resistance of 1 M length Ohm

10.0 Galvanizing

a) Minimum weight of zinc coating per

uncoated wire surface gm/m²

b) Minimum number of one minute dips

galvanized strand can withstand in the

test

Nos.

c)

Minimum number of twists in a gauge

length times dia of wire which the strand

can withstand in the torsion test (after

stranding)

Nos.

11.0 AAAC stranded conductor

11.1 UTS of conductor kN

11.2 Lay ratio of conductor Max

a) 1st layer

b) 2nd

layer

11.3 D.C resistance of conductor at 20°C Ohm/Km

11.4 Standard length of conductor M

11.5 Continuous current rating at 75°C

(Enclose supporting calculations)

11.6 Final modulus of elasticity

11.7 Co-efficient of Linear Expansion

11.8 Strand

Page 75: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

75

a) Standard diameter mm

b) Minimum

c) Maximum

d) Cross-Sectional area of Nominal

diameter wire mm²Nos.

e) Weight in Kg/KM

f) Minimum breaking load

Before Stranding

After stranding

Kg/kN

g) Coefficient of linear expansion

11.9 Joints in strands

a) Aluminum Alloy

b) Method of making joint

c) Ultimate tensile Strength of Joint

12.0 Maximum single length of conductor

that can be manufactured if required for

single stretch

Meter

13.0 Tolerance of standard length of

conductor %

14.0 Direction of lay for outside layer

14.1 Linear mass of the conductor

a) Standard Kg/KM

b) Minimum Kg/KM

c) Maximum Kg/KM

15.0 No. of cold pressure butt welding

available at works

16.0 Standard according to which the

conductor will be manufactured and

tested

a) Certification mark if any

b) Test Certificate enclosed Yes/No

17.0 Initial & Final sag and tension charts

furnished

18.0 Stress/Strain data corresponding to

different tensions temperatures furnished

19.0 Curves/tables of creep compensation

corresponding to different tension

temperatures furnished

20.0 PERFORMANCE GUARANTEE

Page 76: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

76

GUUAARRAANNTTEEEEDD TTEECCHHNNIICCAALL PPAARRTTIICCUULLAARRSS OOFF 1111 kkVV PPIINN IINNSSUULLAATTOORR

(To be filled in by bidder)

Sl. No. Description Particulars

1 Manufacturer’s Name & Address

2 Type of insulator offered

3 Drawing Numbers

4 Over all Dimensions (mm)

a)Height

b)Out Diameter

5 Nominal System Voltage(kV)

6 Highest System Voltage (kV)

7 Minimum Failing Load (kN)

8 Dry Power Frequency Flashover Voltage (kV)

9 Wet Power Frequency Flashover Voltage (kV)

10 Puncture Withstand Voltage (Power Frequency) (kN)

11 Min. Creepage Distance (mm)

12

Impulse Flashover Voltage : (kV)

a)1.2/50 Micro Sec. Wage of Positive Polarity

b)1.2/50 Micro Sec. Wage of Negative Polarity

13 Impulse Withstand Voltage : (kV)

a)1.2/50 Micro Sec. Wave of Positive Polarity

b)1.2/50 Micro Sec. Wave of Negative Polarity

14 Dry Power Frequency 1 Min. Withstand Voltage (kN)

15 Wet Power Frequency 1 Min. Withstand Voltage (kN)

16 Minimum Visible Discharge Test Voltage

17 Net Weight (Approx.) (Kg)

18 Standard According to which Porcelain Insulators be

Manufactured and Tested

19 Tolerance in Dimensions, if any (as per ISS)

20 Temperature Cycle Test (as per ISS)

21 Porosity Test (as per ISS)

22 Performance guarantee

Page 77: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

77

GGUUAARRAANNTTEEEEDD TTEECCHHNNIICCAALL PPAARRTTIICCUULLAARRSS OOFF 1111 KKVV DDIISSCC IINNSSUULLAATTOORR –– 7700 kkNN ((BB && SS))

(To be Filled in by the bidder)

1 Manufacturer’s Name & Address Guaranteed Value

2 Type of insulator offered

3 Drawing Numbers

5 Nominal System Voltage (kV)

6 Highest System Voltage (kV)

7 Minimum Failing Load (kN)

8 Dry Power Frequency Flashover Voltage (kV)

9 Wet Power Frequency Flashover Voltage (kV)

10 Puncture Withstand Voltage (Power Frequency)

(kN)

11 Min. Creepage Distance (mm)

12 Impulse Flashover Voltage : (kV)

a)1.2/50 Micro Sec. Wage of Positive Polarity

b)1.2/50 Micro Sec. Wage of Negative Polarity

13 Impulse Withstand Voltage : (kV)

a)1.2/50 Micro Sec. Wave of Positive Polarity

b)1.2/50 Micro Sec. Wave of Negative Polarity

14 Dry Power Frequency 1 Min. Withstand Voltage

(kN)

15 Wet Power Frequency 1 Min. Withstand Voltage

(kN)

16 Minimum Visible Discharge Test Voltage

17 Net Weight (Approx.) (Kg)

18 Standard According to which Porcelain

Insulators be Manufactured and Tested

19 Tolerance in Dimensions, if any (as per ISS)

20 Temperature Cycle Test (as per ISS)

21 Porosity Test (as per ISS)

22 Performance guarantee

Page 78: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

78

GGUUAARRAANNTTEEEEDD TTEECCHHNNIICCAALL PPAARRTTIICCUULLAARRSS OOFF 1111 KKVV DDIISSCC IINNSSUULLAATTOORR –– 7700 KKNN ((BB && SS))

(To be filled in by the bidder)

GGUUAARRAANNTTEEEEDD TTEECCHHNNIICCAALL PPAARRTTIICCUULLAARRSS OOFF HH..TT.. GGUUYY IINNSSUULLAATTOORR (To be filled in by the bidder)

SL.NO. PARAMETER GUARANTEED VALUE

1 Manufacturer’s Name & Address

2 Type of insulator offered

3 Drawing Numbers

4 Over all Dimensions (mm)

a) Height

b) Out Diameter

5 Nominal System Voltage (kV)

6 Highest System Voltage (kV)

7 Minimum Failing Load (kN)

8 Dry Power Frequency Flashover Voltage (kV)

9 Wet Power Frequency Flashover Voltage (kV)

10 Puncture Withstand Voltage (Power Frequency) (kN)

11 Min. Creepage Distance (mm)

12 Impulse Flashover Voltage : (kV)

a) 1.2/50 Micro Sec. Wage of Positive Polarity

b) 1.2/50 Micro Sec. Wage of Negative Polarity

13 Impulse Withstand Voltage : (kV)

a) 1.2/50 Micro Sec. Wave of Positive Polarity

b) 1.2/50 Micro Sec. Wave of Negative Polarity

14 Dry Power Frequency 1 Min. Withstand Voltage (kN)

15 Wet Power Frequency 1 Min. Withstand Voltage (kN)

16 Minimum Visible Discharge Test Voltage

17 Net Weight (Approx.) (Kg)

18 Standard According to which Porcelain Insulators be

Manufactured and Tested

19 Tolerance in Dimensions, if any (as per ISS)

20 Temperature Cycle Test (as per ISS)

21 Porosity Test (as per ISS)

22 Performance guarantee

Sl. NO. PARAMETER GUARANTEED VALUE

1 Manufacturer’s Name & Address

2 Type of insulator

3 Standards to which insulator will conform

4 Dimensions

5 Hole diameter (mm)

6 Color of glaze

7 Dry Power Frequency withstand Voltage (kV)

8 Wet Power Frequency withstand Voltage (kV)

9 Minimum failing load (Newton)

10 Minimum Creepage distance (mm)

11 Weight per piece (Kg)

12 Temperature cycle test (as per ISS)

13 Porosity test (as per ISS)

14 Tolerance, if any (as per ISS)

15 Performance guarantee

Page 79: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

79

GGUUAARRAANNTTEEEEDD TTEECCHHNNIICCAALL PPAARRTTIICCUULLAARRSS FFOORR GG..II.. WWIIRREE

(To be filled in by the bidder)

A. G.I.Wire (4 mm dia) :

1. Size of Wire :

2. Tolerance in size of wire :

3. Tensile strength :

4. Wrapping list :

5. Galvanising conforming to IS : 4826

– 1968 :

6. Guarantee :

B. G.I.Wire (5 mm dia) :

1. Size of Wire :

2. Tolerance in size of wire :

3. Tensile strength :

4. Wrapping list :

5. Galvanising conforming to IS : 4826

– 1968 :

6. Performance guarantee :

GUARANTEE TECHNLCAL PARTICULARS OF COMPOSIT POLYMERIC INSULATOR

FOR 11 KV , 70 KN ( T & C ) TYPE

Sl.

no

Description Unit 11KV , 45 KN , T& C type

Name of Manufacturer & Address

1. Type of Insulator

2. Standard according to which the

Insulator manufacture and tested

3. Name of material used in manufacture

Of the insulator with class/grade

(a) Material of core (FRP rod)

i) E-glass or ECR- glass

ii) Boron content

(b) Material of housing &Weather sheds

Silicon content by weight

(c) ( material of end fitting )

(d) Sealing compound for end fittings

4. Color

5. Electrical characteristics

(a) Normal system voltage KV(rms )

(b) Highest system voltage KV(rms)

(c) Dry power Frequency withstand voltage KV(rms )

(d) Wet power frequency withstand voltage KV (rms )

(e) Dry flashover voltage KV(rms)

(f) Wet flashover voltage KV(rms)

(g) Dry lighting impulse withstand voltage

a) Positive

b)Negative

KV(peak)

KV(peak)

Page 80: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

80

(h) Dry lighting impulse flashover voltage

c) positive

d) Negative

KV(peak)

KV(peak)

(i) R/V at 1MHz when energized at 10KV/30KV(rms)

under dry condition

Microvolt

(j) Creepage distance (mm) mm

6. Mechanical characteristics

(a) Minimum failing load KN

7. Dimension of insulator

(i) Weight Kg

(ii) Dia of FRP rod mm

(iii) Length of FRP rod mm

(iv) Die. Of Weather sheds mm

(v) Thickness of housing mm

(vi) Dry arc distance mm

Dimension drawing of insulator including weight

with clearances min weight enclosed

8. Method of fixing of sheds to housing (specify single

moulder Modular construction moulding )

9. No. of Weather sheds

10. Types of sheds

(i) Aerodynamic

(ii) With under ribs

11. Packing details

(a) Types of packing

(b) No. of insulator each pack

(c) Gross weight of package

12. Any other particulars which the bidder may like to

give

GUARANTED TECHNICAL PARTICULARS OF COMPOSITE POLYMERIC INSULATOR

FOR 11 KV , 5 KN PIN INSULATOR TYPE

Sl.

no

Description Unit 11KV , 5 KN , PIN

INSULATOR

Name of Manufacturer & Address

1. Type of Insulator

2. Standard according to which the

Insulator manufacture and tested

3. Name of material used in manufacture

Of the insulator with class/grade

(a) Material of core (FRP rod)

i) E-glass or ECR- glass

ii) Boron content

(b) Material of housing &Weather sheds

Silicon content by weight

(c) ( material of end fitting )

(d) Sealing compound for end fittings

4. Color

5. Electrical characteristics

(a) Normal system voltage KV(rms )

(b) Highest system voltage KV(rms)

(c) Dry power Frequency withstand voltage KV(rms )

(d) Wet power frequency withstand voltage KV (rms )

(e) Dry flashover voltage KV(rms)

(f) Wet flashover voltage KV(rms)

(g) Dry lighting impulse withstand voltage

a) Positive

b)Negative

KV(peak)

KV(peak)

(h) Dry lighting impulse flashover voltage KV(peak)

Page 81: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

81

c) positive

d) Negative

KV(peak)

(i) R/V at 1MHz when energized at

10KV/30KV(rms) under dry condition

Microvolt

(j) Creepage distance (mm) mm

6. Mechanical characteristics

(a) Minimum failing load KN

7. Dimension of insulator

(i) Weight Kg

(ii) Dia of FRP rod mm

(iii) Length of FRP rod mm

(iv) Die. Of Weather sheds mm

(v) Thickness of housing mm

(vi) Dry arc distance mm

Dimension drawing of insulator including weight

with clearances min weight enclosed

8. Method of fixing of sheds to housing (specify

single moulder Modular construction moulding

)

9. No. of Weather sheds

10. Types of sheds

(i) Aerodynamic

(ii) With under ribs

11. Packing details

(a) Types of packing

(b) No. of insulator each pack

(c) Gross weight of package

12. Any other particulars which the bidder may like

to give

6.19 TECHNICAL SPECIFICATION FOR DISTRIBUTION TRANSFORMERS OF CAPACITY 63/100/250 KVA

1.0 SCOPE

This specification covers the design, manufacture, testing at manufacturer's works, transport to site, insurance, storage, erection and commissioning of Oil immersed, naturally cooled, three-phase double wound out-door type transformers of capacity 25/63/100/250/315 KVA, having working voltage of 11 KV/0.433 KV complete with all fittings and accessories for installation.

Any fitting, accessory or operation which may not have been mentioned specifically in the specification, but which are normally used or necessary for safe and efficient working of the transformer shall be deemed to be automatically included in this specification.

2.0 STANDARDS

The transformer shall conform in all respects to the following standards and codes as mentioned below:

IS-335/K 83, BS-148, ASTM D-1275 : New insulating oil for transformer switchgear IS-2026 (Part 1 to 4)-1977/81) : Specification for power transformers

IS-2099-1986 : Bushing for alternating voltage above 1000 V

IS-3347, DIN 42531 to 33 : Dimensions for porcelain transformer bushing

IS-3639-1968 : Specification for fittings and accessories for power transformers

IS-6600-1972 : Guide for loading of oil immersed transformers

IS-7421-1988 : Specification for porcelain bushings for alternating voltage up to and including 1000 V

IS-10314-1982 : Specification for ceramic bushing for terminals

CB & IP Publication No.275 : Manual on transformer

Page 82: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

82

IS-1180 (Part I & II) : Outdoor distribution transformers up to and including 100 kVA ISS-12444 & ASTM-B-49 : Copper wire rods· ISS-5484 & ASTM B-233 : Aluminum wire rods

ISS-5/1961 No. 632 : Colours for ready mixed paints

2.1 Material conforming to other internationally accepted standards, which ensure equal or higher quality than the standards mentioned above would also be acceptable. In case the Bidders who wish to offer material conforming to the other standards, salient points of difference between the standards adopted and the specific standards shall be clearly brought out in relevant schedule. Four copies of such standards with authentic English Translations shall be furnished along with the offer.

3.0 SYSTEM DETAILS

The transformers shall be suitable for outdoor installation with 3-phase 50 Hz, 11 kV system in which the neutral is effectively earthed and they should be designed suitable for service under fluctuations in supply voltage upto .:!:. 12 %. Permissible under Indian Electricity Supply Act and rules made there under.

4.0 CLIMATIC CONDITIONS

a) Maximum temperature of air in shade 40°C

b) Minimum temperature of air in shade 2°C

c) Maximum temperature of air in Sun 40°C

d) Maximum Humidity 93%

e) Average number of thunderstorm days 45

f) Average numbers of dust storms per annum 10

g) Maximum rainfall/annum 3500 mm

h) Average rainfall 2280 mm

i) Wind Pressure 97.8 Kg/Sq.mm

j) Altitude above MSL 100 m to 1000 m

5.0 TYPE AND RATINGS – CONVENTIONAL

(i) Capacity (Continuous rating) : 63/100/250 KVA (ii) No load voltage ratio at normal tap position

a) Primary voltage : 11000 V b) Secondary Voltage : 433 Volts between phases and 250 volts between phase to neutral

(iii) Nominal frequency : 50 Hz (iv) Highest system voltage : 12 KV (v) No. of phase : 3 (vi) Winding connections : Delta/Star (vii) Vector group : DyII (viii) Cooling method : ONAN (ix) Impulse withstand voltage : 75 KV Peak (x) Power frequency withstand voltage : 28 KV rms (xi) Impedance voltage at 75°C : 4.5% upto 100 KVA and 4 % for 250 KVA UPTO 1000 KVA

6.0 TEMPERATURE RISE ABOVE AMBIENT IN ACCORDANCE WITH IS-2026

a) Windings (temperature rise measure by resistance 45°C method) - over an ambient temperature of 45°C

b) Top oil (temperature rise measured by thermometer) - 40°C over an ambient temperature of 45°C

The temperature shall be continuously rated at specified voltage ratio, frequency.

The temperature rise in the core, under the same loading condition, on any part of external surface should not exceed that permitted for the adjacent part of the winding.

7.0 MAXIMUM ALLOWABLE LOSSES & IMPEDANCE

Sl.No Ratings in

KVA No-Load/ Loss in

Watts 50% Maximum Loss in Watts at 75°C at 100% loading

% Impedance

1 63 145/380 1250 4.5

2 100 220/520 1800 4.5

Page 83: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

83

3 250 570/1050 3320 4.0

These losses are maximum allowable and there 'would not be any positive tolerance. However, the manufacture can offer losses less than above. The offer will be evaluated as per the loss evaluation formula given in REC, K-5 Standard- 1997 as amended up-to-date.

8.0 TAPPING RANGE

8.1 Tappings will be provided on the higher voltage in steps of ± 21/2% and ± 5% on all ratings.

8.2 Tap Changing Method

8.2.1 The tap changing device shall be off - circuit type. The tap changing shall be carried out by means of an externally operated tapping switch capable of being located and locked in any required position.

8.2.2 The taps shall be provided on HV side winding for variation of no load primary voltage over the range given in clause 3.0 of this specification.

8.2.3 The location of tap changing device shall be such that an operator can very easily change the tap, while standing on the ground without the aid of any climbing platform.

8.2.4 A warning late indicating that switch shall not be operated' in 'ON' position be provided. 9.0 TOLERANCES

The tolerances on electrical performance shall be as shown below:

a) Voltage ratio + 0.5% of the declared ratio or a percentage equal to 10% of the percentage impedance voltage, whichever is less

b) Impulse & Power Frequency Voltage The Distribution Transformers shall be capable of withstanding the power frequency and impulse test voltage. Nominal system voltage : 11 KV rms Highest test voltage : 12 KV rms Impulse test voltage : 75 KV peak Power frequency voltage : 28 KV rms

c) Unless otherwise specified herein the test value of the transformers supplied should be within the tolerance permitted in the IS 2026 on the guarantee value.

10.0 DEISGN OF CORE

10.1 The cores shall be constructed from high grade cold rolled non-aging grain oriented silicon steel laminations. The design of the magnetic circuit shall be such as to avoid static discharges, development of short-circuit paths within itself or to the earthed clamping structure and the production of flux components at right angles to the plane of laminations which may cause local heating. The core laminations shall be held rigidly by a steel framework which shall clamp them together to prevent any vibration. The core shall be provided with lifting lugs suitable for lifting the complete core and coil assembly of the transformer without transmitting the stresses to the laminations.

10.2 The transformer shall be suitable for over fluxing due to combined effect of system voltage and frequency upto 12.5% without injurious heating. These laminations shall be as thin as possible consistant with mechanically strong constructions. At least one side of each lamination shall be coated with a hot oil proof insulating material. In case the manufacturer's standard method is different from this, It should be clearly described. The laminations should be free from rust and colour spots. The laminations shall be grade 41 (M4) or better grade.

10.3 Core Clamping: The core shall be so insulated that there is no possibility of contact between edges and the core bolts. The

bolts shall be tested at 2500 volts to earth. 9.1.1 M.S. Channel to be used upto 100 kVA, 75 x 40 mm size and 100 x 50mm size for 250 kVA & 315 kVA on top and bottom. 9.1.2 2 x12 mm high tensile bolts to be used upto 100 kVA and 2 x 16 mm for 250 and 315 kVA in parallel at each end. 9.1.3 MS channel on LV side to be reinforced at equidistance if holes / cuttings is done on L T side to avoid bending of channel. 9.1.4 MS channel to be painted with varnish / oil resistant paint. 9.2 Flux Density should not be more than 1.55 webers sq. m (Tesla). 9.3 No load current (Magnetizing current) shall not exceed 3 % of full load current upto 100 kV A and 1.25 % for 250 kV A and

315 kV A and will be measured by energizing the transformer at 433 Volts, 5Q Hz on the secondary. Increase of voltage of 433 volts by 10 % shall not increase the no-load current disproportionately high. Test for magnetic balance by connecting the LV phase by phase to rated phase voltage and hleasurement of a n, b n, and c n voltage will be carried out.

9.4 Number of steps of core shall be minimum of 5 Nos. upto 100 kVA and 7 Nos. for 250 kVA and 315 kVA. 9.5 Diameter of core shall not be less than:

9.5.1 Up to 63kVA ,100 kVA ,250 kV A

Page 84: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

84

Up to 63 kVA - 100 mm 100 kVA - 115 mm 250 kV A - 170 mm

9.5.2 Effective area of core shall not be less than:

Up to 63 kVA - 70 sq. mm 100 kVA - 92 sq. mm 250 kV A - 200 sq. mm

9.6 Tie rods: 4 Nos. of 12 mm diameter size (upto 100 kVA) and 8 Nos. of 16 mm diameter size for (250 and 315 kVA) of High

tensile steel rods shall be effectively insulated.

9.7 All top and bottom Yoke nuts and bolts and tie rods shall be painted with oil and corrosion resistant paint before use.

9.8 Core base and bottom Yoke shall be supported with 75 x 40 mm. MS channel with proper bolting. Flat or cut channel will not be accepted.

NOTE: Tenderers may also quote for the Amorphous core (low loss) and they should furnish design details in their bid

proposal for verification.

10.0 DESIGN OF WINDING

1.0 WINDING

1.1 GENERAL

i) The current density of copper in any part of the windings shall not exceed 2.50 Amps/Sq. mm.

ii) The current density of Aluminium in any part of the windings shall not exceed 1.50 Amps/Sq. mm.

iii) All windings shall be made of electrolytic high conductivity Aluminum for transformer of capacity up to 200 KVA and high conductivity Copper for transformer of capacity 250 KVA and above shape and braced to provide for expansion and contraction due to temperature changes. Winding shall be fully insulated as defined in IS: 2026. All neutral points shall be insulated for the voltage specified in IS: 2026. The winding shall be so designed that all coil assemblies of identical voltage, rating shall be interchangeable.

iv) Number of HV coils per phase should not be less than four (4)for 63, 100 & 200 kVA and not less than 6 ( six ) for 250 KVA & above with the type Crossover/Sectional. Number of secondary (LV) coil should be one with spiral type winding construction.

v) LV winding shall be such that neutral formation will be at top.

vi) Conductor covering for HV winding conductor should be DPC with minimum 0.35mm thickness and for LV conductor DPC with minimum 0.40 mm thickness.

vii) Interlayer insulation shall be Nomex/Epoxy dotted Kraft Paper.

viii) Distribution Transformers shall be designed to withstand the impulse and power frequency test voltages as per IS: 2026.

ix) Magnitude of impulse surges transferred from HV to LV windings by induction and capacitance coupling shall be limited to B.I.L. of LV winding

x) The completed core and coil assembly shall be dried in vacuum at not more than 0.5mm of mercury absolute pressure and shall be immediately impregnated with oil after the drying process to ensure the elimination of air and moisture within the insulation. Vacuum may be applied in either vacuum over or in the transformer tank

xi) Winding shall be subjected to a shrinking and seasoning process, so that no further shrinkage occurs during service. Adjustable devices shall be provided for taking up possible shrinkage in service.

xii) Winding shall not contain sharp bends which might damage the insulation or produce high dielectric stresses. No strip conductor wound on edge shall have width exceeding six times the thickness.

xiii) Varnish application on coil windings may be given only for mechanical protection and not for improvement in dielectric properties. In no case varnish or other adhesive be used which will seal the coil and prevent evacuation of air and moisture and impregnation by oil.

xiv) The insulation of transformer windings and connection shall be free from insulating composition liable to soften, ooze out ,shrink or collapse during service and be non catalytic and chemically inactive in transformer oil.

xv) The coil clamping arrangement and the finished dimensions of any oil ducts shall be such as will not impede the free circulation of oil through the ducts.

Page 85: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

85

xvi) Terminals of all windings shall be brought out of the tank through bushings for external connections

xvii) The winding shall be so designed that all coil assemblies of identical voltage ratings shall be interchangeable and field repairs to the winding can be made readily without special equipment. The coils shall have high dielectric strength

xviii) All leads from windings to terminals shall be rigidly supported to prevent injury from vibration. Guide tubes may be used where possible.

10.1 Winding Connections and Vector Group

10.1.1 The primary of the transformer should be connected in delta and the secondary winding should be connected in star in accordance with vector symbol Dy-II so as to produce a positive phase displacement of 30° between the primary and secondary voltage vectors of the same phase. The neutral should be brought out to a separate insulated terminal for the purpose of grounding etc.

10.1.2 Current density for HV & LV should not be more than and 2.5A/sq. mm for copper (with a tolerance of 5 % for LV winding) and 1.5 A/sq. mm for aluminium conductor.

10.2 Winding Terminals

a) HV side : the HV winding terminals should be brought outside the transformer tank through 3 Nos. of weather proof, out door type, brown glared bushings conforming to ISS:3347 (Pt.V.Sec-l) 1965 for porcelain and I.S.S.:3347 (Pt.-V, see-II) : 1967 (metal parts) with upto be amendments and revisions. Arching horns with appropriate BIL. (80% of impulse voltage) should be mounted on the bushings.

LV Side : the LV v:inding terminals should be brought outside the transformer brown glared bushing conforming to IS : 3347 (Pt-I, Sec-2) : 1965 (for porcelain parts) and IS : 3347 (Pt-I, sec-2) : 1967 (for metal parts) with upto date amendments and revisions. Arching horns with appropriate BIL (80% of impulse voltage) shou1d be mounted on the bushing.

10.3 Winding Construction

a) The HV and LV winding coils should be circular and arranged concentrically in such a manner that the lower voltage winding is placed next to the core and the magnetic axis of the winding should be made coincident as far as possible.

b) The size of the HV winding wires shall be such as to have greater mechanical strength and lower current density.

c) The flux density should not be allowed to exceed 1.9 Tesla under over voltage condition so that the core is not saturated.

d) Top and bottom coils shall be supported by wooden discs to take care .of electro-mechanical forces under short-circuit conditions. 2/3

rd area of the coil should be covered by spacers.

11.0 DESIGN OF TANK

11.1 The transformer tank shall be of robust construction and shall be built of electrically welded MS plates. All joints of tank and fittings shall be --- tight and no bulging shall occur during service. The tank design shall be such that the core and windings can be lifted freely. The tank plates shall be of such strength that the complete transformer when filled with oil may be lifted bodily by means of the lifting lugs provided. Tank inside shall be painted by varnish. Top cover shall be slightly sloping towards HV bushing and cover the top with end walls.

11.2 I) Side Wall thickness : 3.15 mm

II) Top and bottom plate thickness : 5.00 mm

11.3 The four walls of the tank shall be made of TWO "L" shaped sheets (without joints) fully welded at the corners from inside and outside of the tank for withstanding a pressure of 1 kg/sq.mm for 10 minutes. All the tank plates shall be of such a strength that the complete transformer with oil and fittings can be lifted bodily my means of lifting lugs provided.

11.4 Reinforced of welding stiffner angle (40 x 40 x 5 mm) on all the outside walls of the tank shall be provided to form two equal compartments (upto 100 kVA) and three equal compartments above 100kVA. The tank through longer side walls shall be reinforced additionally by welding suitable size flat/angle vertically to provide sturdy and robust construction to withstand extreme pressure conditions. All joints of tank and fittings shall be oil tight and no bulging should occur during the service. The tank design shall be such that the core coil assembly can be lifted freely. The hooks that will be used for anchoring the core shall be so located as not to foul with the core coil assembly.

11.5 "U" shaped pressure relief vent of 50mm dia pipe with 0.025 mm copper shim sheet as diaphram shall be provided on the top cover of the tank such that the pressure released should be directed to the ground. The vent shall be provided on opposite side of the CB operating rod. The diaphram shall be provided near to the top cover and other end of the

Page 86: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

86

vent pipe shall guarded with suitable mesh against entering of worms and resting. The diaphragm should burst at a pressure between 0.76 kg/sq.cm to 0.95 kg/sq.cm.

12.5.1 Pressure test will be conducted by the inspecting officer on a transformer vent pipe against each lot offered for inspection. The diaphragm should burst at a pressure between 0.76 kg/sq.mm to 0.95 kg/sq.mm. For any operational failure of vent pipe and consequent damaged to the tank an addition to insisting for free replacement of the tank, the State Electricity Board may at its option, recover an estimated loss sustained by it from the manufacturer.

12.6 Permanent deflection when the tank without oil is subjected to vacuum of 760 mercury shall not be more than 5 mm up to 750 mm length 6 mm up to 1250 mm length. The tank shall be capable of withstanding a pressure up to 0.7 kg/sq.cm without any deformation. Inside of the tank shall be painted with hot oil proof paint.

12.7 The transformer tank top cover shall be fixed with bolts and four corner bolts shall be welded, to prevent opening of the cover at site by miscreants. In addition to this "U" clamps seals may be welded on the four sides of the top cover for further prevention of meddling and suitable continuous neoprene gasket (Rectangular Ring) to avoid leakage of Nitrogen and all the fittings including bushings in position shall be tested for leakage at a pressure of 0.7 kg/sq.cm inside the tank for 10 minutes. The above test shall be carried out before final sealing of the transformers.

12.8 The tank shall be fitted with round cooling tubes of minimum of 38 mm outer dia and 1.25 mm thick bent and directly welded on both sides i.e., inside and outside and outside of the tank. The cooling tubes shall not be provided underneath the LV bushing to avoid puncturing of the tubes due to falling down of LV lead on them.

12.9 Steel surface shall be prepared by sand shot blast on chemical cleaning including phosphating as per IS : 3618.

12.10 Heat resistant paint (hot oil proof) shall be provided inside the tank.

On external surface one coat of thermo setting powder paint or two coats of zone chromate followed by two coats of synthetic 'thermal paint of dark admiralty gray shade conforming to 632 of JS : 5 of 1961 shall be followed:

12.11 Heat dissipation by tank walls excluding top and bottom should be limited to 500 W / sq.mt up to the oil level, 250 Watts / sq.mt above oil level and 300 Watts /sq. mt for cooling tubes. The transformer shall be capable of giving continuous rated output without exceeding the specified temperature rise. Tenderer shall submit the calculation sheets.

12.12 Total minimum oil volume and minimum weights

Sl.No. KVA Rating Oil in Ltrs. (Incl. of oil absorbed in core coil

assembly)

Permissible oil absorption in

Ltrs.

Core Lamination min. in Kgs.

Winding with Insulation min

in Kgs.

1 63 190 6 145 55

2 100 240 7 207 72

3 250 390 12 394 185

12.13 Lifting Lugs: 2 Nos. welded heavy duty lifting lugs of MS plate 8 mm. Thick suitably reinforced by vertical supporting flat welded edgewise below the lug on the side wall.

12.14 Pulling Lugs: 4 Nos. of welded heavy duty pulling lugs of MS plate of 8 mm, thick shall be provided to pull the transformer horizontally.

12.15 Top Cover Gasket & Bolts: i) The gasket provided in between top cover plate and tank shall be of 5 mm thick neoprene rubberized cork sheets confirming

to IS:4352, Part-II. ii) GI nut bolts shall be of size 38" x 1 ~" with one plain and one spring washer suitably spaced to press the cover. iii) The height of the tank shall be such that the minimum clear height upto the top cover plate of 120 mm, is achieved from

top yoke. 13.0 CONSERVATOR

a) The total volume of conservator shall be such as to contain 10% quantity of the oil. Normally 3% quantity of the total oil will be contained in the conservator

b) Oil level indicator shall be provided on the side which will be with fully covered detachable flange with single gasket and tightened with MS nut bolts. The pipe from conservator tank connecting to main tank shall have a slopping flap so that the oil falling from the pipe shall not fall directly on the active job and shall fall on the side walls only. The conservator shall be provided with the drain plug and a filling hold with cover. In addition, the cover of the main tank shall be provided with an air release plug.

14.0 BREATHER

Breather joints will be bolted type in case of metal container. Breather made of synthetic materials may be provided subject to the purchaser's approval. Breather volume in gram of silicagel 250 gms.

15.0 TERMINALS

a) Brass rods 12 mm dia both for HV & LV upto 100 kVA b) Brass rods of 12 mm dia for HV only above 100 kvA c) Tinned copper rods of 20 mm dia both for LV and HV above 100 kV A

16.0 BUSHINGS 16.1 The porcelain portion of HT and L T bushings shall be of standard make and conform to IS-2099/1973 (HV), "Specification for

High voltage porcelain bushings" and IS-7421/1974 for LV IS-3347 shall be outdoor type. The bushing rods and nuts shall be as per clause 18 of specification. The bushings shall be fixed to the transformers on sides with straight pockets and in the same plane.

Page 87: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

87

The tests as per IS-2099 11962 shall be conducted on the transformer bushings as detailed below: a)Dry Flash over voltage b)Wet flash ever voltage

c)Dry 1 minute with-stand voltage

d)Impulse withstand voltage (1.2/50 micro seconds - Ve wave)

e)Manufacturer's test certification to be furnished for every lot of offer

16.2 For 11 kV, 17.5 kV Class bushings shall be used and for 0.433 kV, 1.1 kV class bushings shall be used. Bushings of plain sheds as per IS-3347 shall be mounted on the side of the tank and not on top level.

16.3 Dimensions of the bushings of the following voltage class shall conform to Indian Standards mentioned below.

Voltage Class Indian Standards for Porcelain Parts ISS for Metal Parts

1.1 KV IS-3347/Part-I/Sec.1/1965/1979 IS-3347/Part-I/Sec.2/1979 (ass per

IS 1180/1989)

17.5 KV IS-3347/Part-I/Sec.1/1972 IS-3347/Part-III/Sec.2/1982

16.4 A minimum phase to phase clearance of 75 mm for LV (up to 1.1 kV bushing) and 255 mm for HV (3.3 kV and above) bushings shall be obtained with the bushing mounted on the transformer.

16.5 The bushings shall be fixed on sides with pockets in the same plane. Arcing horns shall not be provided and instead brass caps shall be provided.

16.6 Brazing of all inter connections, jumpers from winding to bushing shall have cross section larger than the winding conductor. For copper, silver brazing alloy to be used. For aluminum L & T aluminum brazing rods shall be used.

16.7 In the case of LV bushings, the internal bushings shall be made of tough insulating material like epoxy and shall have embedded stem and a strong coupling connection (screwed), properly secured with a special joint pin shall be used between stem of the internal and external bushings.

16.8 The LV bushing shall be so located that even under the hottest conditions the level of the transformer oil shall be below the open.ing meant for fixing the LV bushings. The LV jumpers and bushing material shall be selected and designed for this condition.

16.9 The design of the internal bushing for LV shall be such as to provide adequate earth clearance as stipulated i.n the clause 10, 2.1 of 18 1180 Part-I and creepage distance as per clause 7.1 of 18 2099. All other tests as per relevant standards shall be applicable.

16.10 The terminal arrangement shall not require a separate oil chamber not connected to oil in the main tank.

16.11 The LV bushing and HV bushing stems shall be provided with suitable terminal connectors so as to connect the jumper without disturbing the bushing stem. High voltage phase windings shall be marked both in the terminal boards inside the tank and on the outside with capital letter IU, IV, IW and low voltage windings for the same phase marked by corresponding small letters 2u, 2v, 2 w. The neutral point terminal shall be indicated by the letter 2 n.

16.12 The vector diagram plate shall clearly indicate the method adopted -for marking the terminals both outside and interior.

17.0 TRANSFORMER OIL

The transformer shall be supplied complete with first filling of oil and the same shall comply with IS-335/1983 with latest version thereof. The ageing characteristics after accelerated ageing shall be as given in Appendix-C of S335/1983 (or) latest version. The characteristics of the oil shall be as follows

S.No. Characteristic Specified Value

1 Electric strength (breakdown voltage) 30 KV (Min)

2 Electric dissipation factor (tan delta) at 90°C 0.01 (Max)

3 Specific resistance (resistivity) at 27°C (ohm-cm) 12

4 Flash point (PM closed) 140°C (Min)

5 Inter facial tension at 27°C 0.03 N/M (Min)

6 Neutralization valve (total acidity) 0.05 mg/KOH/g (max)

7 Water content PPM 35 (Max)

17.1 DRYING & OIL-FILLING

The core and the winding after assembly shall be dried in a vacuum drying chamber to a temperature of 90°C. After this drying process the slackness of bolts, nuts and other clamping arrangements shall be checked and tightened. The tank shall be filled

Page 88: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

88

with oil heated upto 80°C in vacuum. The tenderer shall furnish the vacuum pressure under which the whole operation shall be carried out.

18.0 FITTINGS & ACCESSORIES

i. Rating Plate ii. Diagram Plate iii. Two Nos. Earthing terminals iv. Lifting lugs for lifting arrangements of main transformer core coil assembly also for tank cover. v. HV bushings 3 nos. with bimetallic terminal connectors vi. LV bushings 4 nos. with bimetallic terminal connectors. vii. Metal Oxide lightning Arrestor (disconnector type with GI Pipe Earth Strip of 25 X 4 mm). viii. LV epoxy Bushings 4 Nos. ix. Base Channels 75 X 40 mm x. Weight content of a) Core; b) Windings; c) Tank & Fittings; d) Weight/ Quantity of Oil; e) Overall Weight xi. 5 Year guarantee embossed plate welded below name plate xii. Dehydrating silica gel breaker xiii. Conservator with oil filling hole & cap, drain, valve & with 50 mm blocking valve. xiv. Plain oil level, indicator with minimum marking xv. Thermometer pocket xvi. Explosion vent (pressure release device with diaphragm xvii. 2 Nos. oil filter valves with plug one at top a the other at bottom. The bottom filter valve can also be used are drain

valve. xviii. 4 Nos. unidirectional rollers suitable for plates form mounting xix. OFF and externally hand operated tap changing switch with position indicating plate and provision for locking device for

HV variation. xx. On the rating plate "CMABY” followed by the name of the State Electricity Board" should invariably be inscribed.

The rating plate and the terminal marking plate should be mode of durable and non-corrodible material and information as per clause 15.2 of ISS:2026/77 (Pt-I) or any other relevant standard should be embossed thereon. The rating plate and the terminal marking may be combined into one whole plate. On the rating plate "Property of Assam State Electricity Board" should invariably be inscribed.

19.0 GUARANTEED TECHNICAL PARTICULARS & DRAWINGS

2.0 The guaranteed technical particulars of the transformers are as per the Annexure-II enclosed herewith. All appropriate information and data required in the Annexure should be carefully filled in and should be complete in all respects.

3.0 The following drawings should be invariably be submitted in triplicate along with tender.

a) Outline Dimensions and General arrangements

b) Wiring Diagram for auxiliaries

c) Electrical connections

21.0 VERLOAD CAPACITY

The tendered should state clearly the percentage overload the transformers can take for a continuous period of 1 hour. The transformers shall suitable for loading as per 15-6600/1972. The transformer shall be designed to obtain maximum efficiency at 75% load

22.0 TESTS

22.1 Type Tests

The tenderer shall submit copy of certificates of complete type tests carried out in a recognized laboratory in accordance with I.S.S. on similar distribution transformers (Protection) during the last three years. Test certificates of a period earlier than three years from the due date of the tender shall not be accepted except for short circuit test for which validity of test certified will be five years.

Technical details of the transformers for which tests were carried out shall be clearly indicated in the test certificates, furnished along with the tender, so that designed aspects of the transformer offered can be easily identified to be similar with that for which certificates are furnished.

22.1.1 The following Type tests shall be conducted.

a. Temperature rise test for determining the maximum temperature rise after continuous full load run. The ambient temperature and time of test should be stated in the test certificates.

b. Impulse voltage test as per Clause 12.1 of IS-2026 (Part 111/1997) as per latest version.

c. Air pressure test as per Clause 18.13.1 of IS-1180/Part.II/1079.

d. Short circuit withstand test: Thermal and Dynamic ability. The bidder shall furnish calculations in accordance with the IS-2026 to demonstrate the thermal ability of a transformer to withstand short circuit test.

e. Un-balanced current: The value of unbalanced current indicated by the ammeter shall not be more than 2% of the full loan current.

Page 89: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

89

22.1.2 Special tests other type and routine tests, as agreed between purchaser and Tenderer shall also be carried out as per the relevant standards.

22.1.3 Routine Tests

Manufacturer's routine test certificates shall be furnished before offering the transformer for inspection

The transformer shall be subjected to the following Routine Tests at the manufacturer's works in accordance with the REC specification No.23~1983, the IS: 1180 and IS: 2026.

a) Checking of weights, dimensions fitting and accessories, tank thickness, oil quantity, material, finish and workmanship as per purchase order and contract drawings.

b) Physical verification of core coil assembly and measurement of flux density of one unit of each rating, in every inspection with reference to short circuit test report.

c) Measurement of Ratio, polarity and winding resistance. Check of voltage and vector relationship.

d) Measurement of impedance voltage, short circuit impedance and load loss at rated current and normal frequency.

e) Measurement of No Load current and losses at service voltage and normal frequency.

f) Measurement of No load current at 112.5% of rated voltage.

g) Measurement of insulation resistance.

h) Induced over voltage withstand test.

i) Separate source voltage withstand test.

j) Checking of name place and marking on the tank.

k) Checking of dielectric strength of transformer oil.

22.1.4 Acceptance and Routine Tests

All acceptance and routine tests as stipulated in the relevant standards shall be carried out by the supplier in presence of purchaser’s representative.

Following tests shall be carried out at manufacturer's works on one unit of each rating by the supplier in presence of purchase representative.

a) Temperature rise test.

b) Measurement of unbalance current.

c) Air pressure test on empty tank of transformer opened for physical verification test (Once only).

d) The test certificates for all routine and type tests for the transformers and also for the bushings and transformer oil shall be submitted with the tender.

e) Tests at Site: The purchaser reserves the right to conduct all tests on Transformer after arrival at site and the contractor shall guarantee test certificate figures under actual service conditions.

22.1.5 Test Certificates

The test certificates for all routine and latest (within 5 years) type tests for the transformers and also the bushing and transformer oil shall be submitted with tender.

23.0 INSPECTION

All routine tests will be carried out on each and every transformer and temperature rise tests on one revisions unit out of a batch should be carried at the works of the manufacturer. The tender must give prior intimations (at least 15 days ahead) to the authority issuing the purchase order, regarding the readiness of transformers for such testing so that he may depute his Engineers or third party nominee to witness the tests. All reasonable facilities should be extended to the APDCL Engineer, who witness the testing so that he is satisfied that all tests are being carried out as per ISS: 2026/77.

No extra cost will be paid by APDCL for any of above mentioned tests.

The purchaser has the right to have the tests carried out at his own cost by an independent agency whenever there is doubt regarding the quality of supply and testing.

23.1 Stage Inspection

The stage inspection of the transformers during the manufacturing/ assembling stage shall be carried out by the purchaser's representative or third party nominee. The purchaser has absolute right to reject the raw material/component/sub-assemblies or complete equipment not conforming to the requirements of the specifications or of poor quality/workmanship. The purchaser at his option may collect the samples of the following raw material/components for his independent testing.

a. CRGO Lamination: APDCL: One specimen sheet of 300-500 mm length and 500 mm width (for each lot of raw material used by the supplier)

Page 90: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

90

b. HV Winding Wire: 1250 mm length specimen for each type

c. LV Winding Wire: 1250 mm length specimen for each type

d. Transformer Oil: 5 lit., in bottle of 1 lit. each.

24.0 CHECKING BY COMPLETE DISMANTLING

The purchaser shall have the right to select at random anyone transformer from the lot of transformer of a particular rating. The transformer will at the discretion of the purchaser, be completely dismantled and each and every item will be visually inspected and examined to ascertain whether requirements of specifications guaranteed particulars and type tested design are strictly followed or not, or whether norms as standardized by Indian

Standard Specifications are adhered.

25.0 MOUNTING

The under base of the transformer shall be provided with two channels of adequate size at suitable spacing for fixing on plinth.

26.0 NAME PLATE PARTICULARS

The equipment shall be provided with a name plate covering name of manufacturer, year of manufacture, rating, other technical data as per specification and name of the project

GUARANTEED TECHNICAL PARTICULARS FOR 11 KV SURGE/LIGHTENING ARRESTORS

(To be filled in by the Tenderer)

Sl. No. Description Particulars

1 Name & Address of Supplier & Manufacturer

Surge Arrestor

Line Disconnector

Metal Oxide Block

Terminal Clamp

2 Name & address of collaborator, if an

3 Standard to which surge arrestors conforms

4.0 Surge Arrestor

4.1 Voltage rating (KV rms)

4.2 Continuous Operating Voltage (KV rms)

a) Continuous Operating Voltage (KV rms)

b) Leakage current at continuous operation voltage

c) Permitted leakage current of arrestor beyond which arrestor is

faulty.

5 Frequency (Hz.)

6 Nominal discharge current (wave shape – 8/20 micro second) (KA)

7 Pressure relief rated current (KA rms)

8. Steep current protection level at 10 KA

a) Lightning impulse protection level with 40 X 80 mico-sec. Wave

at 500/1000 A

9 Long duration current impulse withstand capacity and virtual

duration

10 Line discharge class

11 Thermal runway limit arrestor

12 Energy capability (kj/KV)

13 Pressure relief rating

Page 91: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

91

14 Dry arcing distance

15 Reference current and reference voltage

16 Arrestor Housing

16.1 Power frequency one minute wet withstand voltage (kV rms)

16.2 Lightning impulse dry withstand voltage (kVP)

16.3 Creepage distance

a) Protected

b) Total

16.4 Short Circuit withstand capacity

16.5 Bending moment (mm)

17 Dis-connector

a) Constructional Details

b) Other information as applicable to surge arrestor

18 Surge Monitor

a) Constructional Details

b) Degree of protection

19 Suitable for hot line washing

20 Dimension and Weight

21

G.A Drawing indicating height of complete unit from base to line, minimum recommended center to center spacing, clearance from ground equipment at various height of Arrestor, earthing arrestor, earthing arrangement on earthed side of arrestor etc.

22 Details of Packing

23 License number and date for using ISI certification mark if any

24 Ammeter for discharge current

a) Type & Make

b) Accuracy

c) Range (mA)

25 Residual voltage

26 Follow Current

27 PERFORMANCE GUARANTEE

Page 92: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

92

Page 93: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

93

Page 94: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

94

Page 95: ASSAM POWER DISTRIBUTION COMPANY LTD4 ASSAM POWER DISTRIBUTION CO. LTD. NOTICE INVITING TENDER NIT No. GM/APDCL/TEZPUR/T -56/01 OF 2015 16 Separate Sealed Tenders are invited from

95