irrigation road shifting tender - 117.239.112.120117.239.112.120/cddii09/tender_document.pdf ·...

91
DEPOSIT WORK CDD-II, CUTTAC CENTRAL E CESU-CDD-II /Irrig CONSTRUCTION AND T CK BID DOCUMENT 2015-16 Page 1 of 91 ELECTRICITY SUPPLY UTILITY OF O BID DOCUMENT Tender Specification No – gation Road Shifting-TURNKEY/0 FOR D SHIFTING OF EXISTING HT/ TURNKEY CONTRACTS. (SUPPLY & ERECTION) (UNDER DEPOSIT WORK) ODISHA 02/2016-17 LT LINE UNDER

Upload: vukhue

Post on 17-Apr-2018

221 views

Category:

Documents


3 download

TRANSCRIPT

Page 1: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015

CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA

CESU-CDD-II /Irrigation Road Shifting

CONSTRUCTION AND SHIFTING

TURNKEY CONTRACTS.

II, CUTTACK BID DOCUMENT 2015-16

Page 1 of 91

CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA

BID DOCUMENT

Tender Specification No –

Irrigation Road Shifting-TURNKEY/0

FOR

AND SHIFTING OF EXISTING HT/ LT LINE

TURNKEY CONTRACTS.

(SUPPLY & ERECTION)

(UNDER DEPOSIT WORK)

CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA

TURNKEY/02/2016-17

EXISTING HT/ LT LINE UNDER

Page 2: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 2 of 91

CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA

OFFICE OF THE EXECUTIVE ENGINEER (ELECT.) CITY DISTRIBUTION DIVISION, NO.-II, BADAMBADI,CUTTACK.

�: 0671 – 2322610 Fax : 0671 – 2326658 [email protected] Website-www.cescoorissa.com

TENDER CALL NOTICE NO. / Dated

Tender Specification No : CESU-CDD-II/DESI-Turnkey/01/2015-16

CONTENTS

Sl. No. Particulars Page No. Remarks

1 Tender Notice

2 Section-I, Invitation for Bids

3 Section-II, General Conditions of Contract (GCC)

4 Section-II, Information to Bidders (IFB)

5 Section-IV, Technical Specification

6 Drawings

7 Annexure & Bid Proposal Sheets

7a Schedule of Quantity

7b Price Schedule format

7c BG Proforma for EMD

7d BG Proforma Contract Performance Guarantee

7e Bid Proposal Letter

7f Declaration form

7g Qualifying Requirements

7h Commercial deviation

7i Technical deviation

7j Additional Information

7k Bought out & Sub-Contract Items

7l Work Completion Schedule

7n Check List

7o Self declaration

Page 3: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 3 of 91

TENDER CALL NOTICE No- 02/2016-17

CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA

OFFICE OF THE EXECUTIVE ENGINEER (ELECT.)

CITY DISTRIBUTION DIVISION, NO.-II, BADAMBADI,CUTTACK. �: 0671 – 2322610 Fax : 0671 – 2326658 [email protected]

Web Site: www: cescoorissa.com

Tender Notice No. 4776(9) Dt -25.05.2016

For and on behalf of CESU, the undersigned invites sealed bids in duplicate from qualified and eligible bidders, who comply to the terms and conditions for the following works to be executed in the respective licensed area of City Distribution Division No.-II, Cuttack in Cuttack district of the State of Odisha as per the place mentioned hereunder in Deposit work.

Brief Description of Work : (1) Construction of 11KV & LT link lines, (2) Dismantle of existing

11KV & LT line

Place/ Estimated Cost (Rupees in Lakhs)

Earnest Money Deposit ( In Rs., 1% of Estimated Cost)

Last date/time for submission of bids

Date and time of opening of bid

Non refundable Cost of Bid document

Jhinkiria to Kulakalapad

3.63177

3,632.00

31.05.2016 3.00PM

01.06.2016 11.00AM

2,000/- Plus

5% VAT

The authority reserves the right to accept or reject any or whole of the offers without assigning any reason thereof. -Sd-

Executive Engineer,

CDD-II, Cuttack

CC to- 1. The Superintending Engineer, Electrical Circle, Cuttack for kind information and necessary action.

2. The Divisional Heads (Elect.), AED, Athagarh/ CED, Cuttack/ SED, Salipur for information.

3. The Sr. General Manager (Tech.), CESU HQrs. for kind information.

4. The Executive Engineer, Irrigation, Mahanadi South Division, Cuttack for information.

5. DM (Finance)/ Cashier, of this office for information.

6. Head clerk for information & detail Tender call notice may be published in Notice Board, Two daily

local Oriya news paper, Website of CESU for wide publication

Page 4: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 4 of 91

SECTION – I

INVITATION FOR BIDS (IFB)

Tender Specification No : CESU-CDD-II /Irrigation Road Shifting-TURNKEY/02/2015-16

Page 5: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 5 of 91

1.0 Sealed tenders are invited from CESU Cuttack Circle empanelled Electrical Contractors with

required license, in individual capacity for carrying out various Electrical Installation works on

‘Turnkey’ basis in the 42 Mouza Electrical Section under City Distribution Division No.-II, CESU,

Badambadi, Cuttack of Cuttack district. The bidder must fulfill all the qualification requirements as

specified in clause 2.0 stated below. The sealed envelopes shall be duly super scribed as “TENDER

NOTICE No:…….. Due date of opening …………..”.

Brief Description of Work : (1) Construction of 11KV & LT link lines, (2) Dismantle of existing

11KV & LT line Place/ Estimated

Cost (Rupees in Lakhs)

Earnest Money Deposit ( In Rs., 1% of Estimated Cost)

Last date/time for submission of bids

Date and time of opening of bid

Non refundable Cost of Bid document

Jhinkiria to Kulakalapad

3.63177

3,632.00

31.05.2016 3.00PM

01.06.2016 11.00AM

2,000/- Plus

5% VAT

2.0 Bidders to be considered as eligible (to bid) should meet the following qualifications;

(a) Bidder must quote for the entire quantum of works specified. (b) Bidder should have installed and commissioned at least 100% of the quantum of works as specified with the

same voltage level or higher level during the last two financial years preceding to the year of tender notification and should have successful operation of minimum period of one year. Bidder must enclose copies of the relevant Work Orders along with Client Certified copies of Final Invoices and/or Performance Certificates duly signed by the competent authority of the client and/or Final Inspection Certificate issued by Electrical Inspector in proof of having executed the desired quantum of works during the last three financial years.

(c) Bidder shall be financially sound and stable.

(d) In addition to above the bidder should submit the following documents in part-I bid as qualifying terms.

i. Valid electrical (HT) license for electrical works.

ii. Service Tax Registration

iii. VAT Clearance Certificate

iv. PAN & TIN No.

v. Existing Labour License

(e) The bidders who have earlier failed to execute the work order(s) of the Owner shall not be eligible to participate

in this tender.

(f) CESU reserves the right to waive minor deviation, if they do not materially affect the capacity of the bidder to

perform the contract. 3.0 Bids specification document can be obtained from the office of the undersigned on payment of Rs.2,000/-

towards non-refundable cost of bid documents plus 5% VAT (Total Rs.2,100/-) through Account payee Bank

Draft drawn on any Public Sector Bank in favour of Executive Engineer, CDD-II, CESU, Baddambadi, Cuttack

during office hours from 11.00 am. to 5.00 pm. till 31.05.2016. a. The Bids shall be submitted and received in the office of the undersigned on all office working days up to 15.00

hrs of Date 31.05.2016. In the event the date of opening is a holiday, the next working day shall be treated as the date of opening.

5.0 The bid will be opened on Dated 01.06.2016 at 11.00AM as indicated above, in the presence of the authorized

representatives of the Bidders. Bidders shall depute only one representative to attend tender opening if they wish

Page 6: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 6 of 91

to be represented. The undersigned reserves the right to reject any or all tenders if the situations so warrants.

6.0 All correspondence with regard to the above shall be made to the following address:

(Designation/Address/Fax No/Tel No/Email ID)

Executive Engineer, CDD-II, CESU, Badambadi, Cuttack Tel. No.-0671-2322610 Fax-0671-2326658 [email protected] Web Site: www: cescoorissa.com

-Sd-

Executive Engineer,

CDD-II, CESU, Cuttack

Page 7: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 7 of 91

SECTION – II

GENERAL CONDITIONS OF CONTRACT (GCC)

Tender Specification No : CESU-CDD-II /Irrigation Road Shifting-TURNKEY/02/2015-16

1.0 GENERAL: -

Executive Engineer, City Distribution Division No.-II, Badambadi, Cuttack , hereinafter

referred to as the “Owner” are desirous of construction and shifting of 11KV and LT

line due to heightening of irrigation road under the deposit work, on ‘turnkey’ basis in

42 Mouza Section under CDD-II, Cuttack, pertaining to Cuttack-Sadar Block Cuttack

Page 8: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 8 of 91

district in the state of Odisha as described below :

(i) Construction of 11KV & LT line.

(ii) Dismantle of existing 11KV & LT Line.

a) Scope of Work: -

2.1 The scope shall include supply and installation of all materials & equipments to

complete the works except the following materials/ equipments which shall be

supplied by the CESU .

a) LT XLPE AB Cable.

b) 11KV GI Pin.

c) 11KV Disc Insulator. d) B & S HW Fitting. e) HT Stay Set. f) Nut & Bolts. g) LT Stay Set. h) 150x150mm. RSJ Pole, 11Mtr. long i) 100x116mm. RSJ Pole, 9Mtr. long j) 2Ph. 3Wire Cross arm.

2.2 The detailed scope of the work shall include;

i. Detailed survey of substation, line and preparation of SLD / BOQ to be done by

the bidder.

ii. Complete manufacture, supply of materials from the approved vendor (materials

which are to be supplied by the bidder) on subsequent approval of the owner.

iii. Providing Engineering drawing, data, operational manual, etc for the Owner’s

approval;

iv. Packing and transportation from the manufacturer’s works to the site. v. Receipt, storage, preservation and conservation of equipment at the site. vi. Pre-assembly, if any, erection testing and commissioning of all the equipment; vii. Reliability tests and performance and guarantee tests on completion of

commissioning;

viii. Loading, unloading and transportation as required. ix. Erection of equipments in Sub-station including civil works. x. Erection of lines of specified voltage. xi. Testing, Commissioning of substations and lines / installations xii. Storing before erection xiii. Getting the substations & lines inspected by Appropriate authority after

Page 9: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 9 of 91

completion of work.

xv. Dismantling of existing electrical structures and return of these dismantled items at

the Owner’s stores, safe custody of the items.

3.00 DEFINITION OF TERMS

In construing this contract and the scope of work, the following words will have same meaning herein assigned to them unless there is something in the subject or context in context in consistent with such construction.

3.01 Owner / Purchaser:

The “Owner / Purchaser” shall mean the Executive Engineer, CDD-II, CESU, Cuttack and shall include its legal representative, successors and assignees.

3.02 Contractor:

The “Contractor” shall mean the firm whose tender has been accepted by the owner and shall include its legal representatives, successors and assignees.

3.03 Engineer In Charge:

The “Engineer In Charge” shall mean the Executive Engineer, CDD-II, CESU, Cuttack of the work for owner or his authorized representative.

3.04 Consignee

The “Consignee” shall mean the person authorized by the owner to receive the materials, supervise and take measurement of the work.

3.05 Site:

The “Site” shall mean, the actual place of the proposed project as detailed in the specification or other place where work has to be executed under this contract.

3.06 Specification:

‘Specifications’ shall mean the specifications and Bidding Document forming a

part of the Contract and such other schedules and drawings as may be

mutually agreed upon.

.

3.07 Contract:

The “Contract” shall mean and include the following documents: a) Invitation to Tender b) Instruction to Tender c) General Terms of contract and Technical field requirement d) Technical Specification e) Contract Agreement f) Contractor’s tender proposal including clarification letter g) Letter of intend h) Work Order i) Agreement

3.08 Commissioning:

Page 10: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 10 of 91

The “Commissioning” shall mean the first authorized operation of the equipment / installation after completion of erection, testing, initial adjustment, statutory approvals etc.

3.09 Approved:

The “Approved” shall mean the written approval of the Engineer–in-charge.

3.010 Months:

Months shall mean the calendar month.

3.011 Performance Test:

The “Performance Test” shall mean all the tests as prescribed in the specification / ISS to

be carried out by the contractor before taking over the installation by the owner.

3.012 Final Acceptance:

The “Final Acceptance” shall mean the owners written acceptance of the works performed under the contract after successful completion of Performance & Guarantee Test and Commissioning.

3.13 Terms and expressions not herein defined shall have the same meaning as are

assigned to them in the Indian Sale of goods Act (1930), failing that in the Indian

Contract Act (1872) and failing that in the General Clauses Act (1897) including

amendments thereof, if any.

3.14 In addition to the above the following definition shall also apply a) ‘All equipment and materials’ to be supplied shall also mean ‘Goods’ b) ‘Constructed’ shall also mean erected and installed. c) ‘Contract Performance Guarantee’ shall also mean ‘Contract Performance

Security’. 3.15 ‘Commercial Operation’ shall mean the condition of operation in which the complete equipment covered under the Contract is officially declared by the Owner to be available for continuous operation at different loads up to and including rated capacity. Such declaration by the Owner, however, shall not relieve or prejudice the Contractor of any of his obligations under the Contract.

04.00 SITE

04.01 The site is spread in Cuttack revenue district of Odisha state. 05.00 SERVICE CONDITIONS

All outdoor Equipment/material to be supplied against this specification shall be suitable for satisfactory continuous operation under tropical conditions as specified below:

1. Maximum ambient temperature (°C) 50

2. Minimum ambient temperature (°C) 0

3. Relative humidity (%) – Range 10 - 100 4. Maximum Annual rainfall (cm) 70 - 200

Page 11: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 11 of 91

5. Maximum wind Pressure (Kg/m2.) 75

6. Moderately hot and humid tropical, climate, Yes conductive to rust and fungus growth

06.00 BID DOCUMENTS

06.01 The bid specification documents are available in the office of the Executive Engineer, CDD-II,

Cuttack for sale to the interested eligible parties on receipt of application for the same along with a Bank Demand Draft drawn in favor of the Executive Engineer, CDD-II, Cuttack at Cuttack for an amount of Rs.2, 000.00 + 5% VAT.

06.02 The bid specification documents will be available for sale on submission of a written application

from Dt. 04.02..2016 during office working hours. Completed bids shall be received up to 15.00

Hrs. on Dt. 10..02.2016. The bid will be opened on date-11.02.2016 at 11.00AM in the Office of

the owner.

06.03 Bids received after the due date and without E.M.D. shall be rejected outright. The undersigned

reserves the right to reject any or all bids without assigning any reasons if the situation warrants.

06.04 Request for Bid Document through post will not be entertained. 06.05 The Bids will be opened in presence of Bidders / Bidder’s representatives as per

Guidelines. 06.06 Bids without E.M. Deposit will be rejected outright. No adjustment of any previous

deposit will be entertained. The E.M. Deposit shall be forfeited in case of withdrawal of bids after the last date of submission and / or non-acceptance of order.

07.00 SUBMISSION OF TENDER:

07.01

Sealed tenders in Single parts in duplicate, complete in all respects in the manner

hereinafter specified are to be submitted in the office of the Executive Engineer,

CDD-II, Cuttack, address on or before the date and time specified in the notice

inviting the tenders. Bids shall be submitted as per format provided in Section VI.

Each copy of the bids (original and duplicate) shall be submitted in double sealed

envelopes superscripted on the covers the tender specification number and the due

date of opening of the bids on the right hand top side of the envelop. On the left top

side original/ duplicate as is relevant shall be written.

07.02 The tenders are required to be submitted in Single Parts in double sealed covers with

following requisites.

Contain EMD, Cost of Bid Documents, Techno commercial documents & Price Bid. 07.03 Fax and Telegraphic tenders shall not be accepted. 07.04 Receipt of bids/ revised bids after the cut off time and date as specified in the

Page 12: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 12 of 91

Tender specification shall not be permitted and such bids shall be rejected outright.

The Owner shall not be responsible for any delay in transit in post / courier etc. in this

regard. 07.05 VALIDITY :-

The offer shall be valid for a period not less than 45days from the date of bid opening. 08.00 Bill of Quantity of Work

The contractor will survey jointly with concerned J.E. to determine the actual scope and BoQ before starting the work in the field and forward the actual scope with BoQ to this office for approval.

09.00 PRICE: -

Bidders are required to quote firm price as per the prescribed format enclosed in Section – VI. The quoted price shall be firm and inclusive of all taxes, duties, freight & insurance and other levies, if any. Owner shall not be liable to pay anything extra over and above the quoted price.

10.0 RECEIPT AND OPENING OF THE BID : -

10.01

Bids in duplicate as described under clause 07.00 shall be received in the office of

the Executive Engineer, CDD-II, Cuttack and shall be opened on the scheduled date

and time. The Owner’s authorized representatives shall open bids in the presence of

Bidders’ representatives on the date and time for opening of bids as specified in the

Invitation to Bid or in case any extension has been given thereto, on the extended

bid opening date and time notified.

10.02

Maximum one representative for each bidder shall be allowed to witness the opening

of bids. The representative must produce suitable authorization in this regard to be

eligible to witness the bid opening on behalf of the bidder. Bidders’ representatives

who are present shall sign in a register evidencing their attendance. 10.03 The Bidders’ names, bid prices, modifications, bid withdrawals and the presence or

absence of the requisite bid guarantee and such other details as the Owner, at its

discretion, may consider appropriate will be announced at the opening. No electronic

recording devices will be permitted during bid opening.

10.04 Information relating to the examination, clarification, evaluation and comparison of

Bids and recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not officially concerned with such process. Any effort by a Bidder to influence the Owner's processing of Bids or award decisions may result in the rejection of the Bidder's Bid.

11.00 EVALUATION OF BIDS & AWARD OF CONTRACT :

Page 13: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 13 of 91

11.01 To assist in the examination, evaluation and comparison of Bids, the Owner may, at its discretion, ask the Bidder for a clarification of its Bid. All responses to requests for clarification shall be in writing and no change in the price or substance of the Bid shall be sought, offered or permitted.

11.02 Owner will examine the Bids to determine whether they are complete, whether any

computational errors have been made, whether required sureties have been

furnished, whether the documents have been properly signed, and whether the Bids

are generally in order.

11.03 Arithmetical errors will be rectified on the following basis. If there is a discrepancy

between the unit price and the total price per item that is obtained by multiplying

the unit price and quantity, the unit price shall prevail and the total price per item will

be corrected. If there is a discrepancy between the Total Amount and the sum of

the total price per item, the sum of the total price per item shall prevail and the Total

Amount will be corrected.

11.04 Prior to the detailed evaluation, Owner will determine the substantial responsiveness

of each Bid to the Bidding Documents including production capability and

acceptable quality of the Goods offered. A substantially responsive Bid is one, which

conforms to all the terms and conditions of the Bidding Documents without material

deviation.

11.05 The Owner's evaluation of a Bid will take into account, in addition to the Bid price,

the following factors, in the manner and to the extent indicated in this Clause:

(a) Work Schedule

(b) Deviations from Bidding Documents 11.06 The Owner will award the Contract to the successful Bidder whose Bid has been

determined to be the lowest - evaluated responsive Bid, when the lowest bidders is

not ready and/or incapable to undertake the entire work envisaged, then the Owner

may explore the possibility of the execution of works through other bidders if they are

willing to execute at L1 rate. Such exploration shall be carried out in a sequential

order starting with L2 bidder then with L3 bidder and so on.

11.07

In case of omission of any item in the price bid or the price for the item has not been

quoted by the firm, then zero cost shall be loaded to the bid and the contract shall

be awarded with zero cost that means the firm will have to bear the cost of that item entirely

as the item price shall be considered as inclusive anywhere in other items. The bidder

shall have to give an undertaking to the effect that prices for any item not quoted

shall be treated as free supply or to be done free of cost.

Page 14: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 14 of 91

12.0 EARNEST MONEY DEPOSIT (EMD):-

12.01

A) The Tender must be accompanied by Earnest Money Deposit in shape of account payee Bank

Draft drawn on any scheduled bank at Cuttack issued in favor of CESU , payable at Cuttack. EMD

shall be 1% of the estimated cost of the work, for which the bidder has submitted the bid. Bids

without Earnest Money deposit will be rejected out rightly. (c) No adjustment of any previous deposit or any amount payable from Owner shall be

entertained for EMD. The EMD amount so submitted shall not carry any interest

payable to the bidder. 12.02 The Earnest Money so deposited shall be forfeited:

(a) if the Bidder:

i) withdraws its bid during the period of bid validity specified by the Bidder in the

Bid Form; or

(b) in the case of a successful Bidder, if the Bidder fails: (i) to sign the Contract, or

(ii) to furnish the required Contract Performance Bank Guarantee.

12.03 The EMD of unsuccessful bidders shall be returned within 30 days from the date of

finalization of the order.

13.0 OWNER’S RIGHT TO VARY QUANTITIES AT TIME OF AWARD:

While placing orders and / or during execution of contract, Owner reserve the right to increase or decrease the quantity of goods and services specified in the Schedule of

Requirement up to 10% of the tender quantity without any change in price or other terms and conditions.

14.0 EXPERIENCE OF BIDDERS : -

The bidders are required to furnish information regarding their experience on the

following aspects as per format provided in Section – VI, Annexure III :

i. Description of similar type of work with same or higher voltage level executed

during the last three years with the name(s) of the party(s) to whom / where

supplies / erection were made.

ii. The list of testing equipments / facilities available to execute the contract

covering both OSM and Supply by the Contractor himself. Also the area of

access of the Contractor through other agency must be indicated.

iii. Purchase / work orders details (P.O / W.O No. and date only) executed

Page 15: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 15 of 91

(construction work) during the last three years along with Electrical inspection

report copies and copies of user’s performance certificates.

Bids may not be considered if the past performance is found to be un-satisfactory.

15.0 DEVIATION FROM SPECIFICATION: - The bidders are requested to study the specification and the attached drawings thoroughly

before tendering so that if they make any deviations, the same are prominently brought on a

separate sheet under the headings “Deviations” as per formats provided under Section IV,

Annexure – IV & V. All such deviations to the technical & commercial terms of the specification

shall be indicated in a separate list as indicated above. In absence of such deviation schedule, it

will be presumed that the bidder has accepted all the conditions stipulated in the tender

specification, not withstanding any deviations mentioned elsewhere in the Bid. However the

acceptance of deviation is not binding on the Owner.

16.00 TAXES & DUTIES:

16.01 The contract price is inclusive of all taxes, duties, labour cess, work contract tax, cost on Freight & Insurance charges and other levies lawfully payable on the transaction, after discount, if any. Any changes in the taxes & duties during the contractual period shall be borne by the Contractor. All statutory deduction like WCT, TDS etc as applicable at the time of payment shall be deducted and to be deposited with the relevant tax authorities.

16.02 Service Tax:- Extra

17.00 WORK COMPLETION PERIOD:

17.01 Time being the essence of the contract; the work shall be completed within 30 days of

date of issue of work order.

17.02 The bidder shall complete the field survey and dump the materials procured as per

specification, at site within first 15days of issue of work order and complete all erection

and commissioning work within next 15days.

17.03 The work shall be treated as complete when it shall be completed in all respects with all mountings, fixtures and standard accessories which are normally supplied even though not specifically detailed in the specification. No extra payment shall be payable for such mounting, fittings, fixtures and accessories which are needed for safe operations of the equipment as required by applicable code of the country though this might not have included in the contract.

17.04

Page 16: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 16 of 91

All similar components and/or parts of similar equipment supplied shall be inter-changeable with one another. Various equipments supplied under this contract shall be subject to CESU approval.

17.05 CESU however reserves the right to re-schedule the completion period, if required.

18.00 ENGINEER – IN – CHARGE:

For the purpose of this work, concerned Divisional Engineer for CDD-II, Cuttack or his

authorized officer shall be the Engineer-In-Charge for this project.

19.00 PAYING OFFICER:

For the purpose of this work Executive Engineer, CDD-II, Cuttack CESU shall be the Paying Officer. Paying Officer shall process the bills after obtaining the following documents;

I) Invoice in Triplicate duly certified by the Concerned J.E. & SDO along with Joint Measurement Certificate (JMC).

II) Work Completion Certificate for each completed work duly certified by the concerned J.E, SDO. III) Material Utililization Certificate (OSM), if any, duly certified by the concerned J.E & SDO. IV) Copy of Inspection/Testing report/ Type Test Report/ Guarantee Certificate against

Contract supply items. V) Return of dismantled materials, if any, duly acknowledged / certified by the concerned

Section. VI) Copies of all Statutory documents such as Valid Labour License, Electrical Project

Licenses, Service Tax payment Challan, WCT payment Challan, PAN Card and any other documents as required by the paying Officer.

VII) The contractor has complied with all scope of technical specification as mentioned in the tender specification duly certified Concerned J.E & SDO.

VIII) Besides above, any other standard documents as required for passing & processing the bills for payment under this contract.

20.0 CONTRACT PERFORMANCE GUARANTEE :-

20.01

Within 15 days of issue of the Work Order or Letter of Award, whichever is earlier, the

Contractor shall submit Contract Performance, in shape of A/C payee Bank draft

issued by a Public Sector Bank at Cuttack, issued in favour of the Executive Engineer,

CDD-II, CESU , Cuttack covering 10% of the total value of the work order. The

contractor may opt for deduction of PG amount from the bill also.

20.02 The Contract Performance Bank Guarantee shall remain valid for a period not less

than 90 days over and above the guarantee period, basing on stipulated

completion period in the W.O. towards security and acceptance thereof, failing

which the work orders (W.O) will be liable for cancellation without any further notice

Page 17: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 17 of 91

with forfeiture of E.M.D.

20.03 No interest shall be allowed by the Owner on the above Performance Security

Deposit submitted by the Bidder except in case of demand draft or cash deposit 21.00 PAYMENT TERMS:

21.01 100% (Hundred Percent) of contract price along with taxes and duties and deductions as applicable shall be paid after completion of all works, envisaged including any additions and alterations, testing & commissioning, return of dismantled materials / un-used CESU’s Supply materials (OSM), taking over certificate and entire stretch is fully ready for commercial operation. The Completion of Work is to be certified by the Jr. Manager & SDO Concerned. No payment shall be released unless the accounts for utilization of materials follow with proper certification by the concerned Junior Manager, Asst. Manager / SDO.

21.02 No proportionate payment shall be released for the Deviation Portion in Standard of Work

and Material. The total amount involved shall be deducted and will be paid after compliance within thirty (30) days.

21.03 GENERATION AND SUBMISSION OF BILL

a. The bills will be generated strictly basing on the JMC of the work but limiting to BoQ.

b. The bills are to be submitted by the agency to the Concerned Junior Manager only. The bills must be accompanied with JMC (as per prescribed format) duly certified by the

agency and concerned JM and SDO. The bills without JMC as per prescribed format

duly certified by the agency and concerned JE & SDO will not be entertained by this

office.

c. Correction in the bill (regarding variation in quantity with respect to JMC) is to be avoided.

d. The bills must accompany with the JMC, Inspection Report, Type Test Report, Completion Certificate, and Material Purchase Invoice/ Bill in support of materials used and all other statutory documents as per the work order.

22.00 PENALTY OF CONTRACT:

22.01 If the contractor fails to complete the works (Supply, erection, testing and commissioning

etc.) within the completion period specified in the work order or any extension granted thereby, the contractor shall be liable for payment of penalty amounting to 0.5% (point five percent) subject to maximum 5% (five percent) of the contract price per week of un-finished portion of works. 16.02 The penalty for liquidated damage as mentioned above will be levied if any deviation to be scheduled on any item of work due to the fault of the contractor is observed.

22.02 Penalty amount can be realized from the Performance Guarantee, if the situation so

warrants. 22.03

Page 18: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 18 of 91

Extension of delivery period could be with / without levy of penalty lie with the discretion of CESU.

23.00 GUARANTEE PERIOD:

23.01 All the materials to be supplied under this contract shall be guaranteed for satisfactory operation against defects in design and workmanship for a period of 12 months from the date of handing over of the completed installations after commercial operation at required voltage level.

23.02 The above guarantee certificates shall be furnished in triplicate to CESU (Executive Engineer, CDD-II, Cuttack) for his approval. Any defects noticed during the above period should be rectified by the bidder free of cost to CESU provided such defects are due to faulty design, bad workmanship or bad materials used on receipt of written notice from the CESU. The contractor as notified by the CESU shall rectify any such defects within one month failing which the CESU will set right the defects through other agency and recover the cost so incurred either from any pending Invoices or Performance Guarantee.

24.00 REJECTION OF MATERIALS:

All the materials to be used should have conform to REC/ IS/ CESU/ CAPEX (GTP enclosed)

specification with latest amendments. In no case, sub standard materials shall be allowed to

use in this work.

In the event of the materials supplied by the contractor and/or the installation works are

found to be defective in quality and the workmanship is poor or otherwise not in conformity

with the requirements of the contract specification, CESU shall reject such materials /

services and ask the contractor in writing to replace / rectify the defects. The contractor on

receipt of such notification shall rectify or replace the defective materials and/or re-install

the work already executed, free of cost to the CESU. If the contractor fails to do so the CESU

may at his option take the following actions which could be on concurrent basis.

A) Replace or rectify such defective materials and recover the extra cost so involved plus 25% from the Contractor.

B) Terminate the contract for balance supply and erection with enforcement of penalty as per contract.

C) May acquire the defective materials at reduced price considered acceptable under the circumstances.

D) Forfeit the Performance Guarantee.

25.00 DOCUMENTS & DRAWINGS:

25.01

GTP is annexed for reference. Within 7 days of the effective date of contract you shall provide three copies of an outline program of production, delivery, survey, erection, pre- commissioning and commissioning in chart form. Included in the program will be the detailed schedule of drawing to be submitted.

25.02

The periodic progress report as required by the CESU shall be submitted by you as per the format prescribed by the Engineer in Charge.

Page 19: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 19 of 91

26.00 APPROVAL PROCEDURE OF SUB VENDORS & DRAWINGS OF BOUGHT OUT MATERIALS:

The contractor shall submit all drawings, documents and type test reports, QAP, Name of Sub vendor, samples (as applicable) etc, to the engineer in charge within 15 days of award of LOA for approval. If modifications to be made if such are deemed necessary, the contractor has to resubmit them for approval without delaying the initial deliveries or completion of the contract work.

27.00 INSPECTION & TESTING OF MATERIAL:

27.01 All materials & equipments to be supplied under this contract shall be supplied as per specification.

27.02 The Contractor has to produce the type test report of all Major Materials (Poles, 11KV Pin

Insulators, Stay Insulators, AB Switch, HG Fuse, LT Distribution Box, Disc Insulator, HW

Fittings, Piercing Connector, Suspension Clamp, Dead end Clamp, PVC Cable,

Channels & Angle), before purchase.

27.03

The materials procured by the contractor are to be tested at site by the representative

of owner (SDO (Elect.) of concern area/ any representative of owner, specified by

owner), as per specification before erection. It is the responsibility of the contractor to

get the materials tested before erection. If any dispute arises regarding quality of

materials, it is the liberty of CESU to send the same to Standard Testing Laboratory for

testing and in such event any expenditure to be incurred for this, shall be borne by the

contractor.

27.04

The Engineer-in-charge or his representative shall be entitled at all reasonable times during manufacture / installation to inspect examine and test the materials at the contractor’s premises / erection site about workmanship of the materials to be supplied under this contract. If the said materials are being manufactured in other premises, the contractor shall provide unhindered clearance, giving full rights to the CESU to inspect, examine and test as if the materials were being manufactured in his premises. Such inspection / examination and testing shall not relieve the contractor of his obligations to execute the contract by letter and spirit.

28.00 STORE: Storing of materials from supply to erection shall be arranged by the contractor at his own cost. No compensation shall be made by the CESU for any damage or loss of materials during storing, transit transportation and at the time of erection.

You have to construct your own store, engage own security guards till completion and

handing over of the work to CESU.

29.00 TRANSFER AND SUB-LETTING:

The Contractor shall not sublet, transfer, assign or otherwise part with the Contract or any part thereof, either directly or indirectly, without prior written permission of the CESU.

Page 20: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 20 of 91

30.00 ELECTRICITY, WATER, SITE OFFICE:

The Contractor shall be entitled to use for the purpose of performing the Services such as supply of electricity and water as may be available on the Site and shall provide any apparatus necessary for such use. The Contractor shall pay the CESU at the applicable tariff plus the CESU’s overheads, if any, for such use. Where such supplies are not available, the Contractor shall make his own arrangement for provision of any supplies he may require. No compensation shall be made by the CESU for any damage or loss of materials during storing, transit transportation and at the time of erection.

31.00 CLEARANCE OF SITE:

The Contractor’s shall from time to time during the progress of the Works clear away and remove all surplus materials and rubbish disposal in an approved manner. On completion of the work the Contractor shall remove all Contractors’ equipment and leave the whole of the Site clean and in workable conditions, to the satisfaction of CESU. The Contractor shall obtain prior approval of CESU to remove the surplus materials.

32.00 AUTHORITY FOR ACCESS:

No persons other than the employees of the Contractor and his sub-contractors shall be allowed on the Sites except with the written consent of CESU. Facilities to inspect the work shall at all times be afforded by the Contractor to CESU and his representatives, authorities and officials.

33.00 ASSISTANCE WITH LOCAL REGULATIONS

The CESU shall assist to the extent possible the Contractor in ascertaining the nature and extent of any laws, regulations orders or bye-laws and customs in India where the Goods are to be erected, which may affect the Contractor in the performance of his obligations under the Contract. CESU shall if so requested procure for the Contractor copies thereof where available and information relating thereto at the Contractor’s cost.

34.00 CONTRACTOR’S DEFAULT:

34.01 If the Contractor neglects to execute the works with due diligence and expedition or refuses or neglects to comply with any reasonable order given to him, in writing by the Engineer in connection with the works or contravenes the provisions or the contract, the CESU 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 (7) days from the date of serving the notice, the CESU 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 CESU thinks 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 CESU 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 CESU 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

Page 21: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 21 of 91

the cost of executing the said part of works or of completing the works as the case may be. If the cost of completing of works or executing 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.

34.02 In addition, such action by the CESU as aforesaid shall not relieve the Contractor of his

liability to pay liquidated damages for delay in completion of works. 34.03 Such action by the CESU as aforesaid the termination of the Contract under this clause

shall not 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.

35.00 RIGHT OF WAY:

Right of way issues, if any, arising during execution of the works shall have no liability on the CESU. These issues shall be settled at the sole discretion of the Contractor. CESU shall however extend all possible help to the Contractor including discussion with the local authorities for early resolution of these issues.

36.00 TERMINATION OF CONTRACT ON CESU’S INITIATIVE:

36.01 CESU 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 CESU shall in such an event give seven (7) days notice in writing to the Contractor of his decision to do so.

36.02 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 related to the work terminated and terms satisfactory or the CESU, stop all further sub-contracting or purchasing activity related to the work terminated, and assist CESU in maintenance, protection, and disposition of the works acquired under the Contract by the CESU. In the event of such a termination the Contractor shall be paid compensation, equitable and reasonable, dictated by the circumstance prevalent at the time of termination to be determined by the arbitrator without stopping the work but to carry out the left over work to other agency.

36.03 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 CESU is satisfied that the legal representatives of the individual Contractor or of the proprietor of the propriety concern and in the case of partnership, the surviving partners, are capable of carrying out and in the case of partnership, the surviving partners, are capable of carrying out and completing the Contract the CESU shall be entitled to cancel the Contract as to its in completed part without being in any way liable to payment of any compensation to the estate of deceased Contractor and /or to the surviving partners of the Contractor’s firm on account of the cancellation of the contract. The decision of the CESU that the legal representatives of the deceased Contractor or surviving partners of the Contractor’s firm cannot carry out and complete

Page 22: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 22 of 91

the contract shall be final and binding on the parties. In the event of such cancellation the CESU shall not hold the estate of the deceased Contractor and/ or the surviving partners of the Contractor’s firm liable to damages for not completing the Contract.

37.00 SAFETY PRECAUTION:

The agency shall observe all applicable regulations regarding safety as per Central Electricity Authority (Measures relating to safety & Electric Supply) Regulations-2010, at site. Any compensation due on account of accident at site shall be in the contractor’s account.

38. 00 RECONCILIATION OF ACCOUNT:

The contractor shall prepare and submit a statement covering payments claimed and the payments received vis-à-vis the works executed, for reconciliation of accounts with the CESU. The contractor shall also prepare and submit a detailed account of CESU Supply materials received and utilized by him for reconciliation purpose in a format to be supplied by CESU.

39.00 MAINTENANCE OF STATUTORY RECORDS:

You will maintain all the registers, records and return under the contract labor (R&A) Act 1970 and Odisha rules made there under, The employee provident fund (M&P) Act 1952, The Employee Insurance Act 1948, Minimum wages Act and other relevant labor laws as applicable from time to time and produce the same for verification before the concerned statutory authority on demand.

40.00 TAKING OVER:

40.01 Upon successful completion of all the tests performed at site on equipment / materials supplied, erected and Commissioned by the contractor, the supply engineer shall issue to the contractor a taking over certificate as a proof of the final acceptance of the equipment / materials on a written request by the contractor within 10 days of commercial operation. Such certificate shall not be un-reasonably withheld nor will the engineer delay the issuance thereof on account of minor omission or defects, which do not affect the commercial operation and / or cause any serious to the equipment/material. The conditional taking over certificate can be issued if any minor omission or defects pointed by the engineer-In –Charge / Supervising Officer / Electrical Inspector persists. The contractor should rectify those defects within a month of conditional T.O.C. failing which department will rectify those by replacing those materials or engaging other agencies. The amount so involved will be fully recovered from the contractor’s bill. Such certificate shall, however, not relieve the contractor of any of his obligations which otherwise survive by the terms & conditions of the contract after issuance of such certificate.

40.02

For the satisfaction of CESU about quality, the CESU shall have unreserved right for arrangement of testing of equipment/ materials and the complete system independently by self or any other agency chosen by the CESU. The contractor is expected to agree and extend necessary help during such test if necessary.

Page 23: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 23 of 91

41.00 FORCE MAJEURE:

The Contractor shall not be liable for any penalty for delay or for failure to perform the

contract for reasons of Force Majeure such as “acts of God, acts of the Public enemy,

acts of Govt., Fires, Flood, Epidemics, Quarantine restrictions, Strikes, Freight Embargos

and provided that the Contractor shall within ten (10) days from the beginning of such

delay notify the CESU in writing of the cause of delay. The CESU shall verify the facts and

grant extension as facts justify.

42.00 DISPUTE RESOLUTION AND JURISDICTION:

a) Any Disputes arising out of this contract shall be referred to the SE, Electrical circle, Cuttack who shall decide the case as sole Adjudicator.

b) All disputes shall be subjected to exclusive jurisdiction of the Courts at Cuttack and the writ jurisdiction of Hon’ble High Court of Odisha at Cuttack.

43.00 ENGAGEMENT OF SECURITY:

The Contractor shall have to engage his own security at his own cost till final handing over of the entire completed work after commissioning to CESU.

44.00 WORKMEN COMPENSATION:

The Contractor shall take out a comprehensive insurance policy under the Workman Compensation Act 1923, to cover such workers, who will be engaged to undertake the jobs covered under this Work Order and a copy of this insurance policy will be given to CESU and Engineer-in-charge solely for their information, reference and records. The Contractor shall ensure that such insurance policies are kept at all times valid.

45.00 CONTRACTOR’S CONSTRUCTION MANAGEMENT:

Contractor’s Representative: The Contractor’s shall, employ adequate numbers of competent representatives to supervise & carry out each item of works on Site. They shall be fluent in the Odia language for day to day communications. Their names shall be communicated in writing to CESU before works on Site begins. Any instruction or notice which CESU gives to the Contractor’s representatives shall be deemed to have been given to the Contractor.

At least one of the Contractor’s competent representatives on each Site shall be fluent in speaking, writing, reading and understanding Odia / English.

46.00 OBJECTION TO CONTRACTOR’S EMPLOYEES:

The Contractor shall, upon the CESU’s written instructions, remove from the Works any person employed by him for execution of the Work, who misconduct himself or is found to be incompetent or negligent.

Page 24: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 24 of 91

47.00 CORRESPONDENCE:

47.01 Any notice to the contractor under the terms of the contract shall be served by hand to the authorized local representative of the contractor and copy by post to the contractor’s principal place of business.

47.02 Any notice to CESU shall be served to the Executive Engineer, CDD-II, Cuttack in the same manner.

48.00 ACCEPTANCE:

The bidder has to acknowledge receipt of this award of contract along with the Annexure(s) ensuring submission of one copy of this letter of award duly signed on each page as a proof of your acceptance of this contract within 03 ( Three) days from the date of issue of the work order.

Non Acceptance or Conditional acceptance of the Work Order within the stipulated period, Work order shall be cancelled automatically.

Any other terms & conditions not mentioned here shall be as per the prevailing rule of CESU, Bill of quantities and other schedules, which shall form part of this contract.

Page 25: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 25 of 91

04.00 Construction of Line & Sub-station

All the 11kv line will be constructed over 300kg 9 mtr long PSC pole with 55mm2 AAAC the detail of which shown in the Annex – I. LT line will be constructed over 200KG 8mtr long PSC pole ( 1phase 2w, 2ph 3w and 3ph 4W) the detail of which as shown in Annex – I.

SECTION - III

INFORMATION TO BIDDERS

Page 26: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 26 of 91

05.00 Construction of LT Lines

The LT lines shall be of following configurations

Sl No. Type of line Conductor Support Average span in mtr.

1 3Phase 4Wire AB cable of size 3X50mm2+16+1X35mm2

XLPE Insulation.

8Mtr. 200KG

PSC

40

05.01 LT Lines using AB Cable shall be constructed on 8 mtr long 200KG PSC Pole by fixing

cross arm , schackle insulator etc as required for supporting LT AB conductor, earthing arrangement, anti climbing device, danger plate, stay sets as required, bolts, nuts & washers and any other hardware required to complete the work, as finalised during detailed survey and as per direction of Engineer in charge of CESCO. Pole Spotting

a) Span

Average span of HT & LT lines with proposed conductors is given in the table below.

(

b

) Road Crossing

At all major road crossings, the poles shall be fitted with strain type insulators but the ground clearance at the roads under maximum temperature and in still air shall be such that even with conductor broken in adjacent span, ground clearance of the conductor from the road surfaces shall not be less than 6.1 meters.

(c) Power Line Crossings

Where the proposed lines require to cross over another line of the same voltage or lower voltage, provisions to prevent the possibility of its coming into contact with other overhead lines shall be made in accordance with the Central Electricity Authority (Measures relating to Safety & Electric Supply) Regulations, 2010, as amended from time to time. All the works related to the above proposal shall be deemed to be included in the scope of the Contractor. Where existing lines of higher voltages are to be crossed under another line, the bidder shall take up suitable re-routing so as to obtain necessary sectional clearances, other wise crossing through 11 kV cable shall be proposed.

(d) Telecommunication Line Crossings

The angle of crossing shall be as near to 90 degree as possible. However, deviation to the extent of 30 degree may be permitted under exceptionally difficult situations. HT line shall be routed with requisite suppresion with parallel telecom line to avoid inductance during faults.

Sl No. Line Class Support (Height

in mtrs / KG

class)

Conductor

Type

Nominal

Conductor

size in sq

Max.

span in

mtrs.

1 11KV 3Ph (for new line & spur line)

RS Joist (11Mtr./ 380.6Kg.)

AAAC 55 68

2 LT 3Ph 4W PSC (8/200) ABC 3x50+1x35

40

Page 27: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 27 of 91

(d) Details Enroute.

All topographical details, permanent features, such as trees, telecommunication lines, building etc. 5.5 meter on either side of the alignment shall be detailed on the route plan.

(e) Clearance from Ground, Building, Trees etc.

Clearance from ground, buildings, trees and telephone lines shall be provided in conformity with the Central Electricity Authority (Measures relating to Safety & Electric Supply) Regulations, 2010 as amended upto date. The bidder shall select the height of the poles such that all electrical clearances are maintained.

(f) The minimum planting depth of poles shall be governed by IS : 1678. However, if due to the ground conditions, e.g. water logged area etc. depth of planting of poles shall be suitably increased the bidder will supply the poles of suitable height in order to maintain the required clearances, the vendor will submit the details of the same on case to case basis.

(i) Guarding mesh shall be used in all electric line / telecom line / road / drain / canal crossing and at all points as per statutory requirements. The bidder shall provide & install anti climbing devices and danger plates on all poles and DT stations.

DESIGN PARAMETERS

a) Factor of safety 2.0 in Normal condition for 33 kV & 2.5 for 11 kV line & LT line PSC supports.

b) Wind Pressure on Pole & conductor– As per IS 802 c) In addition to wind load on cross-arms, insulators guy-wire etc. shall be

considered. d) Wind load on full projected area of conductors and pole is to be considered for

design. e) Ground clearance shall be minimum 5.2m for 33 kV line & 4.6 m for 11 KV line & LT

line for bare conductor at locations other than road crossings. f) Ground clearance shall be minimum 4m for 11 kV ABC line & LT ABC line. g) The live metal clearance shall be as per IS: 5613 and shall be min. 330 mm for 33

KV line. Pole accessories like danger plates, phase plates and number plates shall be provided. POLES

Erection of Pole, PSC footing and compaction of soil

Pits are to excavated to a size of 0.6 meter x 1.2 meter with its longer axis in the direction of the line. In case bidder employs Earth augers, the Pit size can be considered 0.6 meter dia with 1.5 meter depth or 1/6th of length of the pole which is higher For hard rock locations, 1 meter deep hole of diameter 20% in excess of the longest dimension of the bottom most portion of pole shall be excavated. The pole shall be grouted in the pit with 1:2:4 nominal concrete mix at the time of pole erection. The planting depth of pole over the base precast concrete slab shall be 1500 mm in the ground except in wet soil and black cotton soil where depth shall be increased by 0.2 mtr. to 0.3 mtr. with reduced wind span.

Page 28: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 28 of 91

Following arrangement shall be adopted for proper erection of PSC type poles and properly Compacting of the soil around the base / foot of the poles, under this package. 1. All the PSC poles shall be provided with a RCC block base having dimensions and

constitutions as per REC Construction Standard K-1. 2. The poles shall then be lifted to the pit with the help of wooden supports. The pole

shall then be kept in the vertical position with the help of 25 mm (min.) manila ropes, which will act as the temporary anchor. The verticality of the pole shall be checked by spirit level in both longitudinal & transverse directions. The temporary anchor shall be removed only when poles set properly in the foundation after compacting the soil.

3. Entire void space above the block is to be filled with uniform pieces of bricks and rigidly compacted by ramming in layers maintaining verticality of the PSC pole.

4. Concreting of foundation upto a height of 1.8 mtrs. from the bottom of the pit with a circular cross-section of radius 0.25 mtrs. (volume of 0.3 cu.mtr. per pole) in the ratio of 1:2:4 shall be done at the following locations: i) For all 11KV Joist poles as per CESU specification. ii) At all the tapping points and dead end poles. iii) At all the points where DT is to be installed. iv) At all the points as per REC construction dwg. No. A-10 (for the diversion

angle of 10-60 degree) v) Within a maximum distance of 1 km from the last Jhama filled pole structure. vi) Both side poles at all the crossing for road, nallaha railway crossings etc. vii) Where Rail poles, double pole and four pole structures.

5. In case the route of 33/11 kV lines encounters marshy low laying area, special type of foundations shall be used. In such a case, difference in excavation quantity, concreting & reinforcement between special foundation and normal foundation shall be paid extra as per Delhi Schedule of Rate (DSR) applicable on the date of bid opening. No other payment incidental to special foundation locations shall be made to the contractor.

Earthing of Poles

In 33/11 kV & LT line, each pole shall be earthed with coil type earthing as per REC Construction Standard J-1.

All DP & the poles on both sides of railway, Telecommunication, road, drain & river crossing shall be earthed by pipe earthing as per REC Construction Standard J-2. Extension Pole

PSC pole with pole extension arrangement up to two meters shall be used at low ground level locations for maintaining ground clearance and for road crossings for HT & LT lines. Extension of poles shall be by use of 100x50x6mm galvanise channel up to three meters. A overlap of one meter shall be maintained with the pole. Wherever such extended poles will be used the span on both sides of the extension pole shall be suitably reduced to take care of loading on the pole.

PROVIDING OF GUYS/STRUT POLES TO SUPPORTS

Page 29: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 29 of 91

Strut poles/flying guys wherever required shall be installed on various pole locations as per REC construction standards .For selection of guing locations REC guidelines & construction practices shall be followed. In this work anchor type guy sets are to be used. These guys shall be provided at

i) angle locations ii) dead end locations iii) T-off points iv) Steep gradient locations. v) Double Pole, & four poles

The stay rod should be placed in a position so that the angle of rod with the vertical face of the pit is 300/450 as the case may be. G.I. stay wires of size 7/3.15 mm (10 SWG) with GI turn buckle rod of 16 mm dia & 16 mm dia GI stay stay rods, shall be used for 11KV & LT line. G.I. stay wires of size 7/4 mm with GI turn buckle rod of 20 mm dia & 20 mm dia GI stay stay rods, shall be used for 33 KV line. For double pole structure (DP), four stays along the line, two in each direction and two stays along the bisection of the angle of deviation (or more) as required depending on the angle of deviation are to be provided. Hot dip galvanised stay sets are to be used. The anchor plate shall be fixed to 200mm x 200mm MS plate of 6mm thickness. M.S. rod with a bolt arrangement at one end and other end is given shape of 40mm dia circle to bind one end of the stay wire. The anchor plate shall be buried in concrete. The dimensions for concreting & earth & boulder fill shall be as per the drawing mentioned in clause no 3.01.00. The turn buckle shall be mounted at the pole end of the stay and guy wire so fixed that the turn buckle is half way in the working position, thus giving the maximum movement for tightening or loosening. If the guy wire proves to be hazardous, it should be protected with suitable asbestos pipe filled with concrete of about 2 m length above the ground level, painted with white and black strips so that, it may be visible at night. CROSS ARMS

Cross Arms For 11 KV Overhead Power Lines shall be made out of 100x50x6 mm and 75 x 40 x6 mm M.S. channel. Cross Arms made out of M.S. angle shall not be used. Cross arms shall conform to specification given under the head miscellaneous items in this specifications.

Fixing of Cross Arms

After the erection of supports and providing guys, the cross-arms are to be mounted on the support with necessary clamps, bolts and nuts. The practice of fixing the cross arms before the pole erection can also be followed. In case, the cross-arm shall be mounted after the pole is erected, the lineman should climb the pole with necessary tools. The cross-arm shall then tied to a hand line and pulled up by the ground man through a

Page 30: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 30 of 91

pulley, till the cross-arm reaches the line man. The ground man should station himself on one side, so that if any material drops from the top of the pole, it may not strike him. All the materials should be lifted or lowered through the hand line, and should not be dropped. INSTALLATION OF LINE MATERIALS

Insulator and Bindings

Prior to fixing, all insulators shall be cleaned in a manner that will not spoil, injure or scratch surface of the insulator, but in no case shall any oil be used for that purpose. Pin insulators shall be used on all poles in straight line and disc or shackle insulators on angle and dead end poles. Damaged insulators and fittings, if any, shall not be used. The insulator and its pin should be mechanically strong enough to withstand the resultant force due to combined effect of wind pressure and weight of the conductor in the span. Strain insulators shall be used at terminal locations or dead end locations and where the angle of deviation of line is more than 100. Strain insulators shall be used at major crossings. 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 the pins and tightened. In the case of strain or angle supports, where strain fittings are provided for this purpose, one strap of the strain fittings is placed over the cross-arm before placing the bolt in the hole of cross-arms. The nut of the straps shall be so tightened that the strap can move freely in horizontal direction. Handling of Conductor and Earth wire

Running Out of the Conductors: The contractor shall be entirely responsible for any damage to the pole or conductors during stringing. Care shall be taken that the conductors do not touch and rub against the ground or objects, which could scratch or damage the strands. The sequence of running out shall be from the top to down i.e. the top conductor shall be run out first, followed in succession by the side conductors. Unbalanced loads on poles shall be avoided as far as possible. When lines being erected run parallel to existing energized power lines, the Contractor shall take adequate safety precautions to protect personnel from the potentially dangerous condition. Monitoring of Conductors during Stringing The conductor shall be continuously observed for loose or broken strands or any other damage during the running out operations. Repair to conductors, if necessary, shall be carried out with repair sleeves. Repairing of the conductor surface shall be carried out only in case of minor damage, scuff marks, etc. The final conductor surface shall be clean, smooth and free from projections, sharp points, cuts, abrasions, etc. The Contractor shall be entirely responsible for any damage to the poles during stringing.

Crossings

Page 31: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 31 of 91

All crossings shall be at right angles. Derricks or other equivalent methods ensuring that normal services need not be interrupted nor damage caused to property shall be used during stringing operations where roads, channels, telecommunication lines, power lines and railway lines have to be crossed. The contractor shall coordinate with state electricity board for obtaining work permit and shut down of the concerned line. However. shut down shall be obtained when working at crossings of overhead power lines. The Contractor shall be entirely responsible for the proper handling of the conductor, earthwire and accessories in the field.

Guarding shall be provided at major crossings. The Guardings shall consists of GI guard cross arm of length 2.5 mtrs made out of 75 x 40 x 6 mm channel & shall be hot dipped galvanized generally conforming to IS:2633/72. The clamps shall also be hot dipped galvanized generally conforming to IS:2633/72. Guardings shall be erected with ground & line clearances as per the I.E. rules. The guarding shall be provided with GI wire 8 SWG for 11KV & LT line & 4 SWG for 33KV line. Binding wire & suitable I bolt & nut bolts for cross arm to cross arm. Guard wire shall be separately earthed at both ends. For 33KV line guarding arrangement shall be as per REC construction standard M6.

Anti-climbing Devices

Anti Climbing Devices shall be provided with G.I. Barbed wire, they shall be provided and installed by the Contractor for all poles. The barbed wire shall conform to IS:278 (Grade A1). The barbed wires shall be given chromating dip as per procedure laid down in IS:1340.

Painting Materials

All the metal parts except G.I. parts are to be painted with one coat of red oxide and one coat of aluminium paint.

STRINGING OF CONDUCTOR

The works include spreading of conductors or HT/LT AB Cables without any damage and stringing with proper tension without any kinks/damage including binding of conductor at pin points, jumpering at cut points etc. The ground & line clearances at road crossings along roads, L.T. crossings & other crossings shall be as per the relevant Central Electricity Authority (Measures relating to Safety & Electric Supply) Regulations, 2010.

While transporting conductors drums to site, precautions are to be taken so that the conductor does not get damaged. The drum shall be mounted on cable drum support. The direction of rotation of the drum shall be according to the mark in the drum so that the conductor could be drawn. While drawing the conductor, it shall not rub causing damage. The conductor shall be passed over poles on wooden or alluminium snatch block (pulley) mounted on the poles for this purpose.

The conductor shall be pulled through come-along clamps to stringing the conductor between the tension locations.

Conductor splices shall not crack or otherwise be susceptible to damage in the stringing operation. The Contractor shall use only such equipment / methods during conductor stringing which ensures complete compliance in this regard. All the joints including mid span joints on the conductor and earth-wire shall be of the compression

Page 32: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 32 of 91

type, in accordance with the recommendations of the manufacturer, for which all necessary tools and equipment like compressors, dies, etc., shall be obtained by the Contractor. Each part of the joint shall be cleaned by wire brush till it is free of rust or dirt, etc., and be properly greased with anti-corrosive compound, before the final compression is carried out with the compressors. After completing the jointing, tensioning operation shall be commenced.

All the joints or splices shall be made at least 15 meters away from the pole. No joints or splices shall be made in spans crossing over main roads, railways and small river spans. Not more than one joint per sub-conductor per span shall be allowed. The compression type fittings shall be of the self centering type. After compressing the joint, the alluminium sleeve shall have all corners rounded; burrs and sharp edges removed and smoothened.

During stringing of conductor to avoid any damage to the joint, the contractor shall use a suitable protector for mid span compression joints in case they are to be passed over pulley blocks / aerial rollers. The pulley groove size shall be such that the joint along with protection can be passed over it smoothly.

TAPPING ARRANGEMENT FROM EXISTING 11KV LINE

Tapping of existing 11kV line shall be taken by providing a horizontal cross arm below the existing V cross arm of the pole & mounting disc insulators on it. The tapping conductors may be guided by providing pin insulators as required. A new two pole structure shall be erected within 10-15 meters of this tapping pole & the new line will emerge from this two pole structure with disc insulators. The Taping pole to the double pole conductor tension should be such that it avoids looseness & sag to the extent possible & it should avoid extra tension on the tapping pole.

Wherever the proposed spur line length is more than two km after the tapping an AB switch arrangement shall be provided at the double pole for isolation of the line.

Aligning/re-erection of tilted/bent poles wherever found in the route of line along with strengthening of its foundation is in the scope of the bidder.

Before undertaking the Re-conductoring work in the given line, the bidder shall make assessment of type and quantity of the existing conductor in consultation/presence of owner’s representative.

While Re-conductoring of 11 KV line, disconnection/connection of existing Distribution Transformer shall be in the scope of the contractor/bidder. The supply and erection of line material for achieving the DT disconnection and connection shall be in the scope of the contractor.

The empty conductor drums, available after laying of conductor, shall be disposed of by the contractor at his cost. These drums may be used for rewinding of Conductor removed from the line at the later stage of Re-conductoring work.

Any other work not mentioned above exclusively but required for accomplishing desired work will be in the scope of the bidder/contractor.

For all above activities shut down will be provided for the line by owner. Restoring the disturbance/damage caused by above activities to the existing infrastructure e.g. road, water/sewerage pipes, telecommunication lines etc. will be in the scope of the bidder/contractor.

Page 33: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 33 of 91

While Repairing & Replacing the equipment, if any equipment gets damaged due to negligent handling of the contractor the same shall be replaced by the contractor, at his cost, to the owner/employer’s satisfaction.

Survey of existing lines

Survey shall have to be carried out by the contractor of existing lines.

Span

Since the work shall be done on the existing line, the existing span shall be maintained. However, if any new pole is required to be erected along the route of existing line, the span should be as near as possible to the basic design span indicated below.

11 KV line : 68 meter

Page 34: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 34 of 91

TECHNICAL SPECIFICATION FOR 11KV LINE MATERIALS

SUPPORT POLES, CROSSARMS AND NUTS & BOLTS

01.00 SCOPE

This Specification covers Design, Engineering, Manufacture, testing, inspection before despatch, forwarding, packing, transportation to site, Insurance (both during transit & storage), Storage, Erection, Supervision, testing and commissioning of 11KV, support Poles, Cross Arms and Bolts & Nuts. for use in the networks of CESU, Orissa

The equipment offered shall have been successfully type tested and the design shall have been satisfactory operation for a period not less than two years on the date of bid opening. Compliance shall be demonstrated by submitting with the bid, (i) authenticated copies of the type test reports and (ii) performance certificates from the users.

The scope of supply includes the provision of type tests. Rates of type tests shall be given in the appropriate price schedule of the bidding document and will be considered for evaluation. The Collector & District Magistrate, Puri reserves the right to waive type tests as indicated in the section on Quality Assurance. Inspection and Testing in this specification.

The line support poles and crossarms shall conform in all respects to highest standards of engineering, design, workmanship, this specification and the latest revisions of relevant standards at the time of offer and the Collector & District Magistrate, Puri shall have the power to reject any work or material, which, in his judgment, is not in full accordance therewith.

02.00 GENERAL

The line support poles and crossarms shall be designed to carry the line conductors with the necessary insulators and all other fittings and equipment under the conditions specified.

Poles may be manufactured from concrete (prestressed) or steel. Pole crossarms are normally constructed of steel and shall be bolted to the pole. CESU use a V- crossarm on the 11KV line structures at intermediate and right angle locations to reduce problems from birds bridging insulators. The Bidder’s crossarm design must provide a similar level of protection from bird contact and explain how this is achieved from the offered design.

03.00 DESIGN REQUIREMENT

In order to limit the range of materials required for line construction, maintenance and repair the Contractor shall limit the number of different types of support structures and crossarms as far as possible.

The following are minimum requirements:

� Pole top fixings and crossarms : For any particular pole function, the pole top equipment shall be identical regardless of the height of the structure.

Page 35: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 35 of 91

� The number of crossarm types for a particular voltage and conductor size shall be limited to three types.

� Fixing bolts and nuts for crossarms and bracing straps shall be limited to two sizes by diameter (M16 and M20)

The line support poles and crossarms shall be designed to the following requirements:

� The wind pressures to be applied to the conductors, poles and crossarms are

specified in IS 5613 (Part 1/ Section 1): 1995 and as stipulated in the Service Conditions.

� Three wind zones are found within the state of Orissa and the design of structures shall take account of this fact. The Bidder shall take account of the wind loading regimes together with the respective terrain category necessary for the projects for which he is bidding and shall propose the design of support poles and crossarms which will prove most effective for the project and for the Employer’s system.

� The working load on the support poles and crossarms should correspond to those

that are likely to come onto the structure during its working life. Existing designs meet system requirements where working loads are applied at a point 600 mm from the top of the pole. The offered design shall meet requirements with the point of application of the load as per bidder’s design but not more than 600 mm from the top of the pole.

The structures shall be planted directly into the ground with a planting depth as per IS 1678: 1978 and as stipulated in this specification.

All structures shall have a depth mark made at a point 3 meters from the butt end. This mark shall be in the form of a horizontal line with “3m” engraved directly below the line. In the case of steel structures the mark shall be embossed or indented before surface treatment. Pole details provided in this specification are indicative of poles used on the CESU distribution system, or available as standard designs. The Bidder must determine the requirements of the design offered and select suitable poles to deliver the specified performance. The inclusion of a particular size in the specification does not indicate approval of the pole for any function.

05.00 TECHNICAL SPECIFICATION FOR STEEL MATERIALS

100X50X6 MM MS CHANNEL 75X40X6 MM. MS CHANNEL 50X50X6 MM MS ANGLE 150x150x6mm. RS Joist 100x116x6mm. RS Joist

05.01 Standards:

Page 36: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 36 of 91

The steel materials shall comply with the requirements of latest issue of IS – 2062 Gr – A except where specified otherwise.

05.02 Climatic Conditions:

The climatic conditions at site under which the store shall operate satisfactory, are as follows:

Maximum temperature of air in shade 45º c Maximum temperature of air in shade 0º c Maximum temperature of air in shade 50º c Maximum rain fall per annum 2000mm Maximum temperature of air in shade 45º c Maximum ambient temperature 45º c Maximum humidity 100% Av. No. of thunder storm days per annum 70% Av. No. of dust storm per annum 20 Av. Rain fall per annum 150mm

05.03 GALVANIZATION

All ferrous materials should be of hot dip galvanized of 610gm./ Mtr². 06.00 ‘V’ CROSSARMS

The crossarm shall normally be constructed of steel and it will be the contractor’s responsibility to ensure that the conductor spacing at the crossarms is adequate to prevent phase clash while supporting the loads generated, as per the Contractor’s line design, by conductor weight, by wind, and by conductor tension for maximum windspan and worst design conditions, for all pole duties and for all permitted line deviations.

Crossarms shall be fixed to the pole in a manner which prevents rotations in any plane even if the bolts are not fully tightened.

The crossarm dimensions and characteristics given in this specification are intended to describe typical distribution structures and to maintain the general look of the existing network and take advantage of the familiarity of the Employer’s staff with these kind of arrangements.

06.01 Fabrication

Crossarms for 11KV construction at intermediate and light angle poles shall be fabricated from grade 43A mild steel of channel section and for heavy angle poles, end poles and section poles fabricated from grade 43 A mild steel of angle section. The grades of structural steel shall conform to ISO/R/630/1967 or IS – 226 : 1975 . they shall be hot dip galvanized as per specification.

The cross arm shall be drilled to accommodate pole bolts and any insulator fittings included in the Contractor’s design.

Except where otherwise indicated all dimensions are subject to the following tolerances:

• Dimensions up to and including 50mm : + 1 mm ; and • Dimensions greater than 50 mm : + 2%

All steel members and other parts of fabricated material, as delivered, shall be free of warps, local deformations, unauthorized splices, or unauthorized bends. Bending of flat

Page 37: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 37 of 91

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.

Holes and other provisions for field assembly shall be properly marked and cross referenced. Where required, either by notations on the drawings or by the necessity of proper identification and fitting for field assembly, the connections shall be match marked.

A tolerance of not more than 1 mm 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 2 mm greater in diameter than the bolts. 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.

The backs 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 embrittlement during galvanizing .

Similar parts shall be interchangeable.

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.

Shapes and plates shall be fabricated to tolerances that will permit field erection within tolerances, 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.

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.

07.00 Other Associated Steelwork

Other steelwork may be required for mounting line equipment such as AB Switch, surge arresters and Insulators.

The contractor is expected to design the steelwork and to accompany the bid with the relevant drawing and substantiating design calculations.

The steel work shall be fabricated from grade 43 A mild steel as per ISO/R/630/1967 or IS-226:1975 and it shall be hot dip galvanized as per the Surface Treatment section of this specification.

Page 38: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 38 of 91

All required fixing nuts, bolts and washers shall be supplied alongwith cross arms.

08.00 BOLTS AND NUTS

All bolts and nuts shall comply with ISO 272, 885,888,4759/1 and the washer shall conform with ISO/R/887. All hardware shall be galvanized as per the Surface Treatment.

All bolts, studs, screw threads, pipe threads, bolts heads and nuts shall comply with the appropriate Indian Standards for metric threads, or the technical equivalent.

All bolts, nuts and washers placed in outdoor positions shall be treated to prevent corrosion and electrolytic action between dissimilar metals.

Protective washers of suitable material shall be provided front and back on the securing screws.

The dimensions and characteristics given are intended to describe typical ISO metric bolts, nuts and washers, such as are commonly used in the construction of distribution lines and other distribution plant and equipment. However , the bidder is free to propose alternative hardware.

Furthermore, it shall be the Bidder’s responsibility to ensure that the bolts, screws, nuts, washers, clips, fasteners of any description and any other hardware, are capable of supporting the loads action on them, as per the bidder’s design, by wind, vibration and short circuit forces for all permitted line and plant duties.

The ISO metric galvanized black hexagon bolts list in the table of Bolt Threaded Depth in this specification shall be used either as pole bolts, namely, where the bolt is required to pass through the center of the pole, or as assembly bolts. The bolts shall comply with ISO 272, 885,888, 4759/1 and shall also conform with the dimensions given in the table of Bolt Threaded Depth Nuts shall be in accordance with ISO 272, 885,888,4759/1.

Unless otherwise specified, each bolt shall be supplied with one full nut and one washer. Individual nuts may also be used for special purposes, such as lock nuts. These nuts shall also conform with ISO 272, 885,888,4759/1.

Bolt threaded length

Diameter Length (mm) Threaded Length (mm)

M12

80 140 200 220 230 260

30 70 70 70 70 80

M16 40 45 110 200 220 230 260 280

Fully Threaded Fully Threaded 38 70 70 70 80 80

M20 40 Fully Threaded

Page 39: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 39 of 91

220 280

70 80

M22 40 Fully Threaded

Screw threads shall be parallel throughout their length. They shall be so formed that, after galvanizing, the nut can be easily screw by hand over the whole threaded length, without excessive play. Before dispatch from the work s one washer shall be fitted to each bolt and a nut shall be screwed on the whole threaded length and left in this position.

08.01 Permissible Loads

The safe working shear stress of bolts is 118N/mm2, with the area of the bolt measured at the root of the thread. The following table referenced Bolts Safe Working Loads shows the ultimate tensile strength and the tensile stress areas, as per ISO 272, 885,888,4759/1 and the safe working tensile and safe working shear loads for the bolts covered by this specification. The ultimate shear strength has been assumed to be 75% of the ultimate tensile load and a factor of 2.5 has been applied :

Bolts safe working loads

Bolt Size Ultimate Tensile Stress

(N/mm2)

Tensile Stress Area

(mm2)

Ultimate Tensile Strength (kN)

Safe Working Tensile

Load (kN)

Safe Working

Shear Load (kN)

M12 392 84.3 33.05 13.22 9.91

M16 392 157.0 61.54 24.62 18.46

M20 392 245.0 96.04 38.42 28.81

08.02 Eye Bolts and Nuts

M20 eye bolts shall preferably be of drop forged manufacture and shall be supplied complete with one full nut. Eyebolts shall be manufactured from steel to ISO 272, 885, 888, 4759/1 and shall meet the requirements for mechanical properties detailed in ISO 272, 885, 888, 4759/1. Where a welding process is used in the manufacture, each eye bolt shall be individually proof tested by the manufacturer in accordance with ISO 272, 885, 888, 4759/1 to 125% of its safe working tensile load that is to 48 kN. The safe working tensile load shall be the ultimate axial tensile strength divided by the factor of safety of 2.5. The eye shall be permanently and legibly stamped with the letter METRIC in letters not less than 3 mm high. The safe working load of any eye bolt is that load which may be safely carried in an axial direction. If loaded in any other direction the safe working load is reduced and reference shall be made to the following table for safe working loads of M20 eye bolts and eye nuts.

Page 40: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 40 of 91

Safe working loads of M20 eye bolts and eye nuts

Angle between Direction of Load

and Axis of Bolt

Safe Working Load (KN)

0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90

38.42 30.55 25.52 22.05 19.54 17.67 16.24 15.13 14.26 13.58 13.06 12.68 12.40 12.23 12.15 12.17 12.28 12.49 12.81

08.03 Tie Rods

Tie rods shall be supplied with four full nuts. The material of the rods shall be steel to ISO 272, 885, 888, 4759/1 and shall meet the requirements for mechanical properties detailed in ISO 272, 885,888, 4759/1. Associated nuts shall comply with ISO 272, 885, 888, 4759/1.

08.04 Washers

Washers shall be of the following different types :

• Round, flat, mild steel washers and having the dimensions shown in the following table: Round flat washer dimensions.

• Tapered, squared (curved) malleable iron washers. • Square (curved) mild steel washers; • Square, flat, mild steel washers, in accordance with ISO/R/887 or IS –2016 : 1967. • Tapered, D shaped, malleable iron washers, in accordance with ISO/R/887 or IS-

2016:1967. Round flat washer dimensions

Type Internal Diameter

(mm)

External Diameter

(mm)

Thickness

(mm)

M12 14 28 2.5

M16 18 34 3.0

M20 22 39 3.0

Page 41: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 41 of 91

M22 24 44 3.0

These washers shall comply with ISO/R/887

08.05 Screws

Screws may be:

• Coach screws of galvanized mild steel, gimlet pointed, in accordance with BS 1494. the screws shall be 10mm in diameter and supplied in lengths of 38mm, 76mm and 152mm; or

• Roundhead drive screws of galvanized mild steel, 63 mm long and with 6.3 mm diameter and in accordance with BS 1494-1.

09. 00 TECHNICAL SPECIFICATION FOR 11 KV INSULATORS

09.01 SCOPE

This Specification covers Design, Engineering, Manufacture, testing, inspection before despatch, forwarding, packing, transportation to site, Insurance (both during transit & storage), Storage, Erection, Supervision, testing and commissioning of 11KV Insulators for use in the networks of CESU, Orissa.

The equipment offered shall have been successfully type testes and the design shall have been satisfactory operation for a period not less than five years on the date of bid opening. Compliance shall be demonstrated by submitting with the bid, (i) authenticated copies of the type test reports and (ii) performance certificates from the users.

The scope of supply includes the provision of type test, Rates for type tests shall be

given in the appropriate price schedule of the bidding document and will be considered for evaluation.

The insulators shall conform in all respects to highest standards of engineering,

design, workmanship, this specification and the latest revisions of relevant standards at the time of offer.

Any departure from the provisions of this specification shall be disclosed in the Non Compliance Schedule at the time of bidding.

09.02 STANDARDS

Except where modified by the specification, the Insulators shall be designed, manufactured and tested in accordance with the latest editions of the following standards.

IEC/ISO/BS IS Subject

IEC 120 Dimensions of ball and socket coupling of string insulator units.

IEC 372 (1984) Locking devices for ball and socket couplings of

Page 42: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 42 of 91

string insulator units : Dimensions and tests.

IEC 720 Characteristics of the line post insulators

IEC 383 Insulators for overhead lines with a nominal voltage above 1000V.

IS- 731 Porcelain insulators for overhead power lines

IS –2486 (Part I, II, III)

Specification for insulator fittings for overhead power lines with a nominal voltage greater than 1000V.

IEC 273 Characteristics of indoor and outdoor insulators.

IS – 2544 Porcelain post insulators

IEC 168 Tests on post insulators

IEC 575 Thermal-mechanical performance test and mechanical performance test on string insulator units.

IEC 575 Thermal-mechanical performance test and mechanical performance test on string insulator units

IS-1445 Porcelain insulators for LV overhead power lines

IS- 5300 Stay insulators

ISO 8501-1 Shot blasting

IS –6005 Phosphating of iron and steel

IS-2633 Tests on galvanized steel

ISO 1460 IS – 2629 Hot dip galvanizing

IEC 1109 Composite Insulators

IEC 305 Characteristics of string insulators of the cap and pin type.

IEC 471 Dimensions of clevis and tongue coupling of string insulator units.

ISO 1460 BS 729

IS 2629 Specification for hot dip galvanized coatings on iron and steel articles.

This list is not be considered exhaustive and reference to a particular standard or recommendation in this specification does not relieve the Contractor of the necessity of providing the goods complying with other relevant standards or recommendations.

Page 43: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 43 of 91

TECHNICAL

The types of insulators described in this specification are intended to maintain the general look of the existing network and to take advantage of the familiarity of the employer’s staff with these type of units. However, the Bidder, is free to make alternative proposals.

It shall be the Bidders responsibility to ensure that the insulators conform to or exceed both the mechanical electrical properties specified in this specification and all related international and Indian Standards.

The strength of the proposed insulators shall be capable of supporting the loads generated as per the Bidder’s line design, by wind acting on the conductors and insulators, by conductor tensions for maximum windspan and worst design conditions and for all insulator duties and permitted line deviations.

09.03 PIN INSULATORS

09.04 Performance Characteristics

The insulators shall be suitable for use on the CESU distribution system with conditions as shown in the sections on Service Conditions and System Conditions.

They shall conform to IEC 720 or IS 731 and shall meet the following performance criteria

09.05 Materials

The insulators used by the Employer at present are of the brown glazed porcelain type.

Porcelain in the line pin insulators shall be sound, free from cavities and other defect, thoroughly verified with uniform brown glaze and have a high quality smooth finish. The glaze shall cover all the external parts of the insulator. The cement used shall not give rise to chemical reaction with metal fittings.

09.06 Design and Construction

The relevant vertical dimension shall be such that when combined with pin insulator spindle describe in technical specification for line fittings, the design requirements are the specified voltage level for conductor clearance from the cross arm shall be met.

Nominal Voltage 11 KV

Visible discharge voltage 9 KV rms.

Wet power frequency one minute withstand voltage

35 KV rms.

Power frequency puncture voltage 105 KV rms.

Impulse withstand voltage peak 75 KV peak

Creepage distance 320 mm

Protected creepage distance --

Minimum failing load up to conductor size 100 mm2

11 KV

Page 44: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 44 of 91

The design shall be such that stresses due to expansion and contraction in any

part of the insulator shall not lead to deterioration. Precautions shall be taken to avoid chemical reaction between cement and metal fittings by the choice of suitable materials or by the manufacturing method. Single piece insulator construction is preferred.

The insulating material shall not engage directly with hard metal. Pin insulators shall be provided with a thimble of suitable material. Cement used in the insulator shall not cause fracture by expansion or loosening by contraction and proper care shall be taken to locate the individual parts correctly during cementing. The insulators shall have a center conductor groove.

09.07 Markings

All insulators shall be clearly marked with the name or trademark of the manufacturer, the minimum failing load in KN and the month and year of manufacture. These marking shall be legible and indelible. The markings may be printed or impressed, provided such impressions do not impair the performance of the insulator. Markings shall be applied before firing.

10.00 STAY INSULATORS (11 KV)

The insulators shall be suitable for use on the CESU distribution system with conditions as shown in the sections on Service Conditions and System Conditions 11 KV Stay insulators shall be used on L.V stays.

10.01 Performance Characteristic shall be strictly as per relevant IS.

10.02 Materials The insulators shall be brown glazed porcelain .

10.03 Design

The bidder shall guarantee than the dimensions and tolerance of the insulators offered are in accordance with the drawing which shall accompany the bid documents.

The insulators shall be used with 7/8 SWG (7/4.00 mm ) steel stay wire, having an overall diameter of 12.2 mm and tensile strength of 70 kgf/sq. mm. The insulators shall be suitable for use having a minimum stay wire hole diameter of 22 mm and be such that a straight stay wire can be passed through it.

10.04 Markings

All insulators shall be clearly marked with the name or trademark of the manufacturer and the year of manufacture. These markings shall be legible and indelible. The markings may be printed or impressed, provided such impressions do not impair the performance of the insulator. Marking shall be applied before firing.

11.00 TECHNICAL SPECIFICATION FOR 11 KV LINE FITTINGS

Page 45: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 45 of 91

11.01 SCOPE

This Specification covers Design, Engineering, Manufacture, testing, inspection before despatch, forwarding, packing, transportation to site, Insurance (both during transit & storage), Storage, Erection, Supervision, testing and commissioning of 11KV Line Fittings for use in the networks of CESU, Orissa.

The equipment offered shall have been successfully type tested and the design

shall have been in satisfactory operation for a period not less than two years on the date of bid opening. Fittings which are components of insulator assemblies shall have been in satisfactory operation for a period not less than five years. Examples of such fittings are spindles for pin insulators, and hooks, conductor clamps, armour rods, and yoke plates for strain and suspension disc insulators. Compliance shall be demonstrated by submitting with the bid (i) authenticated copies of the type test reports and (ii) performance certificates from the users.

The scope of supply includes the provision of type tests. Rates for type tests shall

be given in the appropriate price schedule of the bidding document and will be considered for evaluation.

The line fittings shall conform in all respects to highest standards of engineering,

design, workmanship, this specification and the latest revisions of relevant standards at the time of offer.

11.02 STANDARDS

Except where modified by the specification, the fittings shall be designed, manufactured and tested in accordance with the latest editions of the following standards.

IEC/ISO/ or other

International

Standard

IS Title

IS-2486 Metal fittings of insulators

ISO/R/630/1967 IS-2062:1992 Steel for general structural purposes

ISO 2092 –1/2 IS-5082 :1981 Wrought aluminium and and aluminium alloys

DIN 6796 Conical washers

IEC 1284

IS-2121 Overhead power line fittings

BS 3288

Insulator and Conductor fittings performance

IEC 1089

IS –398 Aluminium conductors

Insulated power cables 1 –33 KV

Page 46: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 46 of 91

IEC 502

ASTM D1000 IEC 454

Test methods of pressure sensitive, adhesive coated taps for electrical and electronic applications

BS 183

General purpose Galvanised Steel Wire

BS 4429

Turnbuckles for general engineering purposes

BS EN 10218-1 : 1994

Mechanical tests on steel wire

ISO 9000

Quality Management Systems

ISO 8501-1

Shot blasting

IS –6005 Phosphating of iron and steel

ISO 1460 IS –2629 Hot dip galvanizing

IS- 2633 Galvanised steel tests

BS 1924 Tests on materials before stabilization

ISO 68, 261, 262, 724, 965/1, 965/3, BS- 3643

Metric screw threads

BS 1387 Screwed and Socketed steel tubes

IS –2141 Hot dip galvanized stay strand

This list is not be considered exhaustive and reference to a particular standard or recommendation in this specification does not relieve the Contractor of the necessity of providing the goods complying with other relevant standards or recommendations.

GENERAL

11.03 This specification covers the design, manufacture, testing, supply, delivery and performance requirements of insulator fittings / hardware, conductor splices, terminating connectors, binding and stay wire materials as required by the lines.

The dimensions and characteristics given in this specification are intended to described typical distribution overhead line fittings and hardware which will maintain the general look of the existing network and will take advantage of the availability of tools and the familiarity of the employers staff with these kind of arrangements.

Page 47: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 47 of 91

However, the bidder is free to propose alternative fittings and hardware provided the bid respects the general requirements of this specification.

Furthermore, it will be the bidder’s responsibility to ensure that all the fittings, hardware and accessories are capable of supporting the mechanical and electrical loads imposed on them by climatic conditions, conductor tensions and structure loads under worst design conditions as stated in the specification.

Page 48: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 48 of 91

The bidder is referred to the associated CESU Technical Specifications for additional information.

12.00 LINE BINDING ACCESSORIES

Line binding accessories consisting of soft aluminium binding wire, aluminium

binding stirrups, semiconducting tape and anticorrosive tape are required for the line.

The aluminium binding wire & stirrups are for use to bind bare aluminium conductor to the insulators in the construction of new lines and Reconductoring of line.

Semiconducting tape shall be used under the bind with 11 KV PVC covered conductors.

Anticorrosive tape shall be used as a barrier against ingress of moisture wherever copper and aluminium are spliced together, such as at the interface between aluminium conductors and the copper or brass terminals of equipment connected to the line. It may also be used to seal the ends of PVC covered conductor.

12.01 Aluminium Binding Wire

12.02 Physical Characteristics

The binding wire shall be EC grade hard-drawn aluminium rods of 3.53 mm diameter complying with IEC 1089/IS-398. The material comprising the wire shall have the following chemical composition :

• Aluminium 99.5% minimum

• Copper, silicon and iron 0.5% maximum The surface of the wire shall be smooth and free from all irregularities and

imperfections. Its cross section shall closely approximate that of a true circle.

12.03 Characteristics of Aluminium Binding Wire

Diameter of wire (mm) Cross sectional

area of nominal

dia. wires (mm)

Weight of

wire

kg/km

Breaking

Load

(KN) Minimum Nominal Maximum

3.51 3.53 3.55 9.787 26.45 1.57

Page 49: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 49 of 91

• Physical properties

The surface of the finished wire shall be checked to ensure that it is smooth, free from all irregularities, imperfections and inclusions and that its cross section approximates closely that of a true circle.

The wire shall be checked to ensure that its diameter and weight are within the values given in the table above : Characteristics of aluminium binding wire.

• Ultimate tensile strength

When tested on a standard tensile testing machine, the value obtained for the ultimate tensile stress shall not be less than 1.57 KN.

• Wrapping test

The wire shall withstand one cycle of a wrapping test as follows :

The wire shall be closely wrapped round a wire of its own diameter to form a close helix of eight turns. Six turns shall then be unwrapped and again closely rewrapped in the same direction as the first wrapping. The wire shall not break or crack when subjected to this test.

12.04 Aluminium Binding Straps

12.05 Physical Characteristics

The following types shall be required :

• Intermediate pole binding stirrups for 33 KV and 11 KV; and

• Light angle pole binding stirrups for 33 KV and 11 KV.

It shall be the responsibility of the bidder to ensure that the stirrups match the

insulators.

Each aluminium stirrup shall be made of a 7 mm diameter aluminium rod complying with ISO 209-1/2.

The tensile strength of the stirrups shall be between 135N/mm2 and 170 N/mm2

Page 50: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 50 of 91

12.06 Fabrication

Stirrups shall be cold formed on a suitable mandrel such that the bends are smooth and the surfaces free from indentations.

The stirrups for intermediate positions shall be formed through the following steps:

• The U shape shall be formed first around a mandrel of the appropriate diameter;

• The 900 bend in one plane and 450 bend in the other plane shall then be

formed simultaneously with the ends of the rod free. This is to ensure that torsion stresses are not induced in the material during this formaing operation; and

• The legs shall then be formed through 450 and finally the ends of the

stirrup shall be bent through 900.

12.07 Semiconducting Tape

12.08 Physical and Other Characteristics

The semiconduting tape shall be used to relieve 11 KV PVC covered conductor from electrical stress at insulator positions.

This tape shall be a soft, semiconducting, ethylene propylene rubber based, high voltage tape, used for binding 11 KV PVC covered conductor.

The semiconducting tape shall be non vulcanizing stable at temperatures upto 1300 C, highly resistant to cracking, moisture and ultra violet radiation, unaffected by vibration and compatible with hydrocarbon and chlorinated solvents.

In addition, it shall be a semiconducting, self amalgamating tape, highly conformable to irregular shapes and compatible with solid dielectric cable insulation.

Specifically, the type offered shall be suitable for use with the 11 KV PVC covered conductors : AAA conductors and it shall comply with IEC 502 or equivalent.

The tape shall be indelibly and legibly marked along its length with a suitable legend, such as, “caution: semiconducting”. The tape shall be suitable for outdoor locations exposed to severe climatic conditions including ultraviolet rays, rain and wind. The tape shall have the characteristics shown in the following table.

Characteristics Characteristic Value

Physical

Thickness 0.75 mm

Page 51: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 51 of 91

Tensile strength 1.00 kg/cm2

Elongation 800 %

Normal conditions temperature 900 C

Emergency conditions temperature 1300 C

Electrical

Ac resistivity 750 ohm-cm

Dc resistivity 750 ohm –cm

Maximum capacity 5 mA

In addition, all these tapes shall be ozone resistant (even when stretched 500%), they shall be resistant to ultraviolet radiation and they shall be compatible with ketones and hydrocarbon and chlorinated solvents.

13.00 Anticorrosive Tape

This tape shall be used to protect bimetal connections from the ingress of moisture and to seal the ends of PVC covered conductor. Therefore, the anticorrosive tape offered shall retain its composition and plasticity over a wise temperature range.

The anticorrosive tape shall be non cracking and non hardening and shall not be affected by vibration. The tape shall be highly impermeable to water and highly resistant to mineral acids, alkalis and salts.

In general, the anticorrosive tape offered shall comply with IEC 454 or equivalent.

13.01 Markings

The tape cores shall be marked with :i) the manufacturer’s name or trademark ; and ii) the product reference.

• Weight of wire in kilograms.

14.00 Pole Brackets for Stay

The pole bracket shall be made of mild steel to grade 43A conforming to ISO/R/ 630/1967 or IS –2062:1992 and galvanized in accordance with the section on Surface Treatment in this specification. Pole brackets shall be suitable for use on steel or concrete poles. The minimum strength of the bracket shall be equal to the design breaking load of the stay wire.

All bolts, nuts an washers shall be supplied with the stay assemblies, and shall conform to the requirements. Bolts shall have a metric thread and a 20 mm diameter.

15.00 SPARE PARTS AND SPECIAL TOOLS

Page 52: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 52 of 91

The Bidder shall provide a list of recommended spare parts, special erection and installation tools/ equipment together with their individual prices. This list shall identify all essential spares items for any recommended maintenance for a period of five years after commissioning. The Project Manager may order all or any of the spare parts/erection/ installation tools listed at the time of contract award and the parts so ordered shall be supplied as part of the definite works. The Project Manager may order additional spares at any time during the contract period at the rates stated in the Contract Document.

A spare parts catalogue with price list shall be provided and this shall form part of the drawings and literature to be supplied. The Bidder shall give an assurance that spare parts and consumable items will continue to be available through the life of the equipment, which shall be 25 years minimum. However, the Contractor shall give a minimum of 12 months notice in the event that the Contractor or any sub-contractors plan to discontinue manufacture of any component used in this equipment.

Any spare apparatus, parts or tools shall be subject to the same specification, tests and conditions as similar material supplied under the Contract. They shall be strictly interchangeable and suitable for use in place of the corresponding parts supplied with the plant and must be suitably marked and numbered for identification. Spare parts shall be delivered suitably packed and treated for long periods in storage. Each pack shall be clearly and indelibly marked with its contents, including a designation number corresponding to the spare parts list in the operation and maintenance instructions.

20.15 DEVIATION FROM SPECIFICATION

No deviation from specification shall be permitted. The offers with deviations shall be rejected.

1. Stay Wire:-

5.1 The G.I Stranded wires should be of 7/10 SWG (7/3.15mm) & 7/12 SWG (7/2.5mm)

5.2 The Minimum tensile strength is of 700N/mm2

5.3 The Breaking load is 34 KN for HT & 21.40 KN for LT

6 MS Channel/ Joist & angle :-

6.2 As per IS 2062 Gr-A

6.3 Chemical Composition for Fe 410 WA grade- C-23%, Mn-1.5% S-0.050%, P-0.050%, Si-

0.4%

6.4 Tensile strength-410 Kgf/mm2

9. AB Cable-

11.1 Supply of Cross Linked polyethylene insulated aluminium cables twisted over a central bare aluminum alloy messenger wire for use on LT overhead lines in rural electrification system.

11.2 RATED VOLTAGE

11.2.a The rated voltage of the cables shall be 1100 volts.

Page 53: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 53 of 91

11.3 APPLICABLE STANDARDS

11.3.a i) IS:10810-1984 : Methods of Test for Cables

11.3.b ii) IS:8130-1984 : Conductors for Insulated Cables

11.3.c iii) IS:6474-1984 : Polyethylene Insulation of Cables

11.3.d iv) IS:398-1994 : (Part-IV)-1994 : Aluminium Alloy Conductors

11.3.e v) IS:14255-1995:Aerial bunched cables for working voltage up to and including 1100 volts

11.4 GENERAL

11.4.a The insulated phase conductors shall be twisted around the bare aluminium alloy messenger wire, which shall take all the mechanical stress. The messenger wire shall also serve as the earth-cum-neutral wire.

11.5 PHASE CONDUCTORS

11.5.a The phase conductors shall be insulated with black weather-resistant, polyethylene suitable for 1100 V insulation. The insulated conductors shall generally conform to the Standards (i), (ii) & (iii) quoted in clause 3 above.

11.5.b The phase conductors shall be suitably compacted and the outer diameter shall be within the limits specified in 5.5 below.

11.5.c The phase conductors shall be provided with one, two and three 'ridges' for quick identification.

11.5.d The tensile strength of the aluminium wires used in the conductors shall not be less than 90

N/mm2.

11.5.e The technical characteristics of the phase conductors shall be as per the following table :

Nominal Sectional Area

No. of strands

Diameter of Compacted Conductor

Approximate Mass

Max. D.C. resistance at 20

0 C

Insulation thickness

(mm2 )

(mm) (Kg/Km) (Ohm/Km) (mm)

35 7 6.42 0.87 0.98

50 7 9.15 95 0.64 1.25

95 19 12.7 0.32 1.25

Street Light conductor

1.91 0.98

11.6 Note : The resistance values given in col.5 are the maximum permissible. Tolerance of

+5% is allowable on diameters shown in Col. 3.

11.7 MESSENGER (NEUTRAL CONDUCTOR)

11.7.1 The bare messenger wire shall be made of aluminium alloy generally conforming to IS:398 (Part-IV)-1979 composed of 7 strands and shall be suitably compacted to have smooth round surface to avoid damage to the polyethylene insulation of the phase conductors twisted around the messenger. 11.7.2 There shall be no joints in any wire of the stranded messenger conductor except those made in

the base rod or wires before final drawing.

11.7.3 The size and other technical characteristics of the messenger wire shall be as given in the

following table :

Page 54: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 54 of 91

Phase conductor size of the LT AB Cable (mm²)

Specified cross sectional area of the messenger conductor

(mm²)

No. of strands

Diameter of Compacted Conductor

Approximate Mass

Max. D.C. resistance at 20

0 C

Minimum Tensile Strength

(mm2 )

(mm) (Kg/Km) (Ohm/Km) (KN)

35 25 7 5.2 65 1.08 7

50 35 7 7.6 95 0.986 9.8

95 70 7 10.8 191.8 0.492 19.7

11.7.4 Note : While the limiting values in Cols. 6 & 7 are to be guaranteed, a plus tolerance of 5% will

be permissible on values in Col. 4.

11.8 POLYETHYLENE INSULATION

11.8.1 The polyethylene insulation shall generally conform to IS:6474-1971. The following properties shall be guaranteed by the supplier :

Melt flow index 0.5 or less

Yield stress Not less than 8 N/mm2

Percentage elongation Not less than 350

Carbon black content Between 2 and 3

Vicat Softening Point Not less than 85oC

Insulation Resistivity

at 27oC 1 x 10

15 Ohm Cm (Min.)

at 70oC 1 x 10

13 Ohm Cm (Min.)

11.8.2 COMPOSITION AND DESIGNATION OF FINISHED CABLES

11.8.2.a The composition and designation of finished cables are given in the following table :

S.No Designation Complete Bunched Cables

Total mass approx./KM. (KG.)

1 3 x 95 + 1x70+1x16 1194.4

2 3x50+1x35 500.2

11.8.2.b Note : The first part of the designation refers to the number and size of the phase conductor, the middle to the street lighting conductor (where provided) and the last to the bare messenger wire. The sizes shown are the nominal sectional areas.

11.9 TESTS FOR PHASE CONDUCTORS

11.9.1 Type Tests

11.9.1 a) Tensile Test (IS:8130)

b) Wrapping Test (IS:8130)

Page 55: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 55 of 91

c) Conductor Resistance Test (IS:8130)

d) Test for thickness of insulation (IS:6474)

e) Physical tests for polyethylene insulation (IS:6474)

f) Test for bleeding and blooming of pigment (IS:6474)

g) Insulation resistance test (IS:6474)

h) High voltage test including water immersion test (IS:10810 Part 45 – 1 984)

11.10. TEST FOR MESSENGER

11.10.1 Type Tests

a) Breaking Load test (to be made on the finished conductors) (IS:398-Part-IV)

b) Elongation test (IS:398-Part-IV)

c) Resistance Test (IS:398-Part-IV)

11.11. BENDING TEST ON THE COMPLETE CABLE

11.11.1 The test shall be performed on a sample of complete cable. The sample shall be bent around a test mandrel at room temperature for atleast one complete turn. It shall then be unwound and the process shall be repeated after turning the sample around it axis 180

o. The cycle of these

operation shall then be repeated twice more. The diameter of the mandrel shall be 10 (D + d)

Where D = actual diameter of the cable (i.e. the minimum circumscribing circle diameter), mm

d = actual diameter of the conductor

No cracks visible to the naked eye are allowed.

11.11.2 The drums shall be of such construction as to assure delivery of conductor in the field free from displacement and damage and should be able to withstand all stresses due to handling and the stringing operation so that cable surface is not dented, scratched or damaged in any way during transport and erection. The cable shall be properly lagged on the drums.

12 AAA Conductor-

APPLICABLE STANDARDS

12.1 The conductor shall comply with IS:398 (Part-IV)-1979 or the latest version thereof.

12.2 POLYETHYLENE INSULATION

12.2.1 The polyethylene insulation shall generally conform to IS:6474-1971

12.2. FREEDOM FROM DEFECTS

The wire shall be smooth and free from all imperfection such as spills, splits etc.

12.3 JOINTS IN WIRES

There shall be no joint in any wire of a stranded conductor except those made in the base rod

or wire before final drawing.

12.4 STRANDING

The wires used in the construction of a stranded conductor shall before stranding satisfy all the relevant

requirements of this standard.

12.4.1 The outer layer shall be right handed. The wires in each layer shall be evenly and closely stranded.

12.5 TESTS

Page 56: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 56 of 91

12.5.1 The wires used for alloy conductors shall comply with the following tests as per IS:398 (Part-IV)-1979 :

12.5.1 i) Breaking load test

12.5.2 ii) Elongation test

12.5.3 iii) Resistance test

Page 57: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 57 of 91

GUARANTEED TECHNICAL PARTICULARS OF BACK CLAMP FOR 11KV “V” CROSS ARM

Sl. No. Description Requirements

1 Type of clamp Back clamp for V Cross arm

2 Grade of steel 43A Mild steel

3 Steel standard As per IS: 2062/ 1992

4 Fabrication standard As per IS: 802/ 1978

5 Dimension As per Drawing

6 Steel section to be used Flat: 50mm.x8mm.

7 Minimum weight of clamp 1.70 KG.

8 Minimum average Mass of Zinc Coating

610gm./ Mtr²

9 Uniformity of zinc coating As per IS:2633/ 1986

10 Standard of galvanization Hot dip galvanization as per IS:2629/92

Page 58: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 58 of 91

GUARANTEED TECHNICAL PARTICULARS OF GUY STRAIN INSULATORS, 140X85, TYPE-C

Sl. No. Description Requirements

1 Item Description Guy , Type-C

2 Material Porcelain

3 Electrical characteristics:-

a Dry one minute power frequency withstand voltage

27 KV (rms)

b Wet one minute power frequency withstand voltage

13 KV (rms)

c Power frequency puncture voltage 1.3 times of actual dry flash over voltage

4 Mechanical characteristics:-

a Minimum Failing Load 88 KN

5 Size of Insulators:-

a Insulator diameter 85 mm.

b Height of insulator 140 mm.

c Creepage distance (min.) 57 mm.

d Hole dia 25ر1.5 mm.

6 Colour of glaze:- Brown

7 Standards according to which the porcelain insulator shall be manufactured and tested

IS: 5300/ 1969 with latest amendments

8 Toleration of dimensions if any As per IS

9 Weight of Insulator 1.1 KG. (Approx.)

Page 59: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 59 of 91

GUARANTEED TECHNICAL PARTICULARS OF GUY STRAIN INSULATORS, 90X65, TYPE-A

Sl. No. Description Requirements

1 Item Description Guy , Type-A

2 Material Porcelain

3 Electrical characteristics:-

a Dry one minute power frequency withstand voltage

18 KV (rms)

b Wet one minute power frequency withstand voltage

8 KV (rms)

c Power frequency puncture voltage 1.3 times of actual dry flash over voltage

4 Mechanical characteristics:-

a Minimum Failing Load 44KN

5 Size of Insulators:-

a Insulator diameter 65 mm.

b Height of insulator 90 mm.

c Creepage distance (min.) 41 mm.

d Hole dia 16ر1.5 mm.

6 Colour of glaze:- Brown

7 Standards according to which the porcelain insulator shall be manufactured and tested

IS: 5300/ 1969 with latest amendments

8 Toleration of dimensions if any As per IS

9 Weight of Insulator 0.45 KG. (Approx.)

Page 60: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 60 of 91

GUARANTEED TECHNICAL PARTICULARS OF 11KV V CROSS ARM

Sl. No. Description Requirements

1 Type of Cross arm “V” Type

2 Grade of steel 43A Mild steel

3 Steel standard As per IS: 2062/ 1992

4 Fabrication standard As per IS: 802/ 1978

5 Dimension As per Drawing No.-REC/ A13

6 Steel section to be used ISMC: 75mm.x40mm.x6mm. Flat: 50mm.x6mm.

7 Weight of MS Channel per meter 6.8 KG.

8 Minimum strength of MS channel As per IS: 808 (Revised)

9 Minimum weight of cross arm 10.2KG.

10 Standard of galvanization Hot dip galvanization as per IS:2629/92

11 Minimum average Mass of Zinc Coating

610gm./ Mtr²

12 Uniformity of zinc coating As per IS:2633/ 1986

Page 61: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

Page 61 of 91

The image part with relationship ID rId14 was not found in the file.

GUARANTEED TECHNICAL PARTICULARS OF 11KV PIN INSULATORS

Sl. No. Description Requirement

1 Item Description 11 KV Pin type insulator

2a Material Porcelain

2b Type of insulator Type B

3 Electrical characteristics:-

a Highest system voltage 12KV (rms)

b Nominal system voltage 11KV (rms)

c Visible discharge voltage 9KV (rms)

d Dry power frequency withstand voltage

70KV (rms)

e Wet power frequency withstand voltage

40KV (rms)

f Dry power frequency flashover voltage

75KV (rms)

g Wet power frequency flashover voltage

45KV (rms)

h Impulse withstand voltage (1.2/50 micro second wave) +ve

100KVP

i Impulse withstand voltage (1.2/50 micro second wave) -ve

110KVP

j Impulse flashover voltage (1.2/50 micro second wave) +ve

110KVP

k Impulse flashover voltage (1.2/50 micro second wave) -ve

120KVP

l Power frequency puncture voltage 110 KV (rms)

4 Mechanical characteristics:-

a Electro Mechanical Failing Load 10 KN

5 Size of Insulators:-

a Insulator diameter 165 mm.

b Height of insulator 145 mm.

c Creepage distance (min.) 320 mm.

6 Colour of glaze:- Brown

7 Standards according to which the porcelain insulator shall be manufactured and tested

IS: 731/ 1971 with latest amendments

8 Toleration of dimensions if any As per IS

9 Weight of Insulator 2.2 KG. (Approx.)

Page 62: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

62

Page 63: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

63

Page 64: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

64

Page 65: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

65

Page 66: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

66

Page 67: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

67

Page 68: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

68

Page 69: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

69

Page 70: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

70

Page 71: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

71

SECTION – VI ANNEXURE

BID PROPOSAL SHEETS

Page 72: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

72

PRICE SCHEDULE FORMAT

SCHEDULE OF QUANTITY & PRICE

(Firms shall quote the unit rate and total rates including all taxes and Duties)

To, The Executive Engineer, CDD-II, CESU, Cuttack

Dear Sir, We hereby furnish the detailed price of supply, erection & testing of the equipment & materials covered under the entire scope for construction of 11KV Line, LT line & dismantling of 11KV/ LT Line(Unit Price should be given in Rs……….. and in words i.e Rupees……….)

Part-I (Supply)

(A) HT Line (11KV 3Phase 3Wire)

Sl No Description of work Unit Qnty. Unit Rate (In Rs.) (In figures and

words)

1 11 KV V cross arm(10.2 Kg Each) No.

1 (One)

2 Back clamp for V Cross arm No

1 (One)

3 Top Bracket No

1 (One)

4 11 K.V. Pin Insulator No.

1 (One)

5 H.T. Stay Insulator No.

1 (One)

6 H.T. Stay clamp (1.95 K.g./ Pair ) Pair

1 (One)

7 7/10 SWG Stay Wire 10kg /stay K.g.

1 (One)

8 55 mm2 AAAC K.M.

1 (One)

9 Earthing of support (Coil Type) No

1 (One)

Page 73: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

73

10 Red Oxide paint Ltr 1 (One)

11 All. Paint Ltr

1 (One)

12 Black Paint Ltr

1 (One)

13 GI barbed wire anticlimbing device 2 Kg per support Kg

1 (One)

(B) LT Line

Sl No Description of work Unit Qnty. Unit Rate (In Rs.) (In figures and

words)

1 7/12 SWG Stay Wire K.g.

1 (One)

2 LT Stay clamp (1.4 K.g./ Pair ) pair

1 (One)

3 LT Stay Insulator No.

1 (One)

4 X Arm back Clamp 0.85kg each No.

1 (One)

5 LT Schackle Insulator No.

1 (One)

6 GI Strap and Bolt pair

1 (One)

7 Coil Earthing No.

1 (One)

Part-II (Erection)

(C) HT Line (11KV 3Phase 3Wire)

Sl No Description of work Unit

Qnty. Unit Rate (In Rs.) (In figures and

words)

1

Concreting of support C.C - 1:4:8 using 40mm BHG metal size - 5'x2'x2' = 20CFT = 0.570Cum Padding 900x600x150mm = 0.081 0.651Cum, with supply of all materials and labours as per specification and direction of Engineer-In-Charge.

CuM

1 (One)

Page 74: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

74

2

Concreting of stay set with 0.5Cum cement concret foundation 1:3:6 size ( 900mmx600mmx900mm) using 40mm BHG metal with all labour and material as per Specification and direction of Engineer-in-charge.

CuM

1 (One)

3

Couping of support section 15''x15'' ( 3.9Cft) height 2'-6' ( 1' - 6'' above G.L & 1' - 0' below G.L ) in C.C 1:2:4 using 12mm BHG metal & curing for 5 days, with supply of all materials and labour

CuM

1 (One)

4

Errection charges of 11 Mtr Long 150x150mm. RS Joist poles on 11KV line including excavation , (excluding padding, couping & Concreting), backfilling with fixing of all accessories like "V" corss arm, Top bracket, Straight cross arm, 11KV Pin Insulator, Disc Insulator, painting of all M.S. items with 2coat red-oxide paint and aluminium paint , fixing of barbed wire and danger board in each pole as per REC specification/ standard with average span length 60Mtr. and as per direction of Engineer-in-charge including transportation.

No.

1 (One)

5

Earthing of support by using coil type earthing by supplying salt, charcoal alternate layer as per REC Specification and direction of Engineer-in-charge including transportation.

No.

1 (One)

6

Fixing of H.T. stay set with all labour and material as per REC Specification & Standard and direction of Engineer-in-charge including transportation.

No.

1 (One)

7 Stringing of 3 ph 3W 11 KV S/C line with 55 mm ² insulated with supply of distribution Tie used for pin binding, jumpering by supplying P.G.

Ckt. Km. 1 (One)

Page 75: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

75

clamp, binding tape etc. and all other works required for completion of stringing work in complete shape as per REC Construction Standard and as per direction of Engineer-in-charge.

8

Dismantling charges which includes dismantling of existing conductors, dismantling of damaged cross arms, Poles with pin & pin insulators along with any other work if required in reconductering purpose has to be done along with collection of all old materials, return to Section store in good condition , reconcillation with Section.

Ckt. Km.

1 (One)

(A) LT Line (3*50+1x35mm² ABC)

Sl No Description of work Unit 1 (One) Unit Rate (In Rs.) (In figures and

words)

9

Concreting of support C.C - 1:4:8 using 40mm BHG metal size - 5'x2'x2' = 20CFT = 0.570Cum Padding 900x600x150mm = 0.081 0.651Cum, with supply of all materials and labours as per specification and direction of Engineer-In-Charge.

CuM

1 (One)

10

Concreting of stay set with 0.5Cum cement concret foundation 1:3:6 size ( 900mmx600mmx900mm) using 40mm BHG metal with all labour and material as per Specification and direction of Engineer-in-charge.

CuM

1 (One)

11

Couping of support section 15''x15'' ( 3.9Cft) height 2'-6' ( 1' - 6'' above G.L & 1' - 0' below G.L ) in C.C 1:2:4 using 12mm BHG metal & curing for 5 days, with supply of all materials and labour

CuM

1 (One)

12 Errection charges of 9 Mtr Long 100x116mm. RSJ poles on LT line including excavation ,

No. 1 (One)

Page 76: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

76

Excluding Concreting, backfilling with fixing of all accessories like corss arm, Insulator, painting of all M.S. items with 2coat red-oxide paint and aluminium paint with supply of Paint, fixing of coil earth in every pole as per REC specification/ standard with average span length 40/ 30MTR. and as per direction of Engineer-in-charge including transportation.

13

Fixing of L.T. stay set with all labour and material as per REC Specification & Standard and direction of Engineer-in-charge including transportation.

No.

1 (One)

14

Stringing Of ABC ( 3x50+1x35 mm2)with termination by providing cable end kit, gland , sockets, jumpering, fixing up of piercing connector, and all other works required in completion of stringing work in all respect.

Ckt. Km.

1 (One)

15

Dismantling charges which includes dismantling of existing conductors, dismantling of damaged cross arms, Poles with pin & pin insulators along with any other work if required in reconductering purpose has to be done along with collection of all old materials, return to Section store in good condition , reconcillation with Section.

a) Single Phase two wire (Tentative)

Ckt. Km. 1 (One)

Date : Signature of the Bidder with

Place : Name & Seal

Page 77: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

77

ANNEXURE – I

BID PROPOSAL LETTER

Electrical Installation of Works under CESU

Bidder’s Name and Address :

Bid Proposal Reference :

Person to be contacted :

Designation :

Telephone No. : E-mail : Fax No. :

To, Fax No:-

The Executive Engineer, CDD-II, CESU, Cuttack

Dear Sir,

We the undersigned bidder have read and examined the detailed

specification and bidding documents for execution of various electrical

installation works and do herewith submit our bid for the following packages :

Sl. Name of the Name of the Package Code

No. Owner Division Reference

We declare the following : 1.0 PRICES AND VALIDITY : 1.1 All the prices and price components stated in our bid proposal are firm and not

subject to any price adjustment, in line with the bidding documents. All the

prices and other terms and conditions of this proposal are valid for a period of 45

days from the date of opening of the bids. We further declare that prices stated

in our proposal are in accordance with “Instructions to Bidders” of bidding

documents.

ii) We do hereby confirm that our bid prices as quoted in attached Schedules

include all import duties and levies including license fees lawfully payable by us

Page 78: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

78

on imported items and other taxes, duties and levies applicable on bought – out

components, materials, equipment and other items and confirm that any such

taxes, duties and levies additionally payable shall be to our account.

1.3 We confirm that the Sales tax on Works Contract, Turnover Tax or any other similar

taxes under the Sales Tax Act, as applicable, are included in our quoted bid price

and there shall not be any liability on this account to the Owners. We understand

that Owners shall, deduct such taxes at source as per the rules and issue TDS

Certificate to us.

1.4 We confirm that, in our Bid Price, we have considered service tax in line with

lawful prevalent practice.

1.5 Price components of various items are indicated in the B.O.Q. for the respective works. 1.6 We, having studied the bidding document in three volumes relating to taxes &

duties and hereby, declare that if any income tax, charge on income tax or any

other corporate tax is attracted under the law, we agree to pay the same.

1.7 We are aware that the Price schedules do not generally give a full description of the supplies

to be made and work to be performed under each item and we shall be deemed to have

read the Technical Specifications and other bidding documents and drawings to ascertain

the full scope of work included in each item while filling in the related and prices. We agree

that the entered rates and prices shall be deemed to include the full scope as aforesaid,

including overheads and profits.

1.8 We understand that in the price schedule, if there is discrepancy between the

unit price and total price, the same shall be corrected as per relevant provisions.

We declare that prices for items left blank in the schedules will be deemed to have been included in other items. The TOTAL for each schedule and the TOTAL of Grand summary shall

be deemed to be the total price for executing the facilities and sections there of in complete accordance with the contract, whether or not each item has been priced.

2.0 CONSTRUCTION OF THE CONTRACT 3.1 We declare that we are making the offer on the basis of indivisible supply-cum-

Erection contract on a single source responsibility basis.

3.0 BID SECURITY( EMD)

We are enclosing BankDraft/BankGuarantee no.

………………..dated……amounting to Rs………… (Rupees

…………………….. only) issued by ………………….. Bank …….Branch,

payable at Cuttack towards Bid Security against our above Bid. The Bid Security

amount has been computed by adding the Estimated Cost of the package

Page 79: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

79

no.(s) …………….. for which we are submitting our bid.

5.0 BID PRICING

We further declare that the prices stated in our proposal are in accordance with

your ‘Instruction of Bidders of Conditions of Contract, of the bid documents.

6.0 PRICE ADJUSTMENT

We declare that all the prices and price components stated in our offer are on

FIRM price basis. 7.0 QUALIFICATION

We confirm having submitted the Qualification Data in original plus one copy,

as required by you under clause 2.0 ‘Invitation for Bids’. Further we have filled in

the information for qualification requirements. In case you require any further

information in this regard, we agree to furnished the same in time 8.0 DEVIATIONS

8.01 We declare that the contract shall be executed strictly in a accordance with the

specifications and documents except for the variations and deviations all of which have been detailed out exhaustively in the following schedules, irrespective of whatever has been stated to the contrary any where else in our

proposal.

a) Commercial Deviations Schedule

b) Cost of withdrawal of Deviations on Critical

c) Technical Deviation Schedule 8.2 We confirm that specified stipulation of following critical clauses are acceptable

to us and no deviations/exceptions are taken on any account whatsoever in the

following clauses :

(a) Payment Terms :

(b) Bid Guarantee :

(c) Contract Performance Guarantee :

(d) Liquidated Damages for delay :

(e) Prices and Price Adjustment :

(f) Guarantee / Warrantees :

Page 80: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

80

8.3 Further, we agree that the additional conditions, deviations, if any, found in our

bid proposal documents other than those stated in attached Deviation

Schedules, save that pertaining to any rebates offered, shall not be given effect

to. 9.0 ADDITIONAL INFORMATION

We have included with this proposal additional information listed. We further

confirm that such additional information does not imply any additional deviation

beyond those covered in appropriate schedules and in case of any

contradiction between these additional information and other provisions of Bid,

the latter prevail.

10.0 GURANTEE DECLARATION

We guarantee that the equipment offered shall meet the rating and

performance requirements stipulated in this specification. The Guarantee

Declaration which attract levy of liquidated damages for non-performance are

indicated in the relevant schedule. 12.0 WORK SCHEDULE

If this proposal is accepted by you, we agree to submit engineering data, provide

services and complete the entire work from time to time, in accordance with

schedule indicated in the proposal. We fully understand that the time schedule

stipulated in this proposal is the essence of the contract, if awarded. The

completion schedule of the various major key phases of the work is indicated in

the designated schedule.

13.0 CONTRACT PERFORMANCE GUARANTEE

We further agree that if our Bid is accepted we shall provide an irrevocable Bank guarantee towards Contract Performance Guarantee, of value equivalent to five percent (5%) of the Contract Price initially valid up to the end of ninety (90) days after the end of the contract warranty period in the form of Bank Guarantee in your favour within 15 (fifteen) days from the date of ‘Notice of Award of Contract’ and enter into a formal agreement with you immediately thereafter.

14.0 CHECK LIST

We have included a check list duly filled in Schedule.

We, hereby declare that only the persons or firms interested in this proposal as

principals are named herein and that no other persons or firms other that those

If we are awarded the contract, and that this proposal is made without any

connection with any other person, firm or party likewise submitting a proposal and

that this proposal is in all respect for and in good faith, without collusion or fraud.

Page 81: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

81

Dated this ………………………..day of ………………………………20…..

Thanking you, Yours faithfully,

(Signature of the Authorised Signatory) Printed Name

…………………………… Designation …………………………….. Common Seal off the company………..

Page 82: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

82

ANNEXURE – II

DECLARATION FORM To, The Executive Engineer, City Distribution Division No.-II, CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA Badambadi, Cuttack-12 Phone : 0671-2322610 Fax : 0671- 2322658 Web Site : www. cescoorissa.com . Sir,

Having examined the above specifications together with the Tender terms and

conditions referred to therein

1 – I / We the undersigned do hereby offer to supply the materials covered there on in

complete shape in all respects as per the rules entered in the attached contract

schedule of prices in the tender.

2 – I / We do hereby under take to have the materials delivered within the time

specified in the tender.

3 – I / We do hereby guarantee the technical particulars given in the tender

supported with necessary reports from concerned authorities.

4 – I / We do hereby certify to have purchased a copy of the tender specifications by

remitting Cash / Demand draft & this has been duly acknowledged by you in

your letter No…………Dt…………

5 – I / We do hereby agree to furnish the composite Bank Guarantee in the manner

specified / acceptable by CESU & for the sum as applicable to me / us within

fifteen days of issue of Letter of intent / Purchase Order , in the event of purchase

order being decided in my / our favour , failing which I / We clearly understand

that the said LOI / P.O. shall be liable to be withdrawn by the Owner.

Signed this…………….Day of……………………20…

Yours faithfully (Signature of Bidder with

Seal of Company) (This form should be duly filled up by the Bidder & submitted along with the original

copy of the Tender)

Page 83: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

83

ANNEXURE – III

LETTER OF COMPLIANCE OF QUALIFYING REQUIREMENT (In case of Bidder being a Single Firm)

To The Executive Engineer, City Distribution Division No.-II, CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA Badambadi, Cuttack-12 Phone : 0671-2322610 Fax : 0671- 2322658 Web Site : www. cescoorissa.com . Dear Sirs, I/We ……………. (Name of Bidder) are submitting the bid as a single firm. In support

of our meeting the Qualifying requirements(QR) for bidders, stipulated in this tender

specification, we furnish herewith the details/documents etc. as follows.

Table – A : Previous Works Experience :

Package Quoted for

Description of proposed works

Tender quantity

Quantity installed & Commisioned

FY Name of client

WO Ref

Qty Installed

Documents provided in proof of having executed the works during the relevant FY

Note: Continuation sheets, of like size and format, may be used as per

Bidder’s requirements and annexed to this Schedule.

I/We declare that we are fulfilling the qualifying requirements as per clause no. 2.0

of Section – I, Invitation for Bids (IFB).

For & on behalf of ………… (Name of the Bidder).

Page 84: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

84

ANNEXURE – IV

DETAILS OF COMMERCIAL DEVIATIONS Bidder’s Name & Address To The Executive Engineer, City Distribution Division No.-II, CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA Badambadi, Cuttack-12 Phone : 0671-2322610 Fax : 0671- 2322658 Web Site : www. cescoorissa.com . Dear Sirs, Sub: Commercial Deviation for Construction of Name of the project.

The following are the Commercial Deviations and variations from and exceptions to

the specifications and documents for the subject Project. These deviations and

variations are exhaustive. Except for these deviations, the entire work shall be

performed as per your specifications and documents

Ref./Page As specified in

the Commercial deviation and Volume/Cla

use No. Specification variation to the specification

Date: (Signature) …………………..

Place: ( Printed Name) ……………….

(Designation) …………………..

(Common Seal) ………………… Note: 1. Continuation sheets, of like size and format, may be used as per Bidder’s

requirements and annexed to this Schedule.

2. This will be read out during opening of Bid.

Page 85: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

85

ANNEXURE – V

DETAILS TECHNICAL DEVIATIONS

Bidder’s Name & Address

To, The Executive Engineer, City Distribution Division No.-II, CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA Badambadi, Cuttack-12 Phone : 0671-2322610 Fax : 0671- 2322658 Web Site : www. cescoorissa.com .

. Dear Sirs, Sub: Technical Deviation for Construction of ………………. Name of the Project.

The following are the Technical Deviations and variations from and exceptions to the specifications and documents for the subject package. These deviations and variations are exhaustive. Except for these deviations, the entire work shall be performed as per your specifications and documents

Technical deviation

and

As specified in the variation to the Volume/Clau

se Ref./Page

No. Specification / Relevant

ISS specification

Date: (Signature) …………………..

Place: (Printed Name) ……………….

(Designation) …………………..

(Common Seal) ………………… Note: 1. Continuation sheets, of like size and format, may be used as per Bidder’s

requirements and annexed to this Schedule.

2. The deviations and variations, if any, shall be brought out separately for

each of the equipment.

3. This will be read out during opening of Part – I bid.

Page 86: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

86

ANNEXURE – VI ADDITIONAL INFORMATION

Bidder’s Name & Address

To The Executive Engineer, City Distribution Division No.-II, CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA Badambadi, Cuttack-12 Phone : 0671-2322610 Fax : 0671- 2322658 Web Site : www. cescoorissa.com .

Dear Sirs,

We have enclosed with our proposal the following additional information for

the subject, package.

Sl. No Brief description of Information Ref.& Page No. Date: (Signature) …………………..

Place: (Printed Name) ……………….

(Designation) …………………..

(Common Seal) …………………

Note: Continuation sheets, of like size and format, may be used as per Bidder’s

requirements and annexed to this Schedule.

Page 87: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

87

ANNEXURE – VII

BOUGHT OUT & SUB CONTRACTED ITEMS

Bidder’s Name & Address To The Executive Engineer, City Distribution Division No.-II, CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA Badambadi, Cuttack-12 Phone : 0671-2322610 Fax : 0671- 2322658 Web Site : www. cescoorissa.com .

Dear Sirs,

We hereby furnish the details of the items/sub-assemblies amounting to more than 10%

of our bid price, we propose to buy for the purpose of subject package Sl. No Item description Qty. Proposed Source of Supply

Be bought/

Sub-contracted

1. …………………… ………………………….. ………………………….. 2. ……………………. ……………………………. ………………………….. 3. …………………….. ……………………………. …………………………… 4…………………….. ……………………………. ……………………………. 5. ……………………. …………………………….. ……………………………. 6. …………………… …………………………….. ……………………………. 7. …………………… …………………………….. …………………………….

Date: (Signature) …………………..

Place: ( Printed Name) ……………….

(Designation) …………………..

Page 88: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

88

ANNEXURE – VIII

WORK COMPLETION SCHEDULE

Bidder’s Name & Address

To The Executive Engineer, City Distribution Division No.-II, CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA Badambadi, Cuttack-12 Phone : 0671-2322610 Fax : 0671- 2322658 Web Site : www. cescoorissa.com .

Dear Sirs, We hereby declare that the following Work Completion Schedule shall be

followed by us for the purpose of subject packageSl. No Description of Work

Period in Months( from the date of LOA)

1 Completion of detailed engineering

2 Procurement of raw materials 2 Erection

(a) Commencement

(b) Completion

5 Testing & Pre-commissioning

(a) Commencement

(b) Completion

6 Commissioning

Date: (Signature) …………………..

Place: (Printed Name) ……………….

(Designation) …………………..

Page 89: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

89

ANNEXURE–IX CHECK LIST

Bidder’s Name & Address

To The Executive Engineer, City Distribution Division No.-II, CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA Badambadi, Cuttack-12 Phone : 0671-2322610 Fax : 0671- 2322658 Web Site : www. cescoorissa.com .

. Dear Sirs,

Sl. Item Description Status of the Remarks

No. Submission of

data

1 2 3 4

1. Bid Guarantee Yes /No If yes please give detailsNo,

amount, validity & date of issue.

2. Qualifying Data Yes /No

3. Commercial Deviation Yes /No

4. Technical Deviation Yes /No

5. Cost of withdrawn of Yes /No

deviations

6. Bid validity Yes /No If yes state here the period.

7. Period of completion Yes/No If, yes please state here the period

of completion.

8. Additional information State here briefly

offered by bidder

N.B.:- The contents of this schedule will be read out during opening Bid.

………………………

Signature of Bidder Date & Seal:

Page 90: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

90

N.B :-

1. The bid guarantee one original and one copy shall be furnished in two

separate sealed envelope appropriately superscribed thereon.

2. All Schedules pertaining to prices (originals ) shall be furnished in a

sealed envelope duly superscribed thereon. Similarly one set of copies

of such schedules shall be given in a separate sealed envelope.

3. All other schedules, one set original and another copy shall be

submitted in two separate sealed envelope

Date: (Signature) ………………….. Place: (Printed Name) ……………….

(Designation) …………………..

Page 91: Irrigation Road shifting Tender - 117.239.112.120117.239.112.120/CDDII09/Tender_document.pdf · CESU-CDD-II / Irrigation Road Shifting ... LT XLPE AB Cable. b) ... specification or

DEPOSIT WORK CDD-II, CUTTACK BID DOCUMENT 2015-16

91

ANNEXURE – X

SELF DECLARATION FORM

Name of the Purchaser: ----------------------------

Tender No: ------------------------------------------- Sir,

1. I/We, the undersigned do hereby declare that, I/We have never ever been blacklisted and / or

there were no debarring actions against us for any default in supply of material / equipments or in

the performance of the contract entrusted to us in any of the Electricity Utilities of India.

2. In the event of any such information pertaining to the aforesaid matter found at any given point

of time either during the course of the contract or at the bidding stage, my bid / contract shall be

liable for truncation / cancellation / termination without any notice at the sole discretion of the

purchaser.

Yours faithfully,

Place- Date-

Signature of the bidder

With seal

(This form shall be duly filled-up and signed by the bidder & submitted

along with the original copy of the Bid.)