for turnkey contracts (supply &...

126
CORPORATE OFFICE , SOUTHCO, BERHAMPUR Southco Tender Notice No :07 / 2012-13 Page 1 of 126 SOUTHERN ELECTRICITY SUPPLY COMPANY OF ORISSA LTD. OFFICE OF THE CORPORATE OFFICE ,SOUTHCO, BERHAMPUR, ODISHA TENDER NOTICE NO: 07/2012-13 FOR TURNKEY CONTRACTS (SUPPLY & ERECTION) For Construction of 33/11 KV Primary Sub-Station and associated 33 & 11 KV Line at MKCG Medical College and Hospital, BERHAMPUR. The last date and time of receipt of tender: 19.10.2012 up to 1.00 P.M Date and time of opening of tender: 19.10.2012 by 3.30 P.M Superintending Engineer (Store & Proc) SOUTHCO, Berhampur

Upload: trinhkhanh

Post on 12-Feb-2018

217 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 1 of 126

SOUTHERN ELECTRICITY SUPPLY COMPANY OF ORISSA LTD.

OFFICE OF THE CORPORATE OFFICE ,SOUTHCO, BERHAMPUR, ODISHA

TENDER NOTICE NO: 07/2012-13

FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)

For Construction of 33/11 KV Primary Sub-Station and

associated 33 & 11 KV Line at MKCG Medical College and

Hospital, BERHAMPUR.

The last date and time of receipt of tender: 19.10.2012 up to 1.00 P.M

Date and time of opening of tender: 19.10.2012 by 3.30 P.M

Superintending Engineer (Store & Proc)

SOUTHCO, Berhampur

Page 2: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 2 of 126

Ref No. Date-

Tender Notice No.-07/2012-13

For and on behalf of Southco sealed Tenders in duplicate on two part bidding system are

invited from bidders having valid HT Electrical License issued by ELBO and who comply

to the terms and conditions laid in the tender document of the following works on Turnkey

basis excluding the supply of power transformer & conductors under City Circle,Southco,

Berhampur.

“Construction of (1x5) MVA,33/11 KV Primary Substation at MKCG Medical

College & Hospital, Berhampur, Construction of 33 KV Line with 232 mm²

AAAC & Up-rating of conductor from 80 mm² AAAC to 232 mm² AAAC with

DP Structure using RS Joist poles,Up-rating of conductor for 33KV lines,11KV

lines,Construction of 33 KV Line with XLPE Cable for Railway crossing at

Jagannathpur Junction, Berhampur with other related works for providing power

supply to MKCG Medical College & Hospital,Berhampur”.

Last Date for submission of tender : 19.10.2012 upto 1.00 PM

Date of opening of technical bid. 19.10.2012 upto 3.30 PM

For detail specification, terms and conditions , please logon to our website www.

southcoodisha.com.

SOUTHCO reserves the right to alter the tendered quantity and reject / accept any

or all tenders or split the tendered works among tenderers without assigning any reason

thereof.

Superintending Engineer (Proc &Store )

SOUTHCO ,Berhampur

Page 3: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 3 of 126

Section – I

INVITATION FOR BIDS ( IFB )

Tender Notification :07/2012-13

1.0 SOUTHCO invites sealed tenders from reputed Electrical Contractors with required

license, either in individual capacity or as part of a joint venture agreement

/consortium for carrying out various Electrical Installation works on „Turnkey‟ basis

in the jurisdiction of their respective licensed area. The bidder must fulfill all the

Page 4: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 4 of 126

qualification requirements as specified in clause 2.0 stated below. The sealed

envelopes shall be duly super scribed as “TENDER NOTICE No:--07/2012-13. Due

date of opening-19.10.2012

Brief

Description of

Works

Estimated

Cost

(Rupees

In Lacs)

Earnest

Money

Deposit

(Rs

Lakhs)

Last

date/time

for

submission

of bids

Date and

time

of opening

of

bid

Non refundable

Cost of Bid

Document

(Incl. 5% VAT)

(Rs)

1.Construction of (1x 5

)MVA,33/11 KV Primary

Substation at MKCG

Medical College &

Hospital, Berhampur,

2. Construction of 7.5 KM

33 KV Line with 232 mm² AAAC

3.Up-rating of conductor

from 80 mm² AAAC to

232 mm² AAAC,

4.Construction of 2 No. of

4-Pole structures with 6

No.33KV AB Switches,

5.Up-rating of conductor

from 80 mm² AAAC to

100 mm² AAAC and

6.Construction of 0.5 KM

11 KV line with 55 mm² AAAC.

7. Construction of 33 KV

Line with XLPE Cable for

Railway Crossing at

Jagannthpur junction,

Berhampur.

(Excluding the supply of

power transformer, 55 mm² and 232 mm² AAA

Conductor)

153.2

1.532

19.10.2012

upto 1.00

PM

19.10.2012

at 3.30 PM

10500.00

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 above.

(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 for which the

bidder is submitting his bid during the last three financial years preceding to the year of

tender notification and should have successful operation of minimum period

of 1(one) year . Bidder must enclose copies of the relevant Works 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) The minimum Average Annual Turnover of the bidder in any three financial year out

Page 5: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 5 of 126

of the last five financial years should not be less than the estimated value of all the

packages quoted by the bidder(s).

(d) Bidder shall be financially sound and stable having liquid assets as stated in the

enclosed format and/or access to credit facility of not less than one fifth of estimated cost

of the package(s) for which he has submitted the bid.

(e) Two or more like minded contractor(s) and/or manufacturer(s) of electrical

items,which are under scope of supply of the contractor as per this tender specification,

may form a joint venture/ consortium agreement amongst themselves and apply against

this tender specification, provided they qualify the criteria. Sample format of Joint Venture

is enclosed herewith in Annexure-IV. However, if the bidder is quoting against the

packages in his individual capacity, he cannot be a part of joint venture / consortium

agreement to participate in package(s) as notified against this tender specification.

(f) If the bidder is a joint venture / consortium, they shall comply the qualifying criteria as

follows:

i) Both the partner shall have the stipulated previous works experience for similar

quantity of completed works as stated in the qualifying criteria.

ii) If the works experience of one partner is not meeting the entire qualifying criteria, the

item wise field experience of the other partner(s) specified in the scope of works shall be

added for qualifying the bid in total. However item wise fractional works experience shall

not be summed up for consideration for any single item of the scope.

iii) However, the annual turnover and liquidity figures of all partners shall be added

together to determine, if the joint venture / consortium is meeting the Annual Average

Turnover criteria as stated in the qualifying criteria.

(g) One of the partners shall be nominated as Lead Partner and the lead partner shall be

authorized to incur liabilities and receive instructions for and on behalf of all partners of

the joint venture / consortium and entire execution of the contract including receipt of

payments shall be done exclusively through the lead partner. This authorization shall be

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

of all partners.

(h) All partners of joint venture / consortium shall be liable jointly and severally for the

execution of contract in accordance with the contract terms and a copy of the agreement

entered into by the joint venture / consortium partners having such a provision shall be

submitted with the Bid. A statement to this effect shall be included in the authorization

mentioned as above as well as in the Bid form and in Contract form (in case of a

successful bid).

(i) 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. EPF registration

iii. ESI registration

iv. Service Tax registration

v. VAT Clearance Certificate

vi. PAN & TIN No.

vii. Existing Labour license

viii. Registration building other construction workers welfare Act.

ix. Last 3 years audited balance sheet and profit/loss A/c.

x. Letter from bank regarding credit facilities available.

(j) The bidders who have earlier failed to execute the works order(s) of the Owner shall

not be eligible to participate in this tender.

Page 6: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 6 of 126

(k) Owner reserves the right to waive minor deviation, if they do not materially affect the

capacity of the bidder to perform the contract.

3.0 Tender papers are to be downloaded from our websites www.southcoorissa.com and the

bidder has to enclose a demand draft payable at Berhampur covering the cost of bid documents as

stated above in a separate envelope with suitable superscription “Cost of Bid Documents : Tender

Notice No.: 07/2012-12 For Construction of 33/11 KV Primary Sub-Station and

associated 33 & 11 KV Line at BERHAMPUR”. This envelope should accompany the

Bid Documents.

4.0 Price shall be inclusive of VAT (For supply items), Insurance, and Service Tax (For

installation part). However detailed price break-up must be provided.

5.0 Project Completion Schedules:-

Description Date

Submission of Bids 19.10.2102 upto 1.00 PM

Opening of Bids(Technical Bid) 19.10.2012 at 3.30 PM

Completion period To be completed within

90 days from the date of

issue of LOA / Work

Order.

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

Superintending Engineer (Store & Proc), SOUTHCO, Berhampur.

Superintending Engineer (Store & Proc)

SOUTHCO,Berhampur

Page 7: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 7 of 126

Section – II

INSTRUCTION TO BIDDERS (ITB)

Tender Notification :07/2012-13

Page 8: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 8 of 126

A. GENERAL

1.0 SOUTHCO, hereinafter referred to as the “Owner” is desirous of implementing the

various works at their respective licensed area in the state of Orissa. The Owner has now

floated this tender for construction of new 33 KV line,11KV line and 33/11KV S/S.

2.0 SCOPE OF WORKS

The scope shall include construction of new 33 KV and 11 KV lines and 33/11KV S/S with

requisite materials under SOUTHCO area, conforming to the REC Technical Specifications

and IS.

3.0 DISCLAIMER

3.01 This Document includes statements, which reflect various assumptions, which may or may

not be correct. Each Bidder should conduct its own estimation and analysis and should

check the accuracy, reliability and completeness of the information in this Document and

obtain independent advice from appropriate sources in their own interest.

3.02 Neither the Owner nor its employees will have any liability whatsoever to any Bidder or

any other person under the law or contract, the principles of restitution or unjust

enrichment or otherwise for any loss, expense or damage whatsoever which may arise

from or be incurred or suffered in connection with anything contained in this Document,

any matter deemed to form part of this Document, provision of Services and any other

information supplied by or on behalf of Owner or its employees, or otherwise arising in

any way from the selection process for the Supply.

3.03 Though adequate care has been taken while issuing the Bid document, the Bidder should

satisfy itself that documents are complete in all respects. Intimation of any discrepancy

shall be given to this office immediately.

3.04 This Document and the information contained herein are strictly confidential and are

for the use of only the person(s) to whom it is issued. It may not be copied or

distributed by the recipient to third parties (other than in confidence to the

recipient’s professional advisors).

4.0 COST OF BIDDING

The Bidder shall bear all costs associated with the preparation and submission of its Bid

and Owner will in no case be responsible or liable for those costs.

B. BIDDING DOCUMENTS

5.0 BIDDING DOCUMENTS

5.01 The Scope of Works, Bidding Procedures and Contract Terms are described in the Bidding

Documents. In addition to the covering letter accompanying Bidding Documents, the

Bidding Documents include:

(a) Instructions to Bidders (ITB) (b) General Conditions of Contract (GCC) (c) Bid Form (d) BG Formats

(e) Price Bid format (BOQ)

Page 9: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 9 of 126

5.02 The Bidder is expected to examine the Bidding Documents, including all Instructions,

Forms, Terms and Specifications. Failure to furnish all information required by the

Bidding Documents or submission of a Bid not substantially responsive to the Bidding

Documents in every respect will may result in the rejection of the Bid.

6.0 AMENDMENT OF BIDDING DOCUMENTS

6.01 At any time prior to the deadline for submission of Bids, the Owner may, for any reasons,

whether at its own initiative or in response to a clarification requested by a prospective

Bidder, modify the Bidding Documents by Amendment.

6.02 The Amendment shall be part of the Bidding Documents, pursuant to Clause 5.01, and it

will be notified in writing by Fax/e-mail to all the Bidders who have received the Bidding

Documents and confirmed their participation to Bid, and will be binding on them.

6.03 In order to afford prospective Bidders reasonable time in which to take the Amendment

into account in preparing their Bids, the Owner may, at its discretion, extend the deadline

for the submission of Bids.

C. PREPARATION OF BIDS

7.0 LANGUAGE OF BID

The Bid prepared by the Bidder, and all correspondence and documents relating to the Bid

exchanged by the Bidder and the Owner, shall be written in the English Language. Any

printed literature furnished by the Bidder may be written in another Language, provided

that this literature is accompanied by an English translation, in which case, for purposes of

interpretation of the Bid, the English translation shall govern.

8.0 DOCUMENTS COMPRISING THE BID

The Bid prepared and submitted by the Bidder shall comprise the following components:

(a) Bid Form, Price & other Schedules (STRICTLY AS PER FORMAT).

(b) All the Bids must be accompanied with the required bid security as mentioned in the

Section-I against each tender.

(c) Power of Attorney indicating that the person(s) signing the Bid have the authority to

sign the Bid and thus that the Bid is binding upon the Bidder during the full period of

its validity, in accordance with clause 12.0.

9.0 BID FORM

9.01 The Bidder shall complete an „Original‟ and another one „Copy‟ of the Bid Form and the

appropriate Price & Other Schedules.

9.02 Bid Security

The bidder shall furnish, as part of its bid, a bid security as already specified in the tender

document. The bid security is required to protect the Owner against the risk of Bidder‟s

conduct which would warrant the security‟s forfeiture.

The bid security shall be denominated in the currency of the bid, and shall be in the

following form:

Page 10: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 10 of 126

(a) Bank Draft in favor of Southern Electricity Supply Company of Orissa Ltd., payable

at Berhampur.

Unsuccessful bidders‟ bid security will be discharged or returned as promptly as possible

but not later than thirty (30) days after the expiration of the period of bid validity. The

successful bidder‟s bid security will be discharged upon furnishing the performance

security.

The bid security may 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 & accept the Contract, or

(ii) to furnish the required Composite performance Bank Guarantee within the

stipulated period.

10.0 BID PRICES

10.01 Bidders shall quote with a break-up of prices for individual items. The total Bid Price shall

also cover all the Supplier's obligations mentioned in or reasonably to be inferred from the

Bidding Documents in respect of design, Supply, Transportation to site, all in accordance

with the requirement of Bidding Documents. The Bidder shall complete the appropriate

Price Schedules included herein, stating the Unit Price for each item & total Price.

10.02 The prices offered shall be inclusive of all costs as well as Duties, Taxes and Levies paid

or payable during execution of the supply works, break up of price constituents, should be

there.

10.03 Prices quoted by the Bidder shall be “Firm” and not subject to any price adjustment during

the performance of the Contract. A Bid submitted with an adjustable price quotation will

be treated as non-responsive and rejected.

11.0 BID CURRENCIES

Prices shall be quoted in Indian Rupees Only.

12.0 PERIOD OF VALIDITY OF BIDS

12.01 Bids shall remain valid for 180 days from the date of opening of the Bid.

12.02 Notwithstanding Clause 12.01 above, the Owner may solicit the Bidder‟s consent to an

extension of the Period of Bid Validity. The request and the responses thereto shall be

made in writing by Fax/e-mail.

13.0 ALTERNATIVE BIDS

Bidders shall submit Bids, which comply with the Bidding Documents. Alternative Bids

will not be considered. The attention of Bidders is drawn to the provisions of Clause 22.03

& 22.04 regarding the rejection of Bids, which are not substantially responsive to the

requirements of the Bidding Documents.

14.0 FORMAT AND SIGNING OF BID

14.01 The original Bid Form and accompanying documents (as specified in Clause 9.0), clearly

marked "Original Bid", plus one copy must be received by the Owner at the date, time and

Page 11: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 11 of 126

place specified pursuant to Clauses 15.0 and 16.0. In the event of any discrepancy

between the original and the copies, the original shall govern.

14.02 The original and copy of the Bid shall be typed or written in indelible ink and shall be

signed by the Bidder or a person or persons duly authorized to sign on behalf of the

Bidder. Such authorization shall be indicated by written Power-of-Attorney accompanying

the Bid.

14.03 The Bid shall contain no interlineations, erasures or overwriting except as necessary to

correct errors made by the Bidder, in which case such corrections shall be initialed by the

person or persons signing the Bid.

D. SUBMISSION OF BIDS

15.0 SEALING AND MARKING OF BIDS

15.01 Bid submission: One original & one Copy (hard copies) of all the Bid Documents shall be

sealed and submitted to the Owner before the closing time for submission of the bid.

15.02 The Technical Documents and the Bid Security shall be enclosed in a sealed envelope and

the said envelope shall be superscribed with “Technical Bid & Bid Security”. Envelope/s

containing the price bid shall be contained inside another sealed envelope with

superscription “Price Bid”. Both these envelopes shall be sealed inside another big

envelope. All the envelopes should bear the Name and Address of the Bidder and marking

for the Original and Copy. The envelopes should be super-scribed with “Tender Notice

No. & Due date of opening”.

15.03 The Bidders have the option of sending the Bids in person. Bids submitted by

Telex/Telegram/Fax will not be accepted. No request from any Bidder to the Owner to

collect the proposals from Airlines/Cargo Agents etc shall be entertained by the Owner.

16.0 DEADLINE FOR SUBMISSION OF BIDS

16.01 The original Bid, together with the required copies, must be received by the Owner at the

address specified not later than 1.00 PM. on 19.10.2012.

16.02 The Owner may, at its discretion, extend the deadline for the submission of Bids by

amending the Bidding Documents in accordance with Clause 9.0, in which case all rights

and obligations of the Owner and Bidders previously subject to the deadline will thereafter

be subject to the deadline as extended.

17.0 ONE BID PER BIDDER

Each Bidder shall submit only one Bid either by itself, or as a partner in a Joint Venture. A

Bidder who submits or participates in more than one Bid will cause all those Bids to be

rejected.

18.0 LATE BIDS

Any Bid received by the Owner after the deadline for submission of Bids prescribed by the

Owner, pursuant to Clause 16.0, will be declared "Late" and rejected and returned

unopened to the Bidder.

19.0 MODIFICATIONS AND WITHDRAWAL OF BIDS

19.01 The Bidder is not allowed to modify or withdraw its Bid after the Bid‟s submission.

Page 12: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 12 of 126

19.02 No Bid may be modified to the deadline for Bids.

E EVALUATION OF BID

20.0 PROCESS TO BE CONFIDENTIAL

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.

21.0 CLARIFICATION OF BIDS

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.

22.0 PRELIMINARY EXAMINATION OF BIDS / RESPONSIVENESS

22.01 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.

22.02 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.

22.03 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.

22.04 A Bid determined as not substantially responsive will be rejected by the Owner and / or

the Owner and may not subsequently be made responsive by the Bidder by correction of

the non-conformity.

23.0 EVALUATION AND COMPARISON OF BIDS

23.01 The evaluation of Bids shall be done based on the delivered cost competitiveness basis.

23.02 The evaluation of the Bids shall be a stage-wise procedure. The following stages are

identified for evaluation purposes:

In the first stage, the Bids would be subjected to a responsiveness check. The Technical

Proposals and the Conditional ties of the Bidders would be evaluated.

Subsequently, the Financial Proposals along with Supplementary Financial Proposals, if

any, of Bidders with Techno-commercially Acceptable Bids shall be considered for final

evaluation.

23.03 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) Supply schedule.

(b) Deviations from Bidding Documents

Page 13: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 13 of 126

Bidders shall base their Bid price on the terms and conditions specified in Bidding

Documents.

The cost of all quantifiable deviations and omissions from the specification, terms and

conditions specified in Bidding Documents shall be evaluated. The Owner will make its

own assessment of the cost of any deviation for the purpose of ensuring fair comparison of

Bids.

23.04 Any adjustments in price, which result from the above procedures, shall be added for the

purposes of comparative evaluation only to arrive at an "Evaluated Bid Price". Bid Prices

quoted by Bidders shall remain unaltered.

24.0 CONTACTING THE OWNER

24.01 From the time of Bid opening to the time of contract award, if any Bidder wishes to

contact the Owner on any matter related to the Bid, it should do so in writing.

24.02 Any effort by a Bidder to influence the Owner and / or in the Owner‟s decisions in respect

of Bid evaluation, Bid comparison or Contract Award, will result in the rejection of the

Bidder‟s Bid.

25.0 THE OWNER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL

BIDS

The Owner reserves the right to accept or reject any Bid and to annul the Bidding process

and reject all Bids at any time prior to award of Contract, without thereby incurring any

liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder

or Bidders of the grounds for the Owner‟s action.

26.0 AWARD OF CONTRACT

The Owner will award the Contract to the successful Bidder whose Bid has been

determined to be the lowest - evaluated responsive Bid, provided further that the Bidder

has been determined to be qualified to satisfactorily perform the Contract. Owner reserves

the right to award order other bidders in the tender, provided it is required for progress of

project & provided he agrees to come to the lowest rate.

27.0 THE OWNER’S RIGHT TO VARY QUANTITIES

The Owner reserves the right to vary the quantity i.e. increase or decrease the quantities

without any change in terms and conditions during the execution of the Order.

28.0 LETTER OF INTENT/ NOTIFICATION OF AWARD

The letter of intent / Notification of Award shall be issued to the successful Bidder whose

bids have been considered responsive, techno-commercially acceptable and evaluated to

be the Lowest (L1). The successful Bidder shall be required to furnish a letter of

acceptance within 7 days of issue of the letter of intent /Notification of Award by Owner.

29.0 CORRUPT OR FRAUDULENT PRACTICES

29.01 The Owner requires that the Bidders observe the highest standard of ethics during the

procurement and execution of the Project. In pursuance of this policy, the Owner:

(a) Defines, for the purposes of this provision, the terms set forth

below as follows:

i. "Corrupt practice" means behavior on the part of officials in the

public or private sectors by which they improperly and unlawfully enrich themselves

and/or those close to them, or induce others to do so, by misusing the position in which

they are placed, and it includes the offering, giving, receiving, or soliciting of anything of

value to influence the action of any such official in the procurement process or in contract

execution; and

Page 14: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 14 of 126

ii. "Fraudulent practice" means a misrepresentation of facts in order

to influence a procurement process or the execution of a contract to the detriment of the

Owner, and includes collusive practice among Bidders (prior to or after Bid submission)

designed to establish Bid prices at artificial non-competitive levels and to deprive the

Owner of the benefits of free and open competition.

(b) Will reject a proposal for award if it determines that the Bidder

recommended for award has engaged in corrupt or fraudulent practices in competing

for the contract in question;

(c) Will declare a firm ineligible, either indefinitely or for a stated period of time, to be

awarded an contract if it at any time determines that the firm has engaged in corrupt or

fraudulent practices in competing for, or in executing, an contract.

29.02 Furthermore, Bidders shall be aware of the provision stated in the General Conditions of

Contract.

Superintending Engineer(Proc &Store ) SOUTHCO, Berhampur

Page 15: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 15 of 126

Section – III

(GENERAL CONDITIONS OF

CONTRACT)

Tender Notification :07/20112-13

Page 16: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 16 of 126

GENERAL CONDITION OF CONTRACT (GCC)

1.0 GENERAL: -

SOUTHCO, hereinafter referred to as the “Owner” are desirous of construction of

various Works, on „turnkey‟ basis in its licensed area (Malkangiri) in the state of Odisha

as described below :

2.0 SCOPE OF WORKS : -

1.Construction of (1x 5 )MVA,33/11 KV Primary Substation at MKCG Medical College

& Hospital, Berhampur,

2. Construction of 7.5 KM 33 KV Line with 232 mm² AAAC

3.Up-rating of conductor from 80 mm² AAAC to 232 mm² AAAC,

4.Construction of 2 No. of 4-Pole structures with 6 No.33KV AB Switches,

5.Up-rating of conductor from 80 mm² AAAC to 100 mm² AAAC and

6.Construction of 0.5 KM 11 KV line with 55 mm² AAAC.

(Excluding the supply of power & station transformers, VCBs, 55 mm² ,100 mm² and 232

mm² AAA Conductor)

2.01 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 Owner :-

a) Power Transformer

b) AAA Conductor ( 55 mm² ,100 mm2 and 232 mm²)

2.03 The detailed scope of the works shall include;

i. Detailed survey & Engineering of substation, lines and preparation of SLD / BOQ to be

done by the bidder.

ii. Complete manufacture, including shop testing & supply of materials from the 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 Electrical Inspector after completion of

works.(Inspection fee will be reimbursed by Southco on submission of Chalan)

Page 17: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 17 of 126

xiv.Transportation and transit insurance of all free issue materials to be supplied from

Owner‟s nearest stores to site and as well as all other required materials (under the

bidder‟s scope of supply) from supplier‟s premises to works site, construction of new

electrical / civil structures, etc.

3.0 DEFINITION OF TERMS

(i) The „Contract ‟means the agreement entered into between the Owner and the

Contractor as per the Contract Agreement signed by the parties, including all attachments

and appendices there to and all documents incorporated by reference therein.

(ii) „Owner‟ shall mean SOUTHCO and shall include its legal representatives,

successors and assigns.

(iii) „Contractor‟ shall mean the Bidder whose bid will be accepted by the Owner for the

award of the Works and shall include such successful Bidder‟s legal representatives,

successors and permitted assigns.

(iv) „Sub-Contractor‟ shall mean the person named in the Contract for any part of the

works or any person to whom any part of the Contract has been sublet by the contractor

with the consent in writing of the Engineer and will include the legal representatives,

successors and permitted assigns of such person.

(v) „Engineer in Charge‟ shall mean the officer appointed in writing by the Owner to act

as Engineer from time to time for the purpose of the Contract.

(vi) „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.

(vii) „Site‟ shall mean and include the land and other places on, into or through which the

works and the related facilities are to be erected or installed and any adjacent land, paths,

street or reservoir which may be allocated or used by the Owner or Contractor in the

performance of the Contract.

(viii) „Inspector‟ shall mean the Owner or any person nominated by the Owner from time

to time, to inspect the equipment; stores or Works under the Contract and/or the duly

authorized representative of the Owner

(ix) „Notice of Award of Contract‟/ „Letter of Award‟ shall mean the official notice issued

by the Owner notifying the Contractor that his bid has been accepted.

(x) „Date of Contract‟ shall mean the date on which notice of Award of Contract/Letter of

Award has been issued.

(xi) „Performance and Guarantee Tests‟, shall mean all operational checks and tests

required to determine and demonstrate capacity, efficiency, and operating characteristics

as specified in the Contract Documents.

(xii) The term „Final Acceptance‟/ „Taking Over‟ shall mean the Owner‟s written

acceptance of the works performed under the Contract, after successful commissioning/

Page 18: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 18 of 126

completion of Performance and Guarantee Tests, as specified in the accompanying

Technical Specifications or otherwise agreed in the contract.

(xiii) „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.

(xiv) Words imparting „Person‟ shall include firms, companies, corporations and

associations or bodies of individuals, whether incorporated or not.

(xv) 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.

(xvi) 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‟.

4.0 SUBMISSION OF TENDER: -

4.01 Sealed tenders in Two parts each in duplicate, each complete in all respects in the

manner hereinafter specified are to be submitted in the office of the SOUTHCO, Address

on or before the date and time specified in the notice inviting the tenders. Each copy of the

bids (original and duplicate) shall be submitted in separate double sealed envelopes

superscripted on each of 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.

4.02 The tenders are required to be submitted in Two Parts each in separate double sealed

covers.

Part - I, : Superscribed as “Technical and commercial bid ” shall contain EMD,

Cost of Bid Documents and Techno commercial documents.

Part - II, Superscribed as “ Price Bid”. The Part - II should contain only Price

bid.

4.03 Fax and Telegraphic tenders shall not be accepted.

4.04 Receipt of bids/ revised bids after the cut off time and date as specified in the 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.

5.0 VALIDITY :-

The offer shall be valid for a period not less than 180 days from the date of bid opening.

6.0 PRICE: -

Page 19: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 19 of 126

Bidders are required to quote firm price as per the prescribed format. 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.

7.0 RECEIPT AND OPENING OF THE BID : -

7.01 Bids in duplicate as described under clause 4.0 shall be received in the office of the

Owner 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.

7.02 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.

7.03 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.

7.04 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.

8.0 EVALUATION OF BIDS & AWARD OF CONTRACT :

8.01 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.

8.02 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.

8.03 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.

Page 20: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 20 of 126

8.04 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.

8.05 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) Works Schedule

(b) Deviations from Bidding Documents

8.06 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 capable to undertake the entire works 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.

8.07 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 any where 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.

9.0 EARNEST MONEY DEPOSIT (EMD):-

9.01 The Tender must be accompanied by Earnest Money Deposit in shape of Demand

Draft in favour of Southco and Payble at Berhampur. EMD shall be of Rs 1.58 Lakh/- .

Bids without EM deposit will be rejected out rightly.

9.02 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.

9.03 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.

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

finalisation of the order.

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

Page 21: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 21 of 126

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 upto 20% of the tender quantity without any change in price or other terms

and conditions.

11.0 INSPECTION AND TESTING :-

A) All the materials shall be inspected by the Owner or any authorized representative of

the Owner with third party inspection, if required as per relevant IS at the contractor‟s or

it‟s sub-vendor‟s manufacturing works. The contractor shall give the Owner advance

notice in writing about the place of testing at least 15 days before the scheduled date on

which the materials will be ready for inspection. The dispatch clearance will be issued by

the Owner, if the materials satisfy the required quality as per IS.

B) Engineer-in-charge 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 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. The contractor

shall give the advance notice in writing of the Date and the Place at which the materials

will be ready for testing. The inspecting officer for the entire works shall be the

(Respective Authority) of the concerned site.

12.0 COMPLETION AND COMPLETENESS OF THE EQUIPMENT :-

12.01 Time being the essence of the contract; the works shall be completed within 3

(Three) months from the date of issue of works order.

12.02 The works shall be treated as complete item wise when one item shall be complete

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.

12.03 All similar components and/or parts of similar equipment supplied shall be

interchangeable with one another. Various equipments supplied under this contract shall

be subject to Owner‟s approval.

12.04 Owner however reserves the right to re-schedule the completion period, if required.

13.0 REJECTION OF MATERIALS : -

Page 22: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 22 of 126

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 (Technical Specification),

Owner shall reject such materials / services and ask the contractor in writing to replace /

rectify the defects. The contractor on receipt of such notification shall either rectify or

replace the defective materials and/or re-install the works already executed, free of cost to

the Owner. If the contactor fails to do so the Owner 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) Acquire the defective materials at reduced price considered acceptable under the

circumstances.

D) Forfeit the Contract Performance Bank Guarantee.

14.0 EXPERIENCE OF BIDDERS : -

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

following aspects.

i. Description of similar type of works executed during the last three years with same or

higher voltage level 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 & Supply by the contractor himself. Also the area of access of the contractor

through other agencies must be indicated.

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

works) 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” . 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

Page 23: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 23 of 126

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.

16.0 CONTRACTOR TO INFORM HIMSELF FULLY: -

The contractor shall examine the instructions, general conditions of the contract,

specifications and the schedule of quantity and delivery to satisfy himself as to all the

terms and conditions and circumstances affecting the contract price. He shall quote prices

according to his own judgment and shall understand that no additional cost except as

quoted shall only be considered.

17.0 PATENT RIGHT: -

The contractor shall indemnify the Owner against all claims, actions, suits and

proceedings for the alleged infringement any patent design or copy right protected either

in country of origin or in India by the use of any equipment supplied by the contractor but

such indemnity shall not cover any use of the equipment other than for the purpose

indicated by or reasonable to be informed from the specification.

18.0 GUARANTEE PERIOD: -

18.01. For Materials (Supplied by Contractor):

18.01.01 The materials to be supplied by the contractor shall be guaranteed for satisfactory

operation against defects in design and workmanship for a period of 24 months from the

date of handing over the completed installations after commercial operation at required

voltage level.

18.01.02 The above guarantee certificate shall be furnished in triplicate to the Owner for

his approval. Any defects noticed during the above period should be rectified by the

Contractor

free of cost to the Utility provided such defects are due to faulty design, bad workmanship

or bad materials used on receipt of written notice from the Owner.Any such defects as

notified by the Owner shall be rectified by the contractor within one month failing which

the Owner will set right the defects through other agencies and recover double the cost so

incurred either from any pending invoices or Bank Guarantee.

18.02. For Construction:

18.02.01 The bidder shall guarantee for the workmanship for a minimum period of 24

months from the date of completion of commissioning. The contractor shall guarantee to

repair to the satisfaction of the owner the defective parts at site free of cost within the

above period. However, if the bidder fails to do so within a reasonable time, the owner

reserves the right to effect repair and recover such charges from the contractor.

Page 24: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 24 of 126

18.02.02 If during the defect liability period any services performed found to be defective,

these shall be promptly rectified by contractor on its own cost (including the cost of

dismantling and reinstallation) on the instruction of Owner.

19.0 PENALTY FOR DELAY IN COMPLETION OF CONTRACT: -

19.01 If the contractor fails to complete the works by the scheduled period or any

extension granted thereby, the contractor shall be liable for payment of penalty amounting

to 0.5% (half percent) of the contract price per week of un-finished works subject to the

maximum of 5% (five percent) of the total contract price and subject to force majeure

conditions. After receipt of the L.O.A., the contractor shall sign a Contract

Agreement with the Owner within fifteen days along with the detail works plan

through PERT chart/ BAR Chart. The Penalty/ Liquidated damage as written above

will be levied if any deviation to the schedule on any item of works due to the fault of

the contractor is observed.

19.02 Penalty amount can be realized from the proceeds of the Contract Performance

Bank Guarantee, if the situation so warrants.

19.03 Extension of delivery period could be with / without levy of penalty with the

discretion of Owner.

20.0 RIGHT OF WAY :

Right of way issues, if any, arising during execution of the works shall have no liability on

the Owner. These issues shall be settled at the sole discretion of the Contractor. The

Owner shall however extend all possible help to the Contractor including discussion with

the local authorities for early resolution of these issues.

21.0 CONTRACTOR’S DEFAULT :

21.01 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

Owner may give notice in writing to the Contractor to make good the failure, neglect or

contravention complained of. Should the Contractor fail to comply with the notice within

thirty (30) days from the date of serving the notice, the Owner shall be at liberty to

employ other worksmen and forthwith execute such part of the works as the contractor

may have neglected to do or if the Owner thinks fit, without prejudice to any other right,

he may have under the Contract to take the works wholly or in part out of the Contractor‟s

hands and re-contract with any other person or persons to complete the works or any part

thereof and in that event the Owner shall have free use of all Contractor‟s equipment that

may have been at the time on the Site in connection with the works without being

responsible to the Contractor for fair wear and tear thereof and to the exclusion of any

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

Page 25: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 25 of 126

any balance which may otherwise be due on the Contract by him to the Contractor, or such

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

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.

21.02 In addition, such action by the Owner as aforesaid shall not relieve the Contractor

of his liability to pay liquidated damages for delay in completion of works.

21.03 Such action by the Owner 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.

22.0 TERMINATION OF CONTRACT ON OWNER’S INITIATIVE:

22.01 Owner reserves the right to terminate the Contract either in part or in full due to

reasons other than those mentioned under clause entitled „Contractor‟s Default‟. The

Owner shall in such an event give fifteen (15) days notice in writing to the Contractor of

his decision to do so.

22.02 The Contractor upon receipt of such notice shall discontinue the works 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 works terminated and terms

satisfactory or the Owner, stop all further sub-contracting or purchasing activity related to

the works terminated, and assist Owner in maintenance, protection, and disposition of the

works acquired under the Contract by the Owner. In the event of such a termination the

Contractor

shall be paid compensation, equitable and reasonable, dictated by the circumstance

prevalent at the time of termination to be determined by the Arbitrator without

stopping the works but to carry out the left over works through other agencies.

22.03 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 Owner 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 Owner 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.

Page 26: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 26 of 126

The decision of the Owner that the legal representatives of the deceased Contractor or

surviving partners of the Contractor‟s firm cannot carry out and complete the contract

shall be final and binding on the parties. In the event of such cancellation the Owner shall

not hold the estate of the deceased contractor and/ or the surviving partners of the

Contractor‟s firm liable to damages for not completing the Contract.

23.0 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 Owner in writing of the cause of delay. The Owner shall verify the facts and

grant extension as facts justify.

24.0 EXTENSION OF TIME: -

If the delivery of the equipments / materials is delayed due to reasons beyond the control

of the Contractor, the Contractor shall immediately within 3 days inform the Owner in

writing of his claim for an extension of time. The Owner on receipt of such notice may

agree to extend the contract period as may be reasonable but without prejudice to other

terms & conditions of the contract.

25.0 SAFETY PRECAUTIONS:-

The agency shall observe all applicable regulations regarding safety at the Site. Any

compensation due on account of accident at site shall be to the contractor‟s account.

26.0 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 Owner for any damage

or loss of materials during storing, transit transportation and at the time of erection.

27.0 INSURANCE: -

Contractor shall arrange adequate Transit-cum-storage-cum-erection policy and shall

submit the copy of the same to the Owner. The policy shall initially remain valid for a

period of sixty days over & above of the contractual guarantee period and shall be

extended as required till handing over. Contractor shall be responsible for lodging of claim

with the insurer as well as for all required follow up with the insurer for settlement of

claim in case of loss/damage/theft of material during transit/storage/erection till the

completed works is handed over to the Owner and is accepted by the authorised

representative of the Owner in writing.Contractor shall also arrange adequate cover for his

employees / labourers engaged in the works as well as arrange third party insurance cover

to indemnify any possible damages to public at large not connected with the works

process. Any claim(s) pertaining to this shall

Page 27: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 27 of 126

be the responsibility of the Contractor. The contractor shall undertake free replacement of

the materials damaged or lost during transit, which will be intimated by the Consignee

within 30 days of receipt of the materials at Owner‟s stores.

28.0 ENGINEER IN CHARGE :-

Concerned Divisional Head / authorized engineer of the Owner shall be the Engineer in

charge for the Project.

29.0 CONTRACT PERFORMANCE BANK GUARANTEE :-

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

the Contractor shall submit Contract Performance Bank Guarantee issued by a scheduled

Bank, in favour of the Owner, covering 10% of the total value of the works order.

29.02 The said Bank Guarantee shall be prepared in the prescribed Performa as attached in

Section V, Annexure - II. The Bank Guarantee furnished shall be executed on Non-judicial

Stamp paper worth of Rs 100/- (Rupees Hundred only), purchased in the name of the

issuing bank, as per the prevalent rules. The Bank Guarantee so provided shall be en-

cashable on the Malkangiri branch of the issuing Bank.

29.03 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 there of, failing which the works orders

(W.O) will be liable for cancellation without any further notice with forfeiture of E.M.D.

29.04 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.

30.0 TERMS OF PAYMENT:

30.02 70% (seventy percent) of contract price on pro-rata basis along with taxes and duties

shall be paid progressively for each completed items of works certified by the Junior

Manager & SDO concerned against each calendar month by 1st week of succeeding month

along with utilization certificate. No payment shall be released if the accounts for

utilization of materials follow with proper certification by the concerned J.M., A.M./ SDO

submitted within 30 days to Engineers In Charge on the basis of check points involved in

such items of works.

30.03 Balance 20% (twenty percent) of contract price shall be paid after completion of all

works, envisaged under this package including any additions and alterations, testing &

commissioning, return of dismantled materials/ un-used free supply material, taking over

certificate and entire stretch is fully ready for commercial operation. The payments shall

be subjected to clearance from electrical inspectorate.

Note : In case of joint venture/ consortium all BG.s shall be in the name of joint venture

consortium covering all the partners including the Lead Partner . The BG should be 10%

for lead partner and additional 1% by the other J.V. partner.

Page 28: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 28 of 126

31.0 PAYING OFFICER :

Owner shall notify the paying officer for the project.

32.0 OWNER’S RIGHTS: -

The Owner reserves the right to accept any bid or reject any or all bids or cancel

/withdraw invitation of bid or to vary the quantity for placement of order without

assigning any reason to such decision. Such decision by the Owner shall bear no liability.

33.0 DISTINCT MARK ON EQUIPMENT AND MATERIALS :

All the equipments and materials required for the works shall have distinct mark of

Owner either by way of punching on metal part(s) and/or in built during casting and/or

painting as per common practice and/or as mutually agreed. This should be clearly visible

in day light in naked eye.

34.0 DISPUTE RESOLUTION AND JURISDICTION : -

(i) Any dispute arising out of this contract shall be referred to the Managing Director who

shall decide the case as Sole Arbitrator.

(ii) All disputes shall be subjected to exclusive jurisdiction of the Courts at Berhampur and

the writ jurisdiction of Hon‟ble High Court of Odisha at Cuttack.

35.0 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 Owner.

36.0 FREE ISSUE OF MATERIALS :

36.01 Owner shall issue materials such as Transformers, VCBs, Conductor (55 mm2 ,

100 mm2

and 232 mm

2 to the Contractor as per the works schedule agreed at the time of

award of works as stated in the scope of works. However, this shall be subject to the actual

progress of the works as certified by the Owner‟s Engineer.

36.02 Before issue of the free issue materials the Contractor at it‟s own cost shall arrange

suitable stores adjacent to the works site and shall offer the same for inspection to the

Owner‟s Engineer.

36.03 The contractor shall furnish Indemnity bond for an amount equivalent to the

estimated value of the free supply materials / dismantled materials returnable as certified

by Engineer in charge. The Contractor shall submit Indemnity Bond in the prescribed

format.

36.04 Subject to compliance of above clauses, the Contractor shall be permitted to draw

the materials from the designated stores of the Owner. The Contractor shall duly

acknowledge the materials along with copies of the notification to the Insurer regarding

such transit of material from designated stores of the Owner to the stores of the

Contractor.

Page 29: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 29 of 126

36.05 After completion of the works all surplus materials shall be returned to the Owner‟s

stores. For any shortage with regard to materials supplied by the Owner, the Owner shall

be entitled to recover 125% of the purchase cost of such materials or present market cost,

whichever is higher, from the dues of the Contractor.

37.0 SUBMITTALS REQUIRED AFTER AWARD OF CONTRACT

37.01 Within 30 days of the effective date of contract the contractor shall provide three

copies of an outline program of production, inspection, testing, delivery, survey, erection,

pre-commissioning and commissioning in chart form. Included in the program will be the

detailed schedule of drawing to be submitted.

37.04 The periodic progress report as required by the Owner shall be submitted by the

contractor as per the format prescribed by the Engineer in Charge.

38.0 DRAWINGS

Within 15 days of contract commencement the contractor shall submit, for approval by the

Engineer in Charge, a schedule of the drawings to be produced. The schedule shall also

provide a program of drawing submission, for approval by the Engineer in Charge. All

drawings and design should be submitted to Engineer-In-Charge within the period

specified above.

39.0 APPROVAL PROCEDURE OF SUB VENDORS & DRAWINGS OF BOUGHT

OUT MATERIALS

39.01 The contractor shall submit all drawings, documents and type test reports, Name of

the Manufacturer /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 works.

39.02 Three copies of all drawings, GTP shall be submitted for approval and three copies

for any subsequent revision.

39.03 If the drawings will be as per the technical specifications, the competent authority of

the Owner will return the drawings & documents to the contractor marked with

“Approved” stamp.

40.0 TAKING OVER

40.1 Upon successful completion of all the tests to be performed at site on equipment

/materials supplied, and 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 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

Page 30: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 30 of 126

conditional Taking over Certificate can be issued if any minor omission or defects pointed

by the engineer-in-charge / Supervising Officer / Electrical Inspector. The contractor

should rectify those defects within a month 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.

40.2 For the satisfaction of Owner about quality, the Owner 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 Owner. The contractor is expected to agree and

extend necessary help during such test if necessary.

41.0 EMBOSSING / PUNCHING / CASTING / PAINTING

41.1 The all equipments and materials supplied /erected under the said Programme shall

bear distinct mark of “Name of the Owner, , Works Order No. & Date” by a way of

embossing / punching / casting / painting etc. This should be clearly visible to naked eye.

Page 31: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 31 of 126

SECTION - IV

GENERAL TECHNICAL SPECIFICATION

Tender Notification :07 /2012

1. GENERAL 1.1 Scope of works:

Page 32: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 32 of 126

Construction of 33KV Express Feeder from 220/132/33KV Grid S/S,Narendrapur to

MKCG Medical College and Hospital,Berhampur and new (1X5)MVA 33/11KV S/S

at MKCG Medical College.

A. Supply

For the work materials have been classified as under.

i. Owner’s supply materials (OSM)

(a)Transformers( Power Transformer), 55 mm² , 100 mm² and 232 mm² AAAC .

ii. Contractor’s scope:

All other material except the items shown above such as RS Joist, Station transformer , 33

KV & 11KV VCBs, Insulators with Hardware, Battery with battery

charger,reinforcements bars, cements,different type of aggregates, bricks, isolators, AB

Switches (for 33 and 11 kV), HG fuses (for 33 and 11 kV), Control cables, Heat shrink

type end connector (for all level), Lightning Arresters, earthing materials, building

materials and other consumable required to complete the job.

B. Construction :

1.Construction of (1x 5 )MVA,33/11 KV Primary Substation at MKCG Medical College

& Hospital, Berhampur,

2. Construction of 7.5 KM 33 KV Line with 232 mm² AAAC from jagannthpur Jn to

Proposed 4-Pole structure at Gudshed Road.

3.Up-rating of conductor from 80 mm² AAAC to 232 mm² AAAC from 220/132/33KV

Grid S/S to Jagannthpur Jn.-1.0KM

4.Construction of 2 No. of 4-Pole structures with 6 No.33KV AB Switches at Gudshed

Road.

5.Up-rating of conductor from 80 mm² AAAC to 100 mm² AAAC and from Proposed 4-

pole structure to the New (1X5)MVA 33/11KV S/S at MKCG Medical College.-3.2KM

6.Construction of 0.5 KM 11 KV line with 55 mm² AAAC at New (1X5)MVA 33/11KV

S/S at MKCG Medical College.

7. Railway crossing with XLPE Cable at Jagannthpur Jn.

(Excluding the supply of power , 55 mm² ,100 mm² and 232 mm² AAA Conductor)

Prior to the commencement of the supply / works all relevant drawings,designs must

be got approved by SOUTHCO.For construction works the drawing to be approved

by The Electricel Inpector and Southco.

C. The scope of the proposal for the balance materials to be supplied by the bidder to

complete the job shall be on the basis of a single Bidder‟s responsibility , completely

covering supply and erection of all the equipment specified under the accompanying

Technical Specifications including other services. It will include the following

(i) Detailed investigation of sub station and preparation of BOQ to be done by the bidder.

Page 33: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 33 of 126

(ii) Complete manufacture, including shops testing & supply of materials from the

approved vendor(materials which are to be supplied by the bidder)

(iii) Providing Engineering drawings related to foundation details, structural details of

both line & Sub-station works, equipments data, operational manual, preparation of Cable

Schedule (in shape of a booklet) 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 equipments;

(vii) Reliability tests and performance and guarantee tests on completion of

commissioning‟

(viii) Loading, unloading and transportation as required,

(ix) Erection of installations of specified voltages,

(x) Testing, Commissioning of installations of of the Sub-Station inclusive of all related

Civil works.

(xi) Storing before erection

(xii) Getting the Sub-Stations/lines inspected and certified by Electrical Inspection after

completion of works.

Transportation of all above required materials from Purchaser‟s nearest store to site and all

other required materials (to be supplied by bidder) from supplier‟s premises to works site,

construction of new electrical/ civil structures, dismantling of existing electrical structures

and return of these dismantled items at the purchaser‟s stores, safe custody of the items

and return of unused purchaser supplied materials to the purchaser‟s stores.

1.1.1 GENERAL CONDITIONS OF CONTRACT

Responsibility of the Contractor:

The Contractor shall be responsible for the complete design and engineering, overall co-

ordination with internal and external agencies, project management, training of

Employer‟s manpower, loading, unloading, storage at site, inventory management

including OSM materials at site during construction, dismantling, re-erection of

installations as per Engineer. in charge (Divisional Engineer.)‟s advice, handling, moving

to final destination, obtaining statutory clearances for successful erection, testing and

commissioning of the substation.

Specific exclusions:

The following items of works are specifically excluded from the Contractors scope of

works unless otherwise specifically brought out.

a) Substation site selection

b) Land acquisition

Limit of contract:

Page 34: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 34 of 126

The scope of works shall also include all works incidentals for successful operation and

commissioning and handing over of works whether specifically mentioned or not. In

general, works are to be carried out by the Contractor in accordance with the stipulations

in Conditions of Contract.

Quantity variation:

The Employer reserves the right to order and delete such works which may be necessary

for him within the quantity variation option laid down in the conditions of the contract.

This shall include but not limited to the manufacture, supply, testing,and delivery to site,

erection and commissioning as may be required in accordance with the Conditions of

Contract at the prices stated in the Schedules.The Employer shall also be at liberty to

delete Any Items from the Contractor‟s scope of supply at any time before commencement

of supply of works under the detailed scope of works.

1.1.2 GENERAL PARTICULARS OF SYSTEM

System description

The following are the general particulars governing the design and working of the

complete system of which the Contract Works will eventually form a part: The system is

three phase, 50 Hz and power is to be distributed to consumers under SOUTHCO at

appropriate voltage level via distribution sub-stations , which operate at 33/ 11kV, 33/ 0.4

KV.

Sl. No. Description of Technical

Parameter

Unit Data

33 KV 11 KV

1 Nominal system voltage kVrms 33 kV 11 kV

Maximum system voltage kVrms 36.kV 12 kV

Power frequency with stand voltage kVrms 70kV 28 kV

Lightning impulse withstand voltage

a) Line to earth

b) Across isolating gap

KV p 170kVp

195kVp

75 kVp

85 kVp

One minute power frequency withstand value

Dry

Wet

kVrms

kVrms

95

75

35

35

System frequency Hz 50

Variation in frequency % 2.5

Continuous current rating Amp 800 1250

Symmetrical short circuit current kA 25

Page 35: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 35 of 126

Duration of short circuit fault current Sec 3

Dynamic short circuit current rating kAp 62.5kA

Air clearances

Phase to ground

Phase to phase

meters

meters

0.480

0.530

Conductor spacing for AIS layouts

Phase to ground

Phase to phase

meters

meters

1.5

1.5

Design ambient temperatures ˚C 50

Pollution level as per IEC-815 and 71 III

Creepage distance mm 900

Maximum fault clearing time ms not exceeding 150 ms

Safety clearances

1. Section clearance

2. Ground clearances( between

ground and bottom most part

of energised object)

3. Horizontal clearance

between the fence and

energised object

4. Horizontal clearance

between the road centre line

and energised part of the

nearby equipment

Metres

Metres

Metres

metres

4

4

As per I.E.

Rules

As per I.E.

Rules

3

3

As per I.E.

Rules

As per I.E.

Rules

1.3 DATA

1.31.1 METEROLOGICAL

Description Data

Annual mean of maximum monthly

average temperature.

50

Annual mean of minimum monthly

temperature in ˚C

5

Average rain fall in mm 1500

Average thunder storms days per year 77days

Design ambient temperature in ˚C 50

Page 36: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 36 of 126

Maximum wind velocity in meter/sec. 50

Maximum relative humidity in % 100

Average relative humidity in % 85

1.3.2 Sub station Philosophy

SOUTHCO has adopted the philosophy of installing open terminal air insulated

substations. The bus bars may be of either rigid type or flexible train type depending upon

the choice of the designer considering the overall suitability and economy of the substation

to be installed.

a) Layout arrangement

The Contractor shall finalize the layout arrangements for new substations in line with this

Specification with the approval of the Engg- In-charge which shall be meeting at least the

basic minimum electrical clearances as specified in the schedules.

a) Location and site description

The details of the sub-substation locations, their approach, geography and topography etc

are to be collected from the concern division to the extent possible. The Bidder shall make

necessary visit to the substation sites and fully appraise himself before bidding. Deviations

on account of inadequate data for substation works shall not be acceptable and the Bid

shall not be considered for evaluation in such cases.

b) Soil data

Detailed soil investigations in respect of various substations have not been made. However

the general characteristics of the soil are of laterite, Sandy, Hard soil. The Contractor shall

investigate the properties of the soil of the substations and measure the soil resistivity as

part of the scope of works.

c) Completeness and accuracy of information

The Contractor shall note that the information provided above and in the relevant

schedules may not be complete or fully accurate at the time of bidding. For his own

interest the Contractor is advised to make site visits and fully satisfy himself regarding site

conditions in all respects, and shall be fully responsible for the complete design and

engineering of the substations.

1.4 GUARANTEES TECHNICAL PARTICULARS

The Contract Works shall comply with the guaranteed technical particulars specified or

quoted in the bid. All plant and apparatus supplied under this Contract shall be to the

approval of the Engg In-charge .All plant and equipment supplied under this contract must

have been type tested and have been on satisfactory service at identical ratings for at least

preceding three years. The bidder shall furnish in his bid the necessary supporting data in

this regard in specified formats for consideration during bid evaluation. If during

Page 37: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 37 of 126

evaluation non compliance is identified, the successful Contractor shall be bound to supply

the equipment from manufacturers complying with the stipulated requirements under

SOUTHCO”s approval .The Contractor shall be responsible for any discrepancies, errors

or omissions in the particulars and guarantees.The Bidder for his own interest, shall

establish the technical responsiveness of his bid, shall provide all data in appropriate

technical data sheets, general/ technical information, literature, and leaflets etc. along with

the bid.

1.5 COMPLIANCE WITH SPECIFICATION

All apparatus should comply with this Specification. Any departures from the

requirements of this Specification shall be stated with reasons in the relevant Bid Proposal

Schedules Bid will be considered for evaluation if reasons shown are apparently justified.

Unless brought out clearly in the technical schedules, it will be presumed that the

equipment is deemed to comply with the technical specification. In the event of there

being any inconsistency between the provisions of the conditions of contract and the

provisions of this Specification, in respect of commercial requirements, the provisions of

the conditions of contract shall take precedence for commercial matters and the provisions

of this Specification shall take precedence in respect of technical matters.In case of

inconsistency between technical specification (TS) quantities of various items as specified

in the bid proposal sheet shall be considered for quoting. However the works shall be

executed as specified in the technical specification. Only brief description is given in the

BPS & the works shall be executed in line with the requirement given in the TS.

1.6 TEST AND MAINTENANCE EQUIPMENT

The Contractor shall supply the type, quantity of test and maintenance equipment specified

in the Schedules as part of the contract works.

1.7 SPARES

The Contractor shall provide the mandatory spares detailed in the Schedules and shall,

where considered necessary, provide a list of recommended spare parts (optional spares)

together with their individual prices. The Employer may order all or any of the spare parts

listed at the time of contract award and the spare parts so required by the Employer, shall

be supplied as part of the Works under this specification. Additional spares may be

ordered at any time during the contract at the rates stated in the Price Schedule.

a) Mandatory spares

The Employer has indicated the requirement of mandatory spares as a percentage of the

population of main equipment together with proposed storage locations. The quantities

shall be determined by the Contractor and indicated in the relevant Bid Price Schedules.

These quantities shall be considered for evaluation of the bids.

b) Optional spares

Page 38: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 38 of 126

The Contractor may recommend a list of optional spare parts together with the quantity

and usage rates for their equipment in the relevant Bid Proposal Schedule. The Engg In-

charge shall assess their requirement and place orders.

The spares shall include consumable items sufficient for a plant operational period of five

years after commissioning, as well as essential replacement parts to cover the event of a

break-down which would affect the availability or safety of the plant.Spares shall be

available during the life of the equipment and the Contractor shall give 12 months notice

of his, or any sub-contractor‟s, intention to cease manufacture of any component used in

the equipment.The Contractor shall ensure that sufficient spare parts and consumable

items are available for his own use during commissioning of the plant. Spares ordered by

the Employer shall not be used by the Contractor without the written consent of the Engg

In-charge and any spares so used by the Contractor during the commissioning of the plant

shall be replaced before the closure of contract by the Contractor at the Contractor‟s

expense. Any spare apparatus, parts and tools shall be subject to the same

specification,tests and conditions as similar material supplied under the Scope of Works of

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 and prepared for storage by greasing or painting to prevent deterioration. All

spare apparatus or materials containing electrical insulation shall be packed and delivered

in cases suitable for storing such parts or material over a period of years without

deterioration. Such cases shall have affixed to both the underside and topside of the lid a

list detailing its contents. The case will remain the property of the Employer.

1.8 TRAINING

The Contractor will be required to provide suitable training for selected staff both on site

and at the Contractor's place of works free of cost. The size of the training groups will be

limited to 20. Details of the training considered appropriate shall be stated clearly, at the

bidding stage, based on the number of trainees specified. The cost of training including all

course fees shall be included.

The areas in which it is considered training should be provided, and duration of the

training courses, are given in this section. Alternative arrangements, where considered

appropriate, should be suggested.

Four categories of training are considered appropriate namely :

1.8.1 Hardware maintenance.

1.8.2 Installation and commissioning techniques.

1.9 Hardware maintenance

Courses for hardware maintenance shall identify techniques for preventative physical

maintenance and for identification, isolation and replacement of faulty components. This

Page 39: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 39 of 126

course shall take place before equipment is delivered to site.An essential part of the

hardware maintenance course shall include highlighting thephilosophy of computer based

preventive maintenance and identification of the various diagnostic/interrogation facilities

available. The Contractor shall supply adequate documented instructions to enable a

detailed interrogation and analysis process to be carried out using the diagnostic software

facilities. All items of hardware to be supplied shall be covered by the course.

1.10 Installation and commissioning techniques

The Employer's staff will be present during the installation and commissioning period and

it is essential that they are to be fully involved in any on-site corrections or modifications

to hardware and software equipment.It is envisaged that it will be necessary for the

Contractor to run installation and commissioning techniques courses each of

approximately one week in duration at site for the training of the Employer's staff.

1.11 ERECTION AT SITE AND ACCOMMODATION

The Contractor shall provide, at his own cost and expense, all labors, plant and material

necessary for unloading and erection at the Site and shall be entirely responsible for its

efficient and correct operation. The Contractor shall be responsible for arranging and

providing all living accommodation services and amenities required by his employees.

Use of electrical energy

The Contractor shall arrange at his own cost and expense, any site supplies of electrical

energy which he may require for supplying power for heavy erection plant, welding plant

or other tools, lighting and testing purposes.All wiring for such tackle and for lighting

from the point of supply shall be provided by the Contractor and all such installations

shall comply with all appropriate statutory regulations.

1.12 SUPERVISION AND CHECKING OF WORKS ON SITE

All works on site included in the contractor‟s scope of works shall be supervised by

sufficient number of qualified representatives of the Contractor.Before putting any plant or

apparatus into operation the Contractor shall satisfy himself as to the correctness of all

connections between the plant and apparatus supplied under this and other contracts. The

Contractor shall advise the Engg Incharge in writing, giving the period of notice as

specified in the General Conditions of Contract, when the plant or apparatus is ready for

inspection or energisation.

1.13 RESPONSIBILITY FOR THE RUNNING OF PLANT BY CONTRACTOR

Until each Section of the Contract Works has been taken over or deemed to have been

taken over under the Conditions of Contract, the Contractor shall be entirely responsible

for the Contract Works, whether under construction, during tests, or in use for the

Employer‟s service.

1.14 COMPLIANCE WITH REGULATIONS

Page 40: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 40 of 126

All apparatus and material supplied, and all works carried out shall comply in all respects

with such of the requirements of all Regulations and Acts in force in the country and state

in particular of the Employer as are applicable to the Contract Works and with any other

applicable regulations to which the Employer is subjected to oblige.

1.15 MAINTENANCE AND CLEARING OF SITE

The placing of materials and plant near the erection site prior to their being erected and

installed shall be done in a neat, tidy and safe manner. The Contractor shall at his own

expense keep the site area allocated to him and also the erection area of the Contract

Works reasonably clean and shall remove all waste material as it accumulates and as

directed by the Engg In-charge from time to time.

1.16 INSURANCE

1.16.1 General

In addition to the conditions covered under the Clause titled insurance in the Special

Conditions of Contract, the following provisions will also apply to the portion of works to

be done beyond the Suppliers own or his sub-Contractors manufacturing Works.

1.16.2 Worksmen's Compensation Insurance

This insurance shall protect the Contractor against all claims applicable under the

worksmen‟s Compensation Act, 1948 (Government of India). This policy shall also cover

the Contractor against the claims for injury, disability, disease or death of his or his sub-

contractor's employees, which for any reason are not covered under the Worksman‟s

Compensation Act, 1948. The liabilities shall not be less than;

a Worksmen‟s‟ Compensation- As per statutory provisions

b. Employee's liability-As per statutory provisions According to the Govt. rules.

c. Comprehensive automobile insurance

This insurance shall be in a such a form to protect the Contractor against all claims for

injuries, disability, disease and death to members of public including the Employer's men

and damage to the property of others arising from the use of motor vehicles during on or

off the Site operations, irrespective of the ownership of such vehicles and as per latest

prevailing Govt. rules.

d. Comprehensive General Liability Insurance

This insurance shall protect the Contractor against all claims arising from injuries,

disabilities, disease or death of members or public or damage to property of others, due to

any act or omission on the part of the Contractor, its agents, its employees, its

representatives and sub-contractors or from riots, strikes and civil commotion. The hazards

to be covered will pertain to all works and areas where the Contractor, its sub-contractors,

agents and employees have to perform works pursuant to the Contracts.

1.17 WORKS AND SAFETY REGULATIONS

Page 41: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 41 of 126

The Contractor shall ensure safety of all the worksmen, plant and equipment belonging to

him or to others, working at the Site. The Contractor shall also provide for all safety

notices and safety equipment required by the relevant legislation and deemed necessary by

the Engg In-charge.

1.18 SUBMITTALS

1.18.1 Submittals required with the bid

The following shall be required in duplicate :

• completed technical data schedule;

• descriptive literature giving full technical details of equipment offered;

• type test certificates, where available, and sample routine test reports;

• detailed reference list of customers already using equipment offered during the last 5

years with particular emphasis on units of similar design and rating;

• details of manufacturer's quality assurance standards and programme and ISO 9000

series or equivalent national certification;

• deviations from this specification. Only deviations approved in writing before award of

contract shall be accepted;

1.18.2 Submittals required after contract award

1.18.2.1 Five copies of the programme for production and testing.

1.18.2.2 Drawings

Within 30 days of contract commencement the Contractor shall submit, for approval by

the SOUTHCO, a schedule of the drawings to be produced detailing which are to be

submitted for "Approval" and which are to be submitted "For Information Only". The

schedule shall also provide a programme of drawing submission, for approval by the

Project Manager, that ensures that all drawings and calculations are submitted within the

period specified above. All detail drawings submitted for approval shall be to scale not

less than 1:20.Lettering sizes and thickness of lettering and lines shall be selected so that if

reduced by two stages to one quarter of their size, the alphanumeric characters and lines

are still perfectly legible so as to enable them to be microfilmed. For presentation of

design drawings and circuit documents IEC Publication 617 or equivalent standards for

graphical symbols are to be followed.

1.18.2.3 APPROVAL PROCEDURE

The Contractor shall submit all drawings, documents and type test reports for approval in

sufficient time to permit modifications to be made if such are deemed necessary and re-

submit them for approval without delaying the initial deliveries or completion of the

contract works.

Page 42: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 42 of 126

2. I. TECHNICAL SPECIFICATION FOR CONSTRUCTION OF 33/11 KV S/S

1. ELECTRICAL WORKS

1.1 GENERAL

The following provisions shall supplement all the detailed technical specifications and

requirements brought out in accompanying Technical Specifications. The Contractor‟s

proposal shall be based upon the use of equipment and materials complying fully with the

requirements specified herein. It is recognised that the Contractor may have standardised

on the use of certain components, materials, processes or procedures different to those

specified herein. Alternate proposals offering similar equipment based on the

manufacturers standard practice will also be considered, provided such proposals meet the

specified design standard and performance requirement and are acceptable to the Engg. In-

charge.

DESIGN AND STANDARDIZATION

The Works covered by the specification shall be designed, manufactured, built,tested and

commissioned in accordance with the Act, Rules, Laws and Regulations of India. The

Equipment(s) shall also conform to the requirements detailed in the referred standards,

which shall form an integral part of the Specification, in addition to meeting the specific

requirements called for elsewhere in the Specification.The Contract works shall be

designed to facilitate inspection, cleaning and repairs,and for operation where continuity

of supply is the first consideration. Apparatus shall be designed to ensure satisfactory

operation in all atmospheric conditions prevailing at the Site(s) and during such sudden

variation of load and voltage as may be met with under working conditions on the system.

The design shall incorporate all reasonable precautions and provisions for the safety of

those concerned in the operation and maintenance of the Contract Works and of associated

works supplied under other contracts. Where the Specification does not contain

characteristics with reference to workmanship, equipment, materials and components of

the covered equipment, it is understood that the same must be new, of highest grade of the

best quality of their kind, conforming to best engineering practice and suitable for the

purpose for which they are intended. In case where the equipment, materials or

components are indicated in the specification as 'similar' to any special standard, the Engg.

Incharge shall decide upon the question of similarity. When required by the Specification

or when required by Engg. Incharge the Contractor shall submit, for approval, all the

information concerning materials or components to be used in manufacture. Machinery,

equipment, materials and components supplied, installed or used without such approval

shall run the risk of subsequent rejection, it being understood that the cost as well as the

time delay associated with the rejection shall be borne by the Contractor.The design of the

Works shall be such that installation, future expansions,

Page 43: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 43 of 126

replacements and general maintenance may be undertaken with a minimum of time and

expense. Each component shall be designed to be consistent with its duty and suitable

factors of safety, subject to mutual agreements and shall be used throughout the design.

All joints and fastenings shall be so devised, constructed and documented that the

component parts shall be accurately positioned and restrained to fulfil their required

function.All outdoor apparatus and fittings shall be designed so that water cannot

accumulate at any point. Grease lubricators shall be fitted with nipples and where

necessary for accessibility, the nipples shall be placed at the end of extension piping.All

water and oil pipe flanges shall be to IS 6392/BS 4504 or other equivalent standard, as

regards both dimensions and drilling, unless otherwise approved.Cast iron shall not be

used for chambers of oil filled apparatus or for any part of the equipment which is in

tension or subject to impact stresses. Kiosks, cubicles and similar enclosed compartments

shall be adequately ventilated to restrict condensation. All contactor or relay coils and

other parts shall be suitably protected against corrosion.All apparatus shall be designed to

obviate the risk of accidental short circuit due to animals, birds, insects, mites, rodents or

micro-organisms.Corresponding parts shall be interchangeable. Where required by the

Engg.Incharge the Contractor shall demonstrate this quality.

1.2 QUALITY ASSURANCE

1.2.1 General

To ensure that the supply and services under the scope of this Contract, whether

manufactured or performed within the Contractor‟s works or at his Sub-

Contractor‟spremises or at Site or at any other place of works are in accordance with the

Specification, with the Regulations and with relevant Indian or otherwise Authorised

Standards the Contractor shall adopt suitable Quality Assurance Programmes and

Procedures to ensure that all activities are being controlled as necessary.The quality

assurance arrangements shall conform to the relevant requirements of ISO 9001 or ISO

9002 as appropriate.

1.2.2 Inspection and testing

i. Purchaser and its representative shall at all times be entitled to have access to the works

and to all places of manufacturer where materials are manufactured and the supplier shall

afford all facilities to them for unrestricted inspection of the works,inspection of materials,

inspection of manufacturing process of materials and for conducting necessary tests as

specified herein.

ii. The supplier shall keep the purchaser informed in advance of the time of starting and of

progress of manufacture of matreials in its various stages so that arrangements could be

made for inspection.

Page 44: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 44 of 126

iii. No material shall be dispatched from its point of manufacture unless the materials has

been satisfactorily inspected and tested.

iv. The acceptance of any quantity of materials shall in no way relieve the supplier of his

responsibility for meeting all the requirement of this specification and shall not prevent

subsequent rejection, if such materials are later found to be defective.

v. The prime responsibility for inspection and testing rests with the Contractor. The

inspection or its waiver by the Engg. Incharge does not relieve the Contractor of any

obligations or responsibilities to carry out the works in accordance with the Contract.The

inspection and testing shall be documented such that it is possible to verify that it was

performed. Records of inspection shall include as a minimum the contract identity,

operation/inspection, technique used, acceptance standard and acceptability, identity of

inspector/tester and date of inspection/test.

1.3 Non-conforming product

The Contractor shall retain responsibility for the disposition of non-conforming items.

1.4 CIVIL WORKS

Civil works includes the following items.

The scope shall generally cover sub- station structures, including gantries and equipment

support structures and their foundations, cable trenches along with covers, cable trench

crossings of road and rails, sump pits, marshalling box/control cubicle foundations,

switchyard dressing and leveling, site clearance, soil investigation, roads, drains, fencing,

gravel filling and, transformer foundations, firewalls, control room building, Any other

items, not specifically mentioned here but required for the commissioning of substation

shall be deemed to be included in the scope of this Specification. The scope shall further

cover design, engineering, erection, testing and commissioning of all civil works at each

substation. All civil works shall also satisfy the General Technical Clauses specified in

other sections of this specification and as detailed below.Excavation, dewatering, carriage

of excavated earth, plain cement concrete (PCC), casting of reinforced cement concrete

(RCC) foundations, superstructures for sub- station structures, equipment supports, their

control cubicles,bus post supports, lighting poles and panels, brick and stone masonry,

cable trenches, pipe trenches with necessary pre cast RCC removable covers, with lifting

facility(In every 5 th slab) and sump pits, cable supports and their embedment in cable

trenches and cable trench crossings road or rail track with backfilling complete as per

drawings approved by SOUTHCO, shall be carried out by the contractor. The cable

trenches inside the control room shall be provided with GI chequered plate with angle

stiffeners at the bottom for mechanical strength and painting there of as per the standard

practice.The Contractor shall furnish all designs, (unless otherwise specified)

drawings,labour, tools, equipment, materials, temporary works, constructional plant and

Page 45: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 45 of 126

machinery, fuel supply, transportation and all other incidental items not shown or

specified but as may be required for complete performance of the Works in accordance

with approved drawings, specifications and as per direction of the Engg In-charge

(Divisional Engr.).The works shall be carried out according to the design/drawings to be

developed by the Contractor, and approved by the SOUTHCO or supplied to the bidder by

the Engg In-charge (Divisional Engr.). For all buildings, structures, foundations etc.

necessary layout, levels and details shall be developed by the Contractor keeping in view

the functional requirement of the plant and facilities and providing enough space and

access for operation, use and maintenance based on the input provided by the Engg In-

charge (Divisional Engr.). Certain minimum requirements are indicated in this

specification for guidance purposes only. However, the Bidder shall quote according to the

complete requirements.

1.4.01 EXCAVATION AND BACKFILL

Excavation and backfill for foundations shall be in accordance with the relevant Code.

Back filled materials in the pit to be levelled maximum up to a height of 200-250 mm and

then to be compacted to 150mm after sprinkling of requiredquantity of water.Whenever

water table is met during the excavation, it shall be dewatered and water table shall be

maintained below the bottom of the excavation level during excavation, concreting and

backfilling.

1.4.02 Rock excavation

The rock to be excavated shall be classified under the following categories :

1. Ordinary rock

Rock which does not require blasting, wedging or similar means for excavation is

considered as ordinary rock.. This may be quarried or split with crowbars or pickaxes and

includes lime stone, sand stone, hard laterite, hard conglomerate and reinforced cement

concrete below ground level. It will also include rock which is normally hard requiring

blasting when dry but can be excavated without blasting, wedging or similar means when

wet. It may require light blasting for loosening materials, but this will not any way entitle

the material to be classified as hard rock.

2. Hard Rock (Blasting prohibited)

This shall cover any hard rock requiring blasting as described in above but where blasting

is prohibited for any reason and excavation has to be carried out by chiseling, wedging.

drilling or any other approved method.

1.4.03 Authority for classification

The classification of excavation shall be decided by the Engg-In-charge(Divisional Engr.)

and his decision shall be final and binding on the Contractor.

1.4.04 Excavations for foundations and other purposes

Page 46: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 46 of 126

Excavations shall be of the minimum sizes necessary for the proper construction of the

works, and excavations shall not be kept open for periods longer than that reasonably

required to construct the works. The Contractor shall take all precautions necessary to

ensure that the bottoms of excavations are protected from deterioration and that the

excavations are carried out in such a manner that adjacent foundations, pipes or such like

are not undermined, damaged or weakened in any way. Any excavation taken out below

the proper level without approval shall be made good at the expense of the Contractor

using concrete or other material as directed.

1.4.05 Support of excavations

The Contractor shall be responsible for the stability of the sides of the excavations.

Excavation surfaces shall be close timbered or sheeted, planked and strutted as and when

necessary during the course of the works and shall ensure the safety of personnel working

within them. If any slips occur, they shall,as soon as practicable, be made good in an

approved manner at the expense of the Contractor. Shoring shall not be removed until the

possibility of damaging the works by earth pressure has passed. No payment for shoring or

timber left in shall be made, unless agreed in writing by the Engg In-charge (Divisional

Engr.).

1.4.06 Works to be in dry

All excavations shall be kept free from water and the Contractor shall take whatever action

is necessary to achieve this. Pumping, hand dewatering and other means necessary to

maintain the excavations free from water shall be at the expense of the Contractor, and

carried out in an approved manner.

1.4.07 Backfill

As soon as possible after the permanent foundation works are sufficiently hard and have

been inspected and approved, backfill shall be placed where necessary and thoroughly

consolidated in layers not exceeding two hundred (200) millimeters in depth. On

completion of structures, the earth surrounding them shall be accurately finished to the

line and grade as shown on the drawings. Finished surfaces shall be free of irregularities

and depressions. The soil to be used for back filling purposes shall be from the excavated

earth or from borrowed pits, as directed by the Engg In-charge (Divisional Engr.).

1.4.08 Disposal of surplus

Surplus excavated material not required or not approved for backfilling shall be loaded

and deposited either on or off site as directed. The Contractor shall not delay disposal of

surplus material after receipt of instructions from the Engg-In-charge (Divisional Engr.).

1.4.09 Requirement for fill material under foundations

The thickness of fill material under the foundations shall be such that the maximum

pressure from the footing, transferred through the fill material and distributed onto the

Page 47: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 47 of 126

original undisturbed soil will not exceed the allowable soil bearing pressure of the original

undisturbed soil. Where compacted fill is required it shall consist of suitable sand, or other

selective inorganic material, RRHG mixed with sand subject to approval by the Engg In-

charge (Divisional Engr.). The filling shall be done with locally available sand. The filled

in sand shall be kept immersed in water for sufficient time to ensure compaction, if so

desired by the Engg In-charge (Divisional Engr.).

1.4.10 SITE LEVELING

The contractor shall furnish all labour, equipment and materials required for complete

performance of the works in accordance with the drawings, specification and direction of

the Engg In-charge (Divisional Engr.).Contour survey of proposed sub-station area

including the control room area has to be done by taking levels at an interval of two meters

in both the ways in the presence of JE /SDO. The detail contour survey should be traced

over the tracing graph paper and after duly signed by JE and SDO has to be submitted to

concern Executive /Divisional engineer for approval. The concern EE/ DE will approve

the contour after taking decision of height of the ground level to be maintained by

considering the HFL, surrounded land scape, etc with minimum cutting and filling if any.

The material required for site surfacing/gravel filling shall be free from all types of

organic materials and shall be of standard approved quality, and as directed by the Engg

In-charge (Divisional Engr.).The Contractor shall furnish and install the site surfacing to

the lines and grades as shown in the drawing and in accordance with the requirements and

direction of the Engg In-charge (Divisional Engr.). The soil of the entire switchyard area

shall be leveled before placing the site surfacing/gravel fill material. After all the

structures and equipment have been erected and accepted the site shall be maintained to

the lines and grades indicated in the drawing and rolled or compacted with suitable water

sprinkling to form a smooth and compact surface condition, which shall be matching with

finished ground level of the switchyard area. After due compaction of the surface of the

entire switchyard area shall be provided with plain cement concrete of 75 mm thickness

(1:4:8) mix. after proper compaction. Care shall be taken for proper gradient for easy

discharge of storm water.After the PCC is applied and surface prepared to the required

slope and grade a base layer of uncrushed/crushed broken gravel of 20 mm nominal size

shall be spread, rolled and compacted to a thickness 100 mm. The 20 -40 mm. nominal

size (for both layers) shall pass 100% through IS sieve designation 37.5 mm and nothing

through 16.0 mm. IS sieve. Engg In-charge (Divisional Engr.) by no means shall relieve

the contractor of their contractual obligations as stipulated in General and Special

Conditions of

Contract.

1.4.11 SITE DRAINAGE

Page 48: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 48 of 126

Adequate site drainage system (By using 1st. class Brick masonary of 1:5 cement motar,

PCC 1:4:8 & 1:2:4 ratio, Cement plastering &punning)shall be provided by the

Contractor.

1.4.12 TRANSFORMER FOUNDATION

All the transformer foundations should be designed for 5 MVA power transformers &

shall be as per the indicative drawing enclosed. The station transformer has to be column

mounted with provision of LA , HG Fuse, AB Switch etc. has to be done by the

contractor.

1.4.13 Oil Recovery System

An oil recovery system shall be provided for all transformers (containing insulating oil or

any flammable or polluting liquid) in order to avoid spread of fire by the oil, and for

environmental protection by providing suitable common sump pits which can

accommodate 125% oil of one 5 MVA Transformer.

1.4.15 CABLE TRENCHES

The cable trenches should be primarily of Brick masonry `supported with RCC pillars and

RCC base and . The drawings showing the details of fixing of cable racks in concrete

cable trench walls, fixing of cable tray, no. of layers to be provided has to be

provided by the contractor and to be get approved by the SOUTHCO.

1.22.16 Other Foundations

All foundations shall be designed in accordance with the provisions of the relevant parts of

latest revisions of IS 2911 and IS 456. Type of foundation system i.e. isolated footing, raft

or piling shall be decided based on the load intensity and soil strata.Twin Pole foundations

shall be designed for an additional factor of safety of 1.1 for normal/ broken wire

conditions and for short circuit condition.Circuit breaker foundations shall be designed for

impact loading and shall be strictly in accordance with the Manufacturer„s

recommendations.Switchyard foundation plinths and building plinths shall be minimum

300 mm and 500 mm above finished ground level respectively or as per minimum

required safety electrical clearance stipulated in IE Rule.

1.4.17 Cement

The cement to be used shall be the best quality of its type and must not be more than 3

months old in stock. All cement shall be sampled and tested in accordance with Indian

Standards.The Portland cement used in concrete shall confirm to IS 269.Requirement of

sulphate resistant cement (SRC) for sub structural works shall be decided in accordance

with the Indian Standards based on the findings of the detailed soil investigation to be

carried out by the contractor. High Alumina cement shall NOT be used.

1.4. 18 Aggregate

Page 49: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 49 of 126

Coarse and fine aggregate shall conform to the requirements of IS 383-1970.Sampling and

testing of aggregates shall be in accordance with the relevant Indian Standard. Fine and

coarse aggregates shall be obtained from the same source and the Contractor shall ensure

that material from the source is known to have a good service record over a long period of

time. Aggregate shall be hard and dense and free from earth, clay, loam and soft, clay,

shale or decomposed stone, organic matter and other impurities.

1.4.19 Storage of aggregates

Coarse and fine aggregates shall be stored on site in bins or on clean, dry, hard surfaces,

and be kept free from all sources of contamination. Aggregates of different gradings shall

be stored separately, and no new aggregate shall be mixed with existing stocks until tested,

and approved by the Engg In-charge (Divisional Engr.).

1.22.20 Water

Water used for mixing concrete and mortar shall be clean, fresh water obtained from an

approved source and free from harmful chemicals, oils, organic matter and other

impurities. Normally potable water may be considered satisfactorily for mixing and curing

concrete and masonry works.

1.4.21 Steel bar reinforcement

Reinforcement shall comply with the appropriate Indian Standards. All bar reinforcement

shall be hot rolled steel except where the use of cold worksed steel is specified on the

drawings or otherwise approved. The bars shall be round and free from corrosion, cracks,

surface flaws, laminations, rough, jagged and imperfect edges and other defects. The bar

reinforcement shall be new, clean and of the lengths and diameters described on the

Drawings and Schedules. Bars shall be transported and stored so that they remain clean,

straight, undamaged and free from corrosion, rust or scale. Bars of different diameters

shall be separately bundled.

1.4.22 Welding of reinforcement

Spot or tack welding for positioning bars in heavily reinforced areas will only be allowed

with the express permission of the Engg In-charge (Divisional Engr.). Extension of lengths

of reinforcement by welding will not be permitted. Welding will be approved only in low

stress members, and lap welding will not be approved in any circumstances.

1.4.23 Fixing of reinforcement

Before fixing in the works bars shall be seen to be free from pitting, mud, oil, paint, loose

rust or scale or other adherents harmful to the bond or strength of the reinforcement. Bars

shall be fixed rigidly and accurately in position in accordance with the working drawings,

unless otherwise approved by the Engg In-charge (Divisional Engr.). Reinforcement at all

intersections shall be securely tied together with 1.5 mm soft annealed tying wire the ends

of which shall be cut and bent inwards. Cover to the reinforcement shall be in accordance

Page 50: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 50 of 126

permissible standard and sufficient spacers and chairs of precast concrete of approved

design shall be provided to maintain the specified cover and position. No insertion of bars

in previously placed concrete shall be permitted. Projecting bars shall be adequately

protected from displacement. The fixing of reinforcement in the works shall be approved

by the Engg In-charge (Divisional Engr.) before concrete is placed. Measurement will be

based on the calculated weights of steel actually used in tonnes corrected to second place

of decimal.

1.4.24 Grades of concrete

Concrete shall be either ordinary or controlled and in grades designated M10,M15, M20

and M25 as specified in IS: 456 (latest edition). In addition, nominal mixes of 1:3: 6 and

1: 4: 8 of nominal size 40 mm maximum, or as indicated on drawings, or any other mix

without any strength requirements as per mix design shall be used where specified.

1.4.25 Curing of Concrete

In order to achieve proper and complete strength of the concrete, the loss of water from

evaporation should be prevented. Eighty to eighty five per cent of the strength is attained

in the first 28 days and hence this 28-day strength is considered to be the criterion for the

design and is called characteristic strength.

1.4.28 EARTHING :

Earth Grid should not be more than TWO meters square. This should be done by using

75x10 mm GI flats. Earth risers should be 50x6 mm GI flats. All equipments & metal

parts of the Sub-Station should be connected with main earth grid by using 50x6 GI flats

at two different places. The main earth grid should be laid not less than 600 mm below the

finished ground level. The lap welding should not less than 100 mm. The welding of joints

should be done after removal of Zinc by using Blow lamps. Welding should be done in all

four sides and should be double layer continuous. Before taking up the second layer

welding the deposited flux should be removed. During welding the two flats should be

tightened properly by using „ C „ clamps. Immediately after welding two layers of anti-

corrosive paints should be painted over the welded portion along with two coats of Black

bituminous paints. Before back filling of earth trenches the welded portion should be

covered by wrapping with bituminous tape properly and also jointing portion should be

covered with PCC (1:2:4) mix. The backfilling of earth pits and trenches should be done

with powered loam soil mixed with Bentonate powder (10:1) mix.All equipments, steel

structures etc should be connected with Main earth mat at two rows separately. All LAs,

PTs , Columns having spikes should individually connected with individual Pipe

electrodes and again should be connected with main earth grid at two separate places. The

Neutral of Power Transformer should be connected with two separate pipe electrodes and

again connected with main earth electrodes at two separate places. The separation distance

Page 51: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 51 of 126

between each pipe electrodes should not be less than 2 mts. The back filling of pipe

electrodes should be done in layer of Charcoal, Salt & loam soil mixed with Bentonate

power. There should be a closely spaced earth grid ( 1.5 mts square having .5 mts spacing)

below the mechanism boxes of each Isolators & AB switches. In Substation the diameter

of pipe electrode should not be less than 50 mm. The Flange( 50x6) mm GI flat should be

welded in all sides with Pipe electrode. In each face of Flange there should be two nos

17.5 mm hole to accommodate 16 mm GI Bolt nut with 1 no spring washer.The fencing of

sub-station should not directly connected with main earth grid.There should be a separate

earth grid ( 75x10) mm GI flat 2 mts away from fence and should be connected rigidly

with the fence at an interval of 5 mts. There should be one 50x6 mm earth flat run over the

cable rack and should be connected with main earth grid at an interval of 5 mts The

jointing portion of earth flats over the ground should be painted with two coats of Anti-

corrosive paints and two coats of good quality of Aluminium paints (Berger/Asian

paints).The water hydrant system should be provided in the areas where earth resistivity

more and soil is hard in nature as per the direction of Engineer in charge. Each handles of

Isolators/AB switches etc should be connected with earth grid by using flexible Tinned

Copper earth bonds. In each earth switches TWO nos flexible earth bonds should be

provided. Each earth pits having pipe electrodes should be provided 250 mm Brick wall

chambers with RCC cover Slab.

1.5 STANDARDS

1.Except where otherwise specified or implied, the Contract Works shall comply with the

latest edition of the relevant Indian Standards, International Electro-technical Commission

(IEC) standards and any other standards mentioned in this Specification. The Contractor

may submit for approval, equipment or materials conforming to technically equivalent

National Standards. In such cases copies of the relevant Standards or part thereof, in the

English language shall be submitted with the Tender. In case of conflict the order of

precedence shall be (1) IEC, (2) IS and (3) other alternative standard.

Reference to a particular standard or recommendation in this Specification does not relieve

the Contractor of the necessity of providing the Contract Works complying with other

relevant standards or recommendations.The list of standards provided in the schedules of

this Specification is not to be considered exhaustive and the Contractor shall ensure that

equipment supplied under this contract meets the requirements of the relevant standard

whether or not it is mentioned therein.

(a) Unless otherwise specified, all materials covered under this specification shall be

designed, manufactured, tested and installed in conformity with the latest Indian

Standard Specifications. In case such Indian Standard Specifications are not

published equivalent British Standard Specifications shall be followed. All

equipments shall confirm to latest Indian Electricity Rules, CEA Regulations,

Page 52: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 52 of 126

PWD and Local/State laws or byelaws as regards to safety, earthing and other

essential provisions specified therein.

(b) All equipments and materials selected shall also be supplied and installed taking

into consideration the Factories Act, Fire Regulations and Local laws or byelaws.

All light fittings and equipments selected shall be of well tied out design. All

materials used in the assembly of fittings and their accessories shall be of high

quality and manufactured in accordance with the best modern practice.

(c) All the materials supplied by the contractor according to the contract conditions

will be subject to inspection and approval by the Consultant or/and Engineer-in-

charge or their authorized representative from time to time. The contractor shall

extend all required facilities for such inspection free of cost. At the time of

inspection, the inspecting officer shall have full liberty to reject any such material,

which does not confirm to specifications or the requirements. The owner shall not

entertain any claim for the rejected materials. The contractor shall remove all

rejected materials from the site at his own cost.

(d) The owner shall not accept any surplus material procured by the contractor.

(e) The contractor will be responsible to get electrical installations inspected by the

Electrical Inspector of the State Government and to obtain the statutory clearance

for energisation. The owner will reimburse the necessary inspection fees on

production of documentary evidences.

(f) The contractor should possess valid electrical contract licence and labour licence

issued by the appropriate statutory authority of the State Government during the

execution of the contract.

(g) The contractor shall be registered with Provident Fund Department for engagement

of Labours/ Employees.

2. II. TECHNICAL SPECIFICATION FOR CONSTRUCTION OF 33KV &

11KV,3Ø3W LINE:

Survey & scope of works: 1.1 Survey & Engineering, preparation of BOQ shall be carried out by the contractor

for the lines.

Page 53: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 53 of 126

1.2 Aligning / erection of DP Structures in the route of line along with strengthening of its

foundation is in the scope of bidder.

1.3 Before undertaking the construction works in the given line the bidder shall make

assessment of quantity of the required materials in consultation /presence of Owner‟s

representative. Accordingly the BOQ of the works is to be prepared by the bidder and get it

approved from Engineer In charge.

1.4 Any other works not mentioned above exclusively but required for accomplishing

desired works will be in the scope of the bidder.

1.5 For all above activities shutdown shall be arranged by the subject to advanced notice in

writing by the bidder.

1.6 While placing the equipment, if any equipment gets damaged due to negligent handling of

the contractor, the same shall be back charged to the contractor at panel rate.

1.7 Due to heavy conductor being used for conductoring failure containment structures

(DP Structure) may be required along the entire length shall be provided for lines as

approved by Owner’s Engineer In charge.The DP structures with suspension type

insulators shall be used along the line and each 5th point shall be a Cut-point.

a. Span length of for 33 KV lines – 50 meter

b. The line will be constructed in DP Structures with 10 meter long,150x150 RS Joist

Poles

b. Each 5th location will be a cut-point

2.0 Crossings

2.0.1 Road Crossings:- At all road crossings, the poles shall be fitted with strain

type insulators. The ground clearance from the road surfaces under maximum

sag condition shall be as per IS 5613.

2.0.2 Power Line Crossings- Where the line is to cross over another line of the

same voltage or lower voltage, provisions to prevent the possibility of their coming

into contact with each shall be made in accordance with the Indian Electricity

Rules, 1956 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.

3.0 Details Enroute-After survey and finalization of route, the contractor shall submit

detailed route map for each line.

This would be including following details:

a) All poles on both sides of all the crossings shall be tension poles i.e. disc type

insulators shall be used on these poles. At all the crossing described above the

contractor shall use protective guarding as per REC Construction Standard A-1 to

fulfill statutory requirements for 11 kV trunks & main spur line. 11 kV branch spur

line, being in the village, protective guarding shall be used all along with line.

b) Clearance from Ground, Building, Trees etc. – Clearance from ground, buildings,

trees and telephone lines shall be provided in conformity with the Indian Electricity

Page 54: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 54 of 126

Rules,1956 as amended up to date. The vendor shall select the height (out of 8

mtr/ 9mtr / 10mtr / 11 mtr.) of the poles in order to achieve the prescribed

electrical clearances.

4.0 Final Schedule-The final schedule including Bill of quantity indicating location of

poles specifically marking locations of failure containment pole/structure, DTs 11

kV line sectionalizes, line tapping points;angle of deviation at various tension

pole locations, all type of crossings and other details shall be submitted for the

approval of the Owner.

5.0 Pole & Pole Erection

5.1 Type of Poles

Joist poles of various sizes as per enclosed BOQ shall be used.

5.2 Excavation of Pits

a) For excavation of the foundation pit, a hole should be drilled in the ground

preferably with the use of earth-augers. However, if earth-augers are not

available, a pit shall be made in the direction of the line for all the locations, except

the locations of failure containment structures. The minimum planting depth of

poles shall be governed by IS: 1678. However due to the ground conditions e.g.

water logged area etc. depth of planting of poles shall be suitably increased with

prior approval of the Engineer In charge.

b) Excavation cost for pits shall be included by the contractor in the bid for pole

erection for following type of soils inclusive of dewatering of pits and shorting and

shuttering wherever necessary.

i) All type of soils and soil conditions including hard rock.

ii) Hard rock No separate claim for dewatering during excavation, shoring and

shuttering shall be entertained. For hard rock, the excavation cost per location

shall remain same for all type of foundations.

c) In case of non-availability of earth-augers, the pits shall be excavated with pick

axes, crow bar and shovels. Controlled blasting shall be permitted only in case of

hard or rocky soil. The contractor shall be responsible for any damage or

accidents arising out of the process of blasting. Blasting is not permitted if the

area around location is inhabited. In such case, the contractor shall have to follow

other methods like drilling etc.

5.3 Foundation & Pole Erection:Size of foundation of each type of pole is given

at Annexure-A of this section. The type of foundation for individual poles shall be

decided during detailed engineering.

a) Erection of Poles: The poles are to be erected in alignment with utmost care. The

poles shall then be lifted to the pit with the help of wooden supports. The pole

shall then be kept in the vertical position with the help of 25 mm (min) manila

ropes which shall act as the temporary anchor. The verticality of the pole shall be

Page 55: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 55 of 126

checked by sprit level in both longitudinal & transverse directions. Once, this is

done, the back filling/concreting shall be done in the pit. The temporary anchor

shall be removed only when poles set properly in the foundation.

b) Earthing of Poles

In 33 KV & 11 kV line, each poles shall be earthed with coil earthing as per REC

construction standard J-1 and earthing for 33/11KV S/S shall be as per REC

specification.

7.0 Danger Boards

The vendor shall provide & install danger plates on all 33 KV & 11 kV DP structures.

The danger plates shall conform to REC specification No. 57/1993

8.0 Anti-climbing Devices

The vendor shall provide and install anti-climbing device on all 33 KV & 11 kV DP

structures.This shall be done with G.I. Barbed wire. 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.

9.0 Insulators & Hardware Fittings.

9.1 For 11 kV Line

a) Cross Arm for 11 kV line: The contractor shall install “V” Shape cross arm GI/MS

as per REC Construction Standard

b) Back Clamp for “V” cross arm: The contractor shall install Back Clamp for “V” cross

arm as per REC Construction Standard.

c) Pole Top Bracket: The contractor shall install Pole top Brackets as per REC

Construction Standard

d) Insulators and Insulator Fittings: The contractor shall supply & install Disc & Pin

insulator REC Construction Standards

10.0 Fittings Common to all Line

a) Pin Insulator Binding: The contractor shall use AL. Binding wire for binding shall be

as per REC Construction Standards.

b) Mid Span Compression Joint & Repair Sleeves: The contractor shall supply &

install the Mid Span Compression Joint and Repair Sleeves as per IS: 2121 (Part II).

c) Guy/Stay wire Clamp: The contractor shall supply & install Guy/Stay wire Clamp as

per REC Construction Standard

11.0 Stay/Guy Sets

a) The Stay/Guys shall be used at the following pole locations;

i) At all the tapping points & dead end poles

ii) At all the points where DT is installed

iii) At all the points as per REC construction dwg. No. A-10 ( for the diversion angle of

10-60 degree)

iv) Both side poles at all the crossing for road, nallaha, railway crossings etc.

Page 56: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 56 of 126

b) The arrangement and number of stay sets to be installed on different pole

structures shall be as per REC Construction Standards no. A-23 to A-27, G-5 & G-8.

However, this shall be decided finally during erection, as per the advice of Engineer In

charge of SOUTHCO.Complete stay set shall be as per REC Construction Standards

no. G-1. The stay clamp is envisaged as GS structure along with other clamps

brackets etc.

12.0 Erection of stay sets

The contractor shall install the stay set complete in all respect. This includes

excavation of pit size 0.5 x0.5 x 1.6 meter in all kinds of soil including laterite/hard

rocks. Stay plate and anchor rod shall be pre cast with PCC in the ratio 1:2:4 (the

volume of PCC shall be 0.5 x0.5x0.8 meter) and shall be placed in the bottom of the

pit. The rest (upper half) of the pit shall be filled with excavated soil duly compacted

layer by layer. An angle between 30 to 45 degrees shall be maintained between stay

wire and the pole. The stay wire shall be used with a stay insulator at a height of 5

mts. above ground level with F.I. turn buckle.

13.0 CONDUCTOR

13.1 Type of Conductors

a) For 11 kV Line: 55 mm² All Aluminum Alloy Conductor (AAAC) shall be used in 11

KV main & S/S associated lines.

b) For 33 kV Line: 232 mm² / 100 mm² All Aluminum Alloy Conductor (AAAC) shall be

used in 33 KV main & S/S associated lines

13.2 Running Out of the Conductors

a) The contractor shall be entirely responsible for any damage to the pole or

conductors during stringing. The conductors shall be run out of the drums from the

top in order to avoid damage to conductor

b) A suitable braking device shall be provided to avoid damaging, loose running out

and kinking of the conductors. Care shall be taken to ensure that the conductor does

not touch and rub against the ground or objects, which could scratch or damage the

strands.

c) 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. Wherever applicable, inner phase

off-line conductors shall be strung before the stringing of the outer phases is taken

up.

d) 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 voltage build up due to electromagnetic and electrostatic

coupling in the pulling wire, conductors and earth wire during stringing operations.

Page 57: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 57 of 126

e) The Contractor shall also take adequate safety precautions to protect personnel

from potentially dangerous voltage build up due to distant electrical storms or any

other reason.

13.3 Repairs to Conductors

a) The conductor shall be continuously observed for loose or broken strands or any

other damage during the running out operations.

b) Repair to conductors, if necessary, shall be carried out with repair sleeves and not

more than one repair sleeve will be used in one span.

c) 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.

d) The Contractor shall be entirely responsible for any damage to the poles,

insulators etc during stringing.

13.4 Stringing of Conductor

a) The stringing of the conductor shall be done by the standard stringing method.

b) The Bidder shall submit complete details of the stringing method for owner’s

approval. Prior to stringing, the contractor shall submit the stringing charts for the

conductor showing the initial and final sags and tension at various temperatures and

spans, along with equivalent spans in the lines for the approval of the owner.

c) Conductors shall not be allowed to hang in the stringing blocks for more than 96

hours before being pulled to the specified sag.

d) Conductor creep are to be compensated by over tensioning the conductor at

temperature of 26ºC lower than the ambient temperature or by using the initial sag

and tensions indicated in the tables.

e) Derricks or other equivalent methods shall be used to ensure that normal services

are not interrupted and any property is not damaged during stringing operations for

roads, telecommunication lines, power lines and railway lines. However, shut-down

shall be obtained when working at crossings of overhead power lines. The contractor

shall make specific request for the same to the owner.

13.5 Jointing

a) When approaching the end of a drum length at least three coils shall be left in

place when the stringing operations are stopped. These coils are to be removed

carefully, and if another length is required to be run out, a joint shall be made as per

the recommendations of the accessories manufacturer.

b) Conductor splices shall not crack or otherwise be susceptible to damage during

stringing operation. The Contractor shall use only such equipment/methods during

conductor stringing which ensures complete compliance in this regard.

c) All the joints on the conductor shall be of compression type, in accordance with the

recommendations of the manufacturer, for which all necessary tools and equipment

Page 58: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 58 of 126

like compressors, dies etc., shall be arranged by the contractor. Each part of the joint

shall be cleaned by wire brush till it is free of rust or dirt, etc. This shall be properly

greased with anti-corrosive compound if recommended by the manufacturer, before

the final compression is carried out with the compressors.

d) All the joints or splices shall be made at least 30 metres away from the pole. No

joints or splices shall be made in spans crossing over main roads, railway line and

Small River spans. Not more than one joint per conductor per span shall be allowed.

The compression type fittings shall be of the self centering type or care shall be taken

to mark the conductors to indicate when the fitting is centered properly.

e) During compression or splicing operation, the conductor shall be handled in such a

manner as to prevent lateral or vertical bearing against the dies. After compressing

the joint, the aluminum sleeve shall have all corners rounded; burrs and sharp edges

removed and smoothened.

f) 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.

13.6 Tensioning and Sagging Operations:

a) The tensioning and sagging shall be done in accordance with the approved

stringing charts or sag tables.

b) The sag shall be checked in the first and the last section span for sections up to

eight spans and in one additional intermediate span for sections with more than eight

spans Tensioning and sagging operations shall be carried out in calm weather when

rapid changes in temperature are not likely to occur.

13.7 Clipping

a) Clipping of the conductors into position shall be done in accordance with the

manufacturer’s recommendations.

b) Jumpers at section and angle towers shall be formed to parabolic shape to ensure

maximum clearance requirements. Pilot pin insulator shall be used, if found

necessary,to restrict jumper swing & to ensure proper clearance to design values.

c) Fasteners in all fittings and accessories shall be secured in position. The security

clip shall be properly opened and sprung into position.

13.8 Replacement:

If any replacements are to be effected after stringing and tensioning or during

maintenance e.g.replacement of cross arms, the conductor shall be suitably tied to

the pole at tension points or transferred to suitable roller pulleys at suspension points.

14.0 Final Checking, Testing and Commissioning

Page 59: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 59 of 126

a) After stringing have been done as approved by the engineer, to ensure that

everything is complete in all respects, the works shall be thoroughly inspected

keeping in view the following main points.

b) All the bolts and nuts should be of GI materials as per relevant IS.

c) The stringing of the cable has been done as per the approved sag and desired

clearances are achieved.

d) No damage, minor or major to the cable, messenger wire and accessories

e) The contractor shall submit a report to the above effect to the Engineer in Charge,

who shall inspect and verify the correctness of the report. In case it is noticed that

some or any of the above is not fulfilled, the engineer shall get such items rectified by

the contractor no extra cost to the owner.

f) After final checking, the line shall be tested for insulation resistance in accordance

with IS 1255:1983. All arrangements for such testing or any other test desired by the

Engineer-in-charge shall be done by the contractor and necessary labour, transport

and equipment shall be provided by him. Any defect found out as a result of such

tests shall be rectified by the contractor, forthwith at no extra cost to the owner.

g) Sufficient backfilled earth covers each foundation pit and is adequately compacted.

h) All poles are used strictly according to final approved drawing and are free of any

defect or damage whatsoever.

i) The stringing of the conductors and earth wire has been done as per the approved

sag and tension charts and desired clearances as clearly available.

j) All conductor and messenger wire accessories are properly installed.

k) All other requirements for completion of works such as fixing of danger plate and

anticlimbing device have been fulfilled.

l) Wherever required, the proper revetment (erosion protection) is provided

m) The insulation of the line as a whole is tested by the Contractor through provision

of his own equipment, labour etc., to the satisfaction of the Owner.

n) Proper earthing of the poles.

15.0 HT/LT/Road Crossing Guarding.

The contractor shall install protective guarding as per REC construction standard A-1

for 11 kV line & M6 for 33 KV lines, the guarding shall be provided at all the crossing

i.e. road,telecommunication & power lines, railway line, nallaha etc,

The contractor is required to follow local statutory regulations stipulated in Electricity

(Supply) Act 1948, Indian Electricity Rules 1956 as amended and other local rules

and regulations referred in these specifications.

Reference Standards

The codes and/or standards referred to in the specifications shall govern, in all cases

wherever such references are made. In case of a conflict between such codes and/or

standards and the specifications, latter shall govern. Such codes and/or standards,

Page 60: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 60 of 126

referred to shall mean the latest revisions, amendments/ changes adopted and

published by the relevant agencies unless otherwise indicated. Other internationally

accepted standards which ensure equal or better

performance than those specified shall also be accepted, subject to prior approval by

the Owner. In case no reference is given for any item in these specifications, latest

REC specification & Construction Standards shall be referred to.

Superintending Engineer(Store & Proc)

Southco, Berhampur

3. TECHNICAL SPECIFICATION OF MATERIALS

(A) TECHNICAL SPECIFICATION MILD STEEL CHANNEL & ANGLE

1. General:

The structure materials for DP structure and others shall be fabricated with specified

sections of mild steel materials as per the drawing and bill of quantity. These structure

materials and cross arms shall be fastened with clamps or other structure materials by

means of 5/8" diameter G.I. bolts of appropriate length only. After fabrication or erection

Page 61: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 61 of 126

the structure materials/ cross arms shall be painted with two coats each of red oxide primer

and aluminium paint.

2.Applicable Standard

Materials shall conform to the latest applicable Indian standards. In case bidders offer steel

section and supports conforming to any other international specifications which shall be

equivalent or better than IS, the same is also acceptable.

Sl.No. Standard No. Title

1 IS: 2062 Grade„A‟Quality Specification for M.S.Angles,

M.S.Channel

2 IS: 2062 Chemical and Physical

composition of material

3 IS: 1852 Rolling and Cutting Tolerances

for Hot Rolled Steel products

3) Raw material

The Steel Sections shall be re-rolled from the BILLETS/INGOTS of tested quality as per

latest version of IS: 2830 or to any equivalent International Standard and shall be arranged

by the bidder from their own sources. The Chemical composition and Physical properties

of the finished material shall be as per the equivalent standards.

(B) TECHNICAL SPECIFICATION OF INSULATORS:

The insulators shall be of porcelain. These shall be non-absorbent and vitreous

throughout. The exposed surface shall be glazed. Unless otherwise it is

specified,the glaze is of brown colour.The glaze shall cover all the porcelain parts

of the insulator except those areas which serve as supports during firing or are

left unglazed for the purpose of assembly.The insulators shall have adequate

mechanical strength, high degree of resistance to electrical puncture, resistance

to climatic & atmospheric conditions prevailing at site and made from one piece

of moulded porcelain.

Applicable standard:

Unless otherwise it is stipulated in this specification,the insulators shall comply

with Indian standard specification IS: 731-1971 and the insulator fittings with IS

2486(Part-I)-1971 and IS: 2486(Part-II)-1974 or the latest version thereof.

(i)Disc Insulator

Disc insulators made of glazed porcelain shall be used as insulators on dead

ends or on suspension type lines of 11 KV and above. Ball & Socket type (B&S)

disc insulators of mechanical strength not less than 70KN shall be used

confirming to IS: 731/1971. These shall be mounted on metallic cross-arms with

the help of suitable non-magnetic galvanised iron hardware fittings.Small fittings

like spring washers,nuts etc may be electro-galvanised.

Page 62: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 62 of 126

(ii)Pin Insulators

The minimum creep-age distance of 840 mm for 33000 volts. These shall be

mounted on metallic cross-arms with the help of non-magnetic threaded

galvanised iron pins.The pins shall be a single piece obtained preferably by the

process of forging.The threads of the nuts shall be cut after galvanising and shall

be well oiled and greased.

(iii)Stay Insulator

The stay insulators used for stay installation and guy wires shall confirm to IS:

5300/1969.

(iv) Post type insulators

Post insulator shall conform in general to IS 2544, IEC 168 and IEC 815.

(C) TECHNICAL SPECIFICATION G.I STAY WIRE-

The wires shall be drawn from steel made by open hearth basic oxygen or electric arc

furnace process and of such quality that when drawn to the size of wires specified and

coated with Znic, the finished strand and the individual wires shall be of uniform quality

and have properties and characteristic as specified in this specification.

1.Applicable standards:

The GI stranded wire shall comply with the specific requirements of IS:2141-1979,IS:

4826-1979,IS:6594-1974 or the latest version thereof.

(D). TECHNICAL SPECIFICATION G.I. WIRE

The wires shall be drawn from the wire rods conforming to IS:7887-1975 or the latest

version thereof.

1. Applicable standard:

The GI wire shall comply with the specific requirements of IS: 280-1978 and IS: 7887-

1975 or the latest version thereof.

2.Galvanizing:

The wires shall be galvanized with Heavy coating as per IS: 4826-1979 or the latest

version thereof.

(D).TECHNICAL SPECIFICATION OF 33 KV AB SWITCH(HORIZONTAL

TYPE)

1.

This specification covers manufacturing testing and supply of 33 KV, 400 AMPS,50HZ Air

Break switches for out door installation in horizontal configuration. The switches are suitable

for operation under off load conditions only and are intended for use on Sub – stations and

tapping sectionalizing points of 33 KV lines.

2. Applicable Standards: -

The AB Switch Set shall conform to the following standards: -

a) IS-9920 (Part-I to V)

b) IS-2544/1973 (for porcelain post insulators)

c) IS-2633, (for galvanization of ferrous parts.) or its latest amendments if any.

3. Description of the materials: -

Page 63: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 63 of 126

The 33 KV A.B. Switch sets shall confirm to the following parameters: -

a) Number of poles 3

b) Number of Post insulator per pole 4 nos22/24 KV postinsulator.

c) Nominal system voltage 33 KV

d) Highest system voltage 36 KV

e) Rated frequency 50Hz

f) System earthling effectively earthed.

g) Rated nominal current 400 amps

h) Altitude of installation Not exceeding 1000M

The post insulators used in the A.B. Switches shall have the following ratings :-

a) Power frequency withstand voltage (dry) 95 KV (RMS)

b) Power frequency withstand voltage(wet) 75 KV (RMS)

c) Impulse withstand voltage(dry) 170 KV

d) Power frequency puncture withstand 1.3 times of actual dry flash over voltage.

4. Insulator make: -

22/24 KV post insulators complete with post and cap duly cemented to be used in the AB

Switch Set conforming to IS-2544/1973. The bidder shall furnish the type test certificate of the

post insulators from their manufacturer for reference and scrutiny. The bidder shall mention

make, type of insulation materials, metal fittings, Creepage distance, protected Creepage

distance, tensile Strength, compressing strength, torsion strength and cantilever strength.

5. Other technical details: -

5.1 General: - The 33 KV A.B. Switch Set shall be the gang operated rotating single air break

type having 4 no.s of post insulators per phase. The operating mechanism shall be suitable for

manual operation from the ground level and shall be so designed that all the three phases shall

open or close simultaneously. The Switches shall be robust in construction, easy in operation

and shall be protected against over travel or staining that might adversely affect any of its

parts. The required base M.S. Channel (hot dip galvanized) phase coupling rod, operation rod

with intermediate guide braided with flexible electrolytic copper, tail piece of required current

carrying capacity and operation mechanism with „ON‟ & „OFF‟positions shall be provided.

The operation rod shall be medium gage of 32 mm diameter nominal bore G.I. pipe single

length 6 meters. The phase coupling rod for gang operation shall be of medium gauge 25 mm

dia. nominal bore G.I pipe. The Rating post insulators shall be provide with suitable bearing

mounted on a base channel with 8mm dia thrust collar and 6mm split pin made out of

stainless steel. The operating down rod shall be coupled to the spindle (minimum) dia – 32mm

for gang operation through another suitable bearing by two numbers 10mm dia stainless

steel bolts with double nuts. All the bearings shall be provided with grease nipple. All metal

(ferrous) parts shall be galvanized an polished. The pipe shall be galvanized in accordance

with IS-4736/1968.The post insulators should be fixed with the base channel using Galvanized

Nuts and Bolts.

Page 64: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 64 of 126

5.2. Mounting:- The A.B. Switches shall be suitable for horizontal mounting in double pole

sub-station structures. MS Galvanized base Channel & base support channel should be of min.

size 75x40x6 mm.

5.3. Switching Blades: - It shall be made out of electrolytic copper with silver plated. The

approximate size shall be 250mm X 50X 8 mm. The Switch shall have such a spring

mechanism so as to ensure that the speed of the opening of contact is independent of speed of

manual operation.

5.4. Fixed Contracts: - The fixed Jaw type female contracts shall be made of electrolytic

copper (minimum 95% copper composition) of size (80X50X8)mm duly silver coated. Each

contact is riveted with 3 no.s copper rivets with bunch of copper foils of thickness of 0.25/0.5

mm of each foil and the thickness of copper foil per jaw is 6mm and controlled by stainless

steel high pressure spring housed in robust G.I. Cover. It is essential that provision shall be

made in fixed female contacts to take the shock arising from the closing of move contract

blade without the same being transmitted to the post insulator. The arrangement made in this

regard shall be specifically shown in the drawing.

5.5 Arcing Horn: - As the switches are generally meant for isolating transmission line and

power transformers, suitable arcing horns shall be provided for breaking the charging current.

The horn shall be made of 10mm dia G.I. Rod with spring assisted operation.

5.6 Terminal Connectors: - Terminal connectors shall be robust in design. The size of fixed

connector shall be (80 X 50 X 8 mm) and size of movable connector shall be of (80 X 50) X

(80 X 50) X 8 mm of copper casting with uniform machine finishing duly silver plated made

out of minimum 95% copper composition with 2 nos. 12mm dia holes provided with suitable

brass bolts and double nuts, flat washers & 2nos. bimetallic solder less sockets suitable upto

80 mm² /100 mm² conductor.

5.7 Spacing: - The phase clearance i.e. center-to-center distance between the insulators of

adjacent phases in the assembled position of the isolator shall be 1200 mm. The center-to-

center distance between the insulators of adjacent poles of the same phase in the assembled

position of the switch shall be 400 mm.

5.8 Sample, Drawing & Literatures: - Sample of each items 33 KV 400 amps. A.B. Switch

shall be furnished and three copies of drawings item similar to the sample shall be furnished

along with the tender.

6. The details of construction and materials of different parts of the A.B. Switch shall clearly

be indicate in the tender and illustrative pamphlet / literature for the same shall be submitted

along with the tender.

7.0 TEST & TEST CERTIFICATE: -

7.1 Type Test: - Certificate for the following type tests conducted (within five years

proceeding to the date of opening of the tender)on a prototype set of A.B. Switch in a NABL

approved test house/CPRI shall have to be submitted along with offer.

• Dielectric Test (impulse and one minute were power frequency withstand voltage test.)

Page 65: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 65 of 126

• Temperature rise test (for contracts and terminals)

• Shorts Time current and peak withstand current test.

• Mainly active load breaking capacity test.

• Transformer off-load breaking capacity test.

• Line charging breaking capacity test.

• Cable charging breaking test.

• Operation and mechanical endurance test.

• Mechanical strength test for post insulator, as per IS-2444/1937 shall be furnished.

• Test for galvanization of metal (ferrous) parts.

7.2 Routine /Acceptance Test: - The inspection may be carried out by the Purchaser at any

stage of manufacture. The successful bidder shall grant free access to the Purchaser‟s

representative at a reasonable time when the works is in progress. The following routine tests

shall have to be conducted on each set and results are to be furnished for consideration of

deputing inspecting officer for inspection and conduction testing of the materials at the works

of the manufacturer. the supplier shall give fifteen days advance intimation to the Purchaser to

enable him to depute his representative for witnessing the tests.

1. Power frequency voltage dry test.

2. Measurement of resistance of main circuit.

3. Tests to prove satisfactory operation.

4. Dimension Check

5. Galvanization test.

6. Operational test.

8.0 Guaranteed Technical Particulars: - The bidder shall furnish the guaranteed technical

particular duly filled in the format along with the tender.

9.0 Completeness of Equipment: -

All fittings, accessories of apparatus which may not have been specifically mentioned in this

specification but which are usual or necessary in equipment of similar plat shall be deemed to

be included in the specification and shall be supplied by the Tender without extra charge. All

plant and equipment shall be completed in all details whether such details are mentioned in the

specification or not.

GUARANTEED TECHNICAL PARTICULARS OF 33KV 400 AMP AB Switch

SL

No. Particulars

Requirements Bidder's

Offer 33KV,400Amps AB Switches

1 Maker's name and address To be specified by bidder

Page 66: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 66 of 126

2 Suitable for mounting Horizontal only

3 Type of switch Rotating type only

4

No. of Post Insulators per

phase

4nos. of 22KV/24 KV Post Insulators per

phase

5 Post Insulator

A

Maker‟s Name & Country of

Manufacture of Post Insulator

Reputed make . All the post insulators

provided shall be of same make.

B Type of cementing Original Cementing only.

C

1 minute Power frequency

withstand voltage (Dry) 95KV RMS

d

1 minute Power frequency

withstand voltage (Wet) 75KV RMS

E Visible discharge voltage 27 KV (RMS)

F Dry flash over voltage 95 KV

G

Power frequency puncture

withstand voltage 1.3 times of actual dry flash over voltage.

H

Impulse withstand voltage

(Switch in position) 170KV (Peak)

I Creapage distance

430 mm(minimum). Actual creepage

distance for which type test has been

conducted is to be supplied.

6

Impulse withstand voltage for

positive & negative polarity

A Across the isolating distance 195KV (Peak)

B To earth & between poles 170KV (Peak)

7

Rated one minute power

frequency withstand voltage

A Across the isolating distance 100KV(RMS)

B To earth & between poles 75KV(RMS)

8

Rated normal current and

rated frequency 400 Amps and 50 HZ

9 Rated short time current 16 KA (RMS)

Page 67: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 67 of 126

10 Rated peak withstand current 40 KA ( RMS)

11

Rated transformer off load

breaking capacity 6.3 A (RMS)

12

Rated line charging breaking

capacity 6.3 A (RMS)

13

Rtaed cable charging

breaking capacity 16 A (RMS)

14

Minimum clearance between

adjacent phase

A

Switch closed (center to

center) 1200 mm

B

Switch opened (Center of

post insulator to the edge of

the blade) 640 mm

15 Temperature rise:

a.

The Temperature rise should

not exceed the maximum

limit as specified at an

ambient temperature not

exceeding 40oC 65 ˚C

B

Copper contacts silver faced

terminal of switch intended to

be conducted to external

conductor by bolts or screws

at an ambient temperature

should not exceed. 50 ˚C

16

Vertical clearance from top of

insulator cap to mounting

channel 508 mm Minium

17 Type of connect

a. Self aligned high pressure jaw type

fixed contacts of electrolytic copper of

size 80x50x8 mm duly silver plated .Each

contact should be riveted with three nos.

copper rivets with a bunch (Minimum

3mm Thick) consisting of copper foils

amy vary from 0.15 mm to 0.25

mm(Total thickness of copper foil per

jaw shall be 6mm ). Jaw assembles are to

be bolted through brass bolts and nuts

with brass flat and spring washer.

b.Solid rectangular blade type moving

contact of of electrolytic copper size

250X50X8 mm silver plated

c.Pressure springs are to be used in each

jaw contacts should be phosphorous

bronze having 8nos. of turns X28mm

heights X14.4mm diameter with 14 SWG

wire .(Minimum 6 no.s spring shall be

used)

Page 68: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 68 of 126

18 Terminal connector

Terminal connector for both movable and

fixed should be of copper casting (

minimum 95 % copper composition). The

fixed connector shall be of size

(80x50)x8 mm and the size of the

movable connector(80x50)x(80x50)x8

mm with machine finishing duly silver

plated with 2 nos. 12 mm dia. hole with

suitable brass bolts and double nuts with

brass flat washer and 2 nos. solderless

bimettalic sockets per each connector

suitable upto 80mm²/100mm² conductor.

The sockets shall be preferably of “Usha

Martin” make.

19

Moving Contact supporting

angle

Movable contact is to be supported by G.I

Angle of size 50x50x5 mm on each phase

and the moving contact are to be bolted

through 2 nos. stainless flat and spring

washers suitably.

20 Galvanization

a) Iron parts are hot dip Galvanized as per

IS.2629/1985(1st revision) (Latest

Amendment)

b) The pipe is galvanized as per IS-

4736/1968(Latest Amendment)

21 Details of Phase:

a) Coupling Rod

25mm nominal bore G.I.Pipe medium

gauge.

b) Operating Rod

32mm nominal bore G.I.Pipe medium

gauge single length 6meters.

Nominal

Outside

Diameter Wall

Thickness

Max. Min.

25 mm

34.2

mm

33.33

mm 3.25 mm

32 mm

42.9

mm 42 mm 3.25 mm

c) Arching Horn

8 mm dia G.I.Rod with spring assisted

operation.

d) Bearing System

One bearing shall be provided near the

base channel to assist in operation.

e) Force of fixed contact

spring 50-75 lb

Page 69: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 69 of 126

f) Copper braided flexible

tapes

320mm long flexible electrolytic copper

tape or bradided chord with tin coated

having minimum weight 450 gm/mtr.And

both ends shall be cripped with copper

sockets through brass bolts and nuts with

brass flat washers.Two no.s of suitable

copper sockets shall be used at both ends.

The socket should be preferably of

'DOWEL' make or equivalent 'USHA

MARTIN' make. The minimum no. of

flexible wires should be 1536 of 36 SWG

for each flexible chord.

g) Quick break device Lever Mechanism

h)Bearings

4 nos self lubricating bearing is to be

provided with grease nipple including 4th

bearing being a thrust bearing

arrangement.

i) Locking Arrangement

Pad Lock and key arrangement at both

“ON & OFF” position..

j) Earth terminal To be Provided at base channel .

k) „T‟ connector

The „T‟ connector provided on the

channel having „Moving Contact‟ shall be

of G.I Nut & Bolt at the bottom end to

facilitate replacement of this unit only

during requirement and avoid entire

change of the arm.

l) I-Bolt

The „I-Bolt” shall be longer with 75 mm

thread.

22 Supporting Channel

75mmx40mm M.S.Channel. (Hot dip

galvanized)

23 Weight of each pole complete 50 Kg (Approximately)

N.B

i) Ferrous parts shall be duely galvanized as per IS :2629/1985(1st.

Revision), (Latest Amendment) and non-ferrous parts shall be silver

plated.

ii) The G.I pipes and rods shall be galvanized as per IS:4736/1968(1st.

Revision), (Amendment-1) for hot-dipped zink coating on M.S. Tube.

iii) Certificate from a Government approved laboratory regarding

composition of copper in electrolytic copper casting of materials should

be submitted during inspection of materials at the cost of tenderer.

iv) Items not covered in the G.T.P, but relevant in Design, manufacturing,

quality control & testing of materials shall be governed by the relevant IS

with latest Amendment.

v) Type test report from CPRI or NABL accredited laboratory should be

furnished.

BIDDER’S SIGNATURE WITH DATE

Page 70: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 70 of 126

(This form is to be duly filled up by the bidder & submit along with the Tender)

E. TECHNICAL SPECIFICATION 11 KV 400 AMP AB SWITCH (3 POLE)

1. Scope: -

This specification covers manufacturing testing and supply of 11KV, 400 AMPS 50HZ Air

Break switches for out door installation in horizontal configuration. The switches are suitable

for operation under off load conditions only and are intended for use on Distribution Sub –

stations and tapping sectionalizing points of 11 KV lines.

Page 71: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 71 of 126

2. Description of the materials: -

The 11KV A.B. Switch sets shall confirm to the following parameters: -

a) Number of poles 3

b) Number of Post insulator per pole 2nos12KVpostinsulator.

c) Nominal system voltage 11KV

d) Highest system voltage 12KV

e) Rated frequency 50Hz

f) System earthling effectively earthed.

g) Rated nominal current 400 amps

h) Altitude of installation Not exceeding1000M

The post insulators used in the A.B. Switches shall have the following ratings :-

a) Power frequency withstand voltage (dry) 25KV (RMS)

b) Power frequency withstand voltage(wet) 35KV (RMS)

c) Impulse withstand voltage(dry) 75KV

d) Power frequency puncture withstand 1.3

3. Standards: -

The AB Switch Set shall conform to the following standards: -

a) IS-9920 (Part-I to V)

b) IS-2544/1973 (for porcelain post insulators)

c) IS-2633, (for galvanization of ferrous parts.) or its latest amendments if any.

4. Insulator make: -

12KV post insulators complete with post and cap duly cemented to be used in the AB Switch

Set conforming to IS-2544/1973. The bidder shall furnish the type test certificate of the post

insulators from their manufacturer for reference and scrutiny. The bidder shall mention make,

type of insulation materials, metal fittings, Creepage distance, protected Creepage distance,

tensile Strength, compressing strength, torsion strength and cantilever strength.

5. Other technical details: -

5.1 General: - The 11KV A.B. Switch Set shall be the gang operated rotating single air break

type having 2 post insulators per phase. The operating mechanism shall be suitable for manual

operation from the ground level and shall be so designed that all the three phases shall open or

close simultaneously. The Switches shall be robust in construction, easy in operation and shall

be protected against over travel or staining that might adversely affect any of its parts. The

required base M.S. Channel (hot dip galvanized) phase coupling rod, operation rod with

intermediate guide braided with flexible electrolytic copper, tail piece of required current

carrying capacity and operation mechanism with „ON‟ & „OFF‟positions shall be provided.

The operation rod shall be medium gage of 32mm diameter nominal bore G.I. pipe single

length 6 meters. The phase coupling rod for gang operation shall be of mediumgauge 25 mm

dia. nominal bore G.I pipe . The Rating post insulators shall be provide with suitable bearing

mounted on a base channel with 8mm dia thrust collar and 6mm split pin made out of stainless

steel. The operating down rod shall be coupled to the spindle (minimum) dia – 32mm for gang

operation through another suitable bearing by two numbers 10mm dia stainless steel bolts with

double nuts. All the bearings shall be provided with grease nipple. All metal (ferrous) parts

shall be galvanized an polished. The pipe shall be galvanized in accordance with IS-

Page 72: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 72 of 126

4736/1968.The post insulators should be fixed with the base channel using Galvanized Nuts

and Bolts.

5.2. Mounting:- The A.B. Switches shall be suitable for horizontal mounting in double pole

sub-station structures. MS Galvanized base Channel & base support channel should be of min.

size 75x40x6 mm.

5.3. Switching Blades: - It shall be made out of electrolytic copper with silver plated. The

approximate size shall be 220mm X 50X 6 mm. The Switch shall have such a spring

mechanism so as to ensure that the speed of the opening of contact is independent of speed of

manual operation.

5.4. Fixed Contracts: - The fixed Jaw type female contracts shall be made of electrolytic

copper (minimum 95% copper composition) duly silver coated controlled by stainless steel

high pressure spring housed in robust G.I. Cover. It is essential that provision shall be made in

fixed female contracts to take the shock arising from the closing of move contract blade

without the same being transmitted to the post insulator. The arrangement made in this regard

shall be specifically shown in the drawing.

5.5 Arcing Horn: - As the switches are generally meant for isolating transmission line and

distribution transformers, suitable arcing horns shall be provided for breaking the charging

current horn shall be made of 10mm dia G.I. Rod with spring assisted operation.

6.6 Terminal Connectors: - Terminal connectors shall be robust in design. The size of fixed

connector shall be (80 X 50 X 6 mm) and size of movable connector shall be of (80 X 50) X

(80 X 50) X 6 mm of copper casting with uniform machine finishing duly silver plated made

out of minimum 95% copper composition with 2 nos. 12mm dia holes provided with suitable

brass bolts and double nuts, flat washers & 2nos. bimetallic solder less sockets suitable upto

80 mm2 conductor.

6.7 Spacing: - The minimum clearance between phases to the switch shall be 760mm. The

operation down rod shall be at a transverse distance of 300mm from the outer limb of the

switch. The centre spacing between two post insulator sof the same phase shall be 380mm. In

the open position of the A.B. switches the moving blade shall rotate through 90 o. This shall be

exhibited in the drawing.

6.8 Sample, Drawing & Literatures: - Sample of each items 11KV 200 amps. A.B. Switch

shall be furnished and three copies of drawings item similar to the sample shall be furnished

along with the tender.

6.9 The details of construction and materials of different parts of the A.B. Switch shall clearly

be indicate in the tender and illustrative pamphlet / literature for the same shall be submitted

along with the tender.

7.0 TEST & TEST CERTIFICATE: -

7.1 Type Test: - Certificate for the following type tests conducted (within five years

proceeding to the date of opening of the tender)on a prototype set of A.B. Switch in a NABL

approved test house/CPRI shall have to be submitted along with offer. Dielectric Test (impulse

and one minute were power frequency withstand voltage test.)

Page 73: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 73 of 126

• Temperature rise test (for contracts and terminals)

• Shorts Time current and peak withstand current test.

• Mainly active load breaking capacity test.

• Transformer off-load breaking capacity test.

• Line charging breaking capacity test.

• Cable charging breaking test.

• Operation and mechanical endurance test.

• Mechanical strength test for post insulator, as per IS-2444/1937 shall be furnished.

• Test for galvanization of metal (ferrous) parts.

7.2 Routine /Acceptance Test: - The inspection may be carried out by the Purchaser at any

stage of manufacture. The successful bidder shall grant free access to the Purchaser‟s

representative at a reasonable time when the works is in progress. The following routine tests

shall have to be conducted on each set and results are to be furnished for consideration of

deputing inspecting officer for inspection and conduction testing of the materials at the works

of the manufacturer. the supplier shall give fifteen days advance intimation to the Purchaser to

enable him to depute his representative for witnessing the tests.

1. Power frequency voltage dry test.

2. Measurement of resistance of main circuit.

3. Tests to prove satisfactory operation.

4. Dimension Check

5. Galvanization test.

6. Operational test.

8.0 Guaranteed Technical Particulars: - The bidder shall furnish the guaranteed technical

particular duly filled in the format along with the tender.

9.0 Completeness of Equipment: - All fittings, accessories of apparatus which may not have been specifically mentioned in this

specification but which are usual or necessary in equipment of similar plat shall be deemed to

be included in the specification and shall be supplied by the Tender without extra charge. All

plant and equipment shall be completed in all details whether such details are mentioned in the

specification or not.

(F).TECHNICAL SPECIFICATION OF EARTHING COIL:

I. Qualification Criteria of Manufacturer:- The prospective bidder may source Earthing Coil from manufacturers who must qualify all

the following requirements :

a) The manufacturer must have successfully carried out Type Test of similar item from

any NABL Accredited Laboratory within the last 5 years, prior to the date of submission

of the bid.

Page 74: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 74 of 126

b) The manufacturer should have supplied at least 1000 nos. to electricity supply utilities /

PSUs. The bidder should enclose Performance Certificates from the above users issued in

the name of the manufacturer as proof of successful operation in field.

II. SCOPE The specification covers design, manufacture, testing for use in earthing of the HT poles.

III. GENERAL REQUIREMENTS Earthing coils shall be fabricated from soft GI Wire Hot Dip Galvanized. The Hot Dip

galvanized wire shall have clean surface and shall be free from paint enamel or any other

poor conducting material. The coil shall be made as per REC constructions standard.

The Hot Dip galvanizing shall conform to IS: 2629/1966, 2633/1972 and 4826/1969 with

latest amendments.

IV. TESTS Galvanizing Tests Minimum Mass of Zinc

On GI Wire used 280 cm/m²

After Coiling-266 gm/m².The certificate from recognized laboratory shall be submitted

towards mass of zinc.

Dip Test Dip test shall stand 3 dips of 1 minute and one dip of ½ minute before coiling and 4 dips

of 1 minute after coiling as per IS: 4826/1979.

Adhesion Test As per ISS 4826 – 1979.

V. DIMENSIONAL REQUIREMENT Nominal dia of GI Wire -4 mm (Tolerance±2.5%)

Minimum no. of turns – 115 Nos.

External dia of Coil (Min) – 50 mm

Length of Coil (Min) – 460 mm

Free length of GI Wire at one end coil (Min.) – 2500 mm

Minimum length of wire to be grounded during installation -1000 mm.

The turns should be closely bound. Weight of one finished Earthing Coils (min.) –1.850

Kg.

EARHTING COIL GUARANTEED TECHNICAL PARTICULARS (To be submitted along with Offer)

Sl.No. GENERAL TECHNICAL PARTICULARS Bidder’ Offer

1 Nominal diameter of wire

Page 75: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 75 of 126

2 No. of turns

3 External dia of Coil

4 Length of Coil

5 Mass of Zinc

6 Total weight of Coil

7 Whether drawing enclosed (yes)

BIDDER’S SIGNATURE WITH SEAL

(This form is to be duly filled up by the bidder & submit along with the Tender)

(G).TECHNICAL SPECIFICATION OF HT & LT STAY SETS:

I.Qualification Criteria of Manufacturer:-

The prospective bidder may source Stay Sets from manufacturers only must qualify all the

following requirements :

Page 76: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 76 of 126

a) Manufacturer must have successfully carried out Type Test of similar item from any

NABL Accredited Laboratory within the last 5 years, prior to the date of submission of the

bid.

b) The manufacturer should have supplied at least 1000 sets (both HT & LT taken

together) to electricity supply utilities / PSUs. The bidder should enclose Performance

Certificates from the above users issued in the name of the manufacturer as proof of

successful operation in field.

II. SCOPE This specification covers design, manufacture, testing and dispatch of HT stay sets 20 mm

dia. III. GENERAL REQUIREMENTS

20 mm Dia Stays Sets for 33 KV Lines (Galvanized) HT Stay Set: The Stay Set (Line Guy Set) will consist of the following components:

Anchor Rod with one Washer and Nut: Overall length of Rod should be 1800mm to be made out of 20 mm dia GI rod one end

threaded up to 40 mm length with a pitch of threads per cm. And provided with one square

G.I Washer of Size 50x50x1.6mm and one GIHexagonal nut conforming to IS:1363:1967

& IS:1367:1967. Both washer and nut to suit the threaded rod of 20mm.The other end of

the rod to be made into a round eye having an inner dia of 40mm with best quality of

welding. Dimensional and other details are indicated and submitted by bidders for owner„s

approval before start of manufacturing.

Anchor Plate Size 300 x 300 x 8 mm To be made out of G.S. Plate of 8 mm thickness. The anchor plate to have at its centre

22mm dia hole.

Turn Buckle, Eye Bolt with 2 Nuts. To be made of 20 mm dia G.I Rod having an overall length of 450 mm. One end of the rod

to be threaded up to 300 mm length with a pitch of 4 threads per cm. The 20 mm dia bolt

so made shall be provided with two G.I Hexagonal nuts of suitable size conforming to IS:

1363:1967 & IS: 1367:1967.The other end of the rod shall be rounded into a circular eye

of 40mm inner dia with proper and good quality of welding. Welding details are to be

indicated by the bidder separately for approval.

Bow with Welded Channel: To be made out of 16mm dia G.I Rod. The finished bow shall have and overall length of

995 mm ad height of 450 mm. The apex or top of the bow shall be bent at an angle of 10R.

he other end shall be welded with proper and good quality welding to a G.I Channel 200

mm long having a dimension of 100x50x4.7 mm. The Channel shall have 2 holes of 18

mm dia and 22 dia hole at its centre as per drawing No.3 enclosed herewith.

Thimble 2 Nos. To be made of 1.5 mm thick G.Isheet into a size of 75x22x40mm and shape as per

standard.

Galvanizing The complete assembly shall be hot dip galvanized.

Welding The minimum strength of welding provided on various components of 16mm and 20 mm

dia stay sets shall be 3100 kg & 4900 kg respectively. Minimum 6mm filet weld or its

equivalent weld area should be deposited in all positions of the job i.e. at any point of the

Page 77: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 77 of 126

weld length. The welding shall be conforming to relevant IS:823/1964 or its latest

amendment.

Threading The threads on the Anchor Rods, Eye Bolts and Nuts shall be as per specification IS;

4218: 1967 (ISO Metric Screw Threads). The Nuts shall be conforming to the

requirements of IS: 1367:1967 and have dimension as per IS 1363:1967. The mechanical

property requirement of fasteners shall confirm to the properly clause 4.6 each for anchor

rods and Eye bolt and property clause 4 for nuts as per IS: 1367:1967.Average weight of

finished 20 mm Stays Set: 14.523 Kg.(Min) (Excluding Nuts Thimble & Washer) :15.569

Kg.(Max.)

IV. TESTS The contractor shall be required to conduct testing of materials at Govt./Recognized

testing laboratory during pre-dispatch inspection for Tensile Load of 3100

Kg/4900Kg.applied for one minute on the welding and maintained for one minute for 16

mm and 20mm dia stay sets respectively.

V. IDENTIFICATION MARK All stay sets should carry the identification mark of the Purchaser

(SOUTHCO)applicable.This should be engraved on the body of stay rods to ensure proper

identification of the materials. The nuts should be of a size compatible with threaded

portion of rods and there should be not play or slippage of nuts.Welding wherever required

should be perfect and should not give way after erection.

VI. TOLERANCES The tolerances for various components of the stay sets are indicated below subject to the

condition that the average weight of finished stay sets of 16mm dia excluding

nuts,thimbles and washers shall not be less than the weight specified above.

GUARANTEED TECHNICAL PARTICULARS OF HT STAY SET

Sl.

No. Item Description

Specified parameters Bidder’s

offer Section Tolerances

Fabrication Tolerances

Material

1 Anchor Plate 8mm 300x300mm+ GI Plate 8 mm

Page 78: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 78 of 126

thick+2.5% -

5%

1% thick

2 Anchor Rod 20mm dia

+3% - 2%

Length

1800mm

+0.5% Round

Eye

40mm inside

dia +

3%. Threading

40mm

+11%-5%

GI Round

20mm dai

GI Round

20mm dia

3 Bow 16 mm dia

+5%-

3%

Length 995mm

+1%

16mm dia

Length180mm

+1%

50x50x6mm

Channel length

200mm + 1%

16mm dia.

GI Angle

G I Channel

100x50x4.7m

m

4 Eye Bolt

Rod

20mm dia +

3% -

2%

Length450mm

+1%

Threading

300mm

+1% Round

Eye 40

mm inside dia

+3%

GI Round

20mm dia.

5 Galvanisation

thickness

6 Anchor Plate

7 Anchor Rod

8 Turn Buckle

9 Eye Bolt Rod

10 Weight of

complete set

11 Whether drawing

submitted

BIDDER’S SIGNATURE WITH SEAL

(This form is to be duly filled up by the bidder & submit along with the Tender)

(H).TECHNICAL SPECIFICATION OF 7/8 STAY WIRES:

I. Qualification Criteria of Manufacturer:-

Page 79: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 79 of 126

The prospective bidder may source Stay Wire from manufacturers only who must qualify

all the following requirements :

a) The manufacturer must have successfully carried out Type Test of similar item from

any NABL Accredited Laboratory within the last 5 years, prior to the date of submission

of the bid.

b) The manufacturer should have supplied at least 1000 Kg (all sizes taken together) to

electricity supply utilities / PSUs. The bidder should enclose Performance Certificates

from the above users issued in the name of the manufacturer as proof of successful

operation in field.

II. Application Standards Except when they conflict with the specific requirements of this specification, the G.I Stay

Stranded Wires shall comply with the specific requirements of IS: 2141-1979. IS:4826-

1979 & IS: 6594-1974 or the latest versions thereof.

III. Application and Sizes The G.I. stranded wires covered in this Specification are intended for use on the overhead

power line poles, distribution transformer structures etc.The G.I stranded wires shall be of

7/8 SWG mm for 33 kv lines standard sizes.

IV. Materials The wires shall be drawn from steel made by the open hearth basic oxygen or electric

furnace process and of such quality that when drawn to the size of wire specified and

coated with zinc, the finished strand and the individual wires shall be of uniform quality

and have the properties and characteristics as specified in this specification.The wires shall

not contain sulphur and phosphorus exceeding 0.060% each.

Tensile Grade The wires shall be of tensile grade 4, having minimum tensile strength of 700 N/mm²

conforming to 1S:2141.

General Requirements The outer wire of strands shall have a right-hand lay.

The lay length of wire strands shall be 12 to 18 times the strand diameter.

Minimum Breaking Load The minimum breaking load of the wires before and after stranding shall be as follows:

No. of wires & constant Wire Dia (mm)

Min. breaking load of the Single wire before stranding (KN)

Min. breaking load of the standard wire (KN)

7 (6/1) 4.0 8.80 54.9

V. Construction The galvanized stay wire shall be of 7-wire construction. The wires shall be so stranded

together that when an evenly distributed pull is applied at the ends of completed strand,

each wire shall take an equal share of the pull. Joints are permitted in the individual wires

during stranding but such joints shall not be less than 15 metres apart in the finished

strands.The wire shall be circular and free from scale, irregularities, imperfection, flaws,

splits and other defects.

Page 80: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 80 of 126

VI. Tolerances A tolerance of (+) 2.5% on the diameter of wires before stranding shall be permitted.

VII. Sampling Criteria The sampling criteria shall be in accordance with IS :2141.

VIII. Tests on Wires before Manufacture The wires shall be subjected to the following tests in accordance with IS :2141.Ductility

Test Tolerance on Wire Diameter

Tests on Completed Strand The completed strand shall be tested for the following tests in accordance with IS:2141.

Tensile and Elongation Test: The percentage elongation of the stranded wire shall not be

less than 6%.

Chemical analysis Galvanizing Test

The Zinc Coating shall conform to "Heavy Coating" as laid down in 1S:4826.

IX. Marking Each coil shall carry a metallic tag, securely attached to the inner part of the coil bearing

the following information:

a) Manufacturers name or trade mark

b) Lot number and coil number

c) Size

d) Construction

e) Tensile Designation

f) Lay

g) Coating

h) Length

i) Mass

j) ISI certification mark, if any

X. Packing The wires shall be supplied in 75-100 Kg. coils. The packing should be done in

accordance with the provisions of IS:6594

XI. Other Items: For remaining items of stay sets mentioned in the enclosed drawing, relevant applicable

Indian standards shall be applicable.

GUARANTEED TECHNICAL PARTICULARS OF STAY WIRE (7/8 SWG) Sl. No. GENERAL TECHNICAL PARTICULARS 7/8SWG

Page 81: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 81 of 126

1 Nominal diameter of wire

2 Tolerance in diameter

3 Sectional Area (In Sq. mm.)

4 Tensile strength

A Min. N/mm²

B Max. N/mm²

5 Minimum breaking load (KN)

6 Type of coating Heavy/Medium/Light

7 Variety Hard/Soft

8 Weight of Zinc coating (Gms/Sq. Mtr.) Min.

9 No. of dips the coating is able to withstand as

18 ± 20ºC

10 Adhesion Test (Wrap Test at 1 turn per second

coiling while stress not exceeding % nominal

tensile strength)

A Min. complete turn of wrap

B Dia of mandrel on which wrapped

11 Bend Test

A Angle

B Dia round a format to be bent

12 Freedom from defect

13 Chemical composition the MS Wire used shall

not exceed

A Sulphur 0.060%

B Phosphorous 0.065%

BIDDER’S SIGNATURE WITH SEAL

(This form is to be duly filled up by the bidder & submit along with the Tender)

(I). TECHNICAL SPECIFICATION OF ALUMINIUM BINDING WIRE: SCOPE :

Page 82: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 82 of 126

Scope covers manufacture, testing and supply of 3.53 mm dia Aluminium Binding Wire as

per IS 398.

MATERIALS : 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 sections

shall closely approximate that of true circle.

Diameter of wire Cross sectional area of nominal dia. Wires (mm²)

Weight of wire kg/km

Breaking Load (kN)

Minimum Nominal Maximum

3.15 3.53 3.55 9.787 26.45 1.57

Inspection and Tests The following routine checks and tests shall be carried out on 10% of the coils of

aluminium binding wire. If any one sample fails to pass any one of the test nominated for

that wire, then samples shall be taken from every coil in the consignment and any coil

from which a sample proves defective shall be rejected. On no account shall any rejected

material be presented for test again unless with the written approval of, and under

conditions determined by the Purchaser.

Physical properties The surface of the finished wires 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 true circle.The wire shall be checked to ensure that its diameter and weight are

within the values given in the table above for characteristic of a 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 1.57kN

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 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.

Packing & Delivery The aluminium binding wire shall be delivered in 30m coils, with a permitted tolerance of

+5%.Random or non standard lengths shall not be permitted.Each coil shall be adequately

guarded against damage due to transportation and handling and shall have an outer layer

of tightly wound polythene tape or be contained in a suitable, transparent plastic bag.The

internal diameter of the wound coil shall not be such as to result in a permanent set in the

conductor.

The coils shall be contained in non returnable wooden cases, with a gross weight not in

excess of 300 kg. The number of coils contained shall be marked on the outside of each

case.

GUARANTEED TECHNICAL PARTICULARS

Sl.No. Description Bidder’s offer

Page 83: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 83 of 126

1 Manufacturer Address

2 Indian Standard No. IS 398 (Part-4) 1994

3 Material of Binding Wire

4 Dia. Of Wire

5 Maximum D.C. resistance at 20 degree centigrade

6 Individual Aluminium Alloy Strands

A Tensile breaking stress

B Elongation on 200 mm length in breaking

7 Particulars of Raw Materials

7.1 Aluminium

a) Minimum Purity of aluminimum

7.2 Aluminium Alloy

a) Aluminium redraw rod conforming to element

(a) Si

(b) Cu

( c) Other Element (If any)

8 Linear mass of Wire

9 Modulus of Elasticity

10 Coefficent of Linear Expansion (per deg. Cent.)

BIDDER’S SIGNATURE WITH SEAL

(This form is to be duly filled up by the bidder & submit along with the Tender)

(J). TECHNICAL SPECIFICATION OF 33 KV “V” CROSS ARM, BACK CLAMP FOR “V” CROSS ARM:

Page 84: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 84 of 126

Qualification Criteria of Manufacturer:- The prospective bidder may source the above items from manufacturers who must qualify

the following requirements:

The manufacturer should have supplied at least 1000 no.s (of each item) to electricity

supply utilities / PSUs.

The bidder should enclose Performance Certificates from the above users issued in the

name of the manufacturer as proof of successful operation in field.

(a) Cross arms and Pole Top Brackets for 33 KV construction at intermediate and light

angle pole shall be fabricated from grade 43A mild steel of channel section and for heavy

angle poles, end poles and section poles fabricated from grade 43A mild steel of angle

section. The grades of structural steel shall conform to IS – 226: 1975.

(b) The 33 KV - V „ Cross arm shall be made out of 100x 50x5.6. mm MS Channel of (

9.56 kg/mtr weight) .

The Back Clamp for 33 KV shall be made out of 75 x 10 MS Flat and shall be suitably

designed to fit RS Joist Pole 9 Mtr long (150X150).

c)The Pole Top Bracket (F Clamp) shall be made out of 75 x 10 MS Flat suitably

designed to fit RS Joist Pole 9 Mtr long (150X150) for 33 KV.

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

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

All steel members and other parts of fabricated material as delivered shall be free of

warps, local deformation, unauthorized splices, or unauthorized bends. Bending of flat

strap shall be carried out cold. Straightening shall be carried out by pressure and not by

hammering.

Straightness is of particular importance if the alignment of bolt holes along a member is

referred to its edges.

Holes and other provisions for field assembly shall be properly marked and cross

referenced. Where required, either by notations on the drawing or by the necessity of

proper identification and fittings for field assembly, the connection shall be match marked.

A tolerance of not more than 1mm shall be permitted in the distance between the center

lines of bolt holes.

The holes may be either drilled or punched and, unless otherwise stated, shall be not more

than 2mm greater in diameter than the bolts. 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 back of the inner angle irons of lap joints shall be chamfered and the ends of the

members cut where necessary and such other measures taken as will ensure that all

members can be bolted together without strain or distortion. In particular, steps shall be

taken to relieve stress in cold worksed steel so as to prevent the onset of embitterment

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

Page 85: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 85 of 126

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 the tolerance that will permit field erection within

tolerance, except as otherwise specified. All fabrication shall be carried out in a neat and

worksmanlike 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.

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 should be followed.

GUARANTEED TECHNICAL PARTICULARS 33 KV V-CROSS ARM

Page 86: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 86 of 126

Sl.No. Description Unit Bidder’s offer

1 Type of cross arm

2 Grade of steel

3 Steel standard

4 Dimensions

5 Working load(Kg)

6 Steel tensile strength (N/m²)

7 Weight of cross arm

8 Whether drawing has been submitted

with the bid

GUARANTEED TECHNICAL PARTICULARS BACK CLAMP FOR “V” CROSS ARM

Sl.No. Description Unit Bidder’s offer

1 Type of cross arm

2 Grade of steel

3 Steel standard

4 Dimensions

5 Working load(Kg)

6 Steel tensile strength (N/m²)

7 Weight of cross arm

8 Whether drawing has been submitted

with the bid

BIDDER’S SIGNATURE WITH SEAL

(This form is to be duly filled up by the bidder & submit along with the Tender)

Page 87: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 87 of 126

(L) TECHNICAL SPECIFICATION FOR EQUIPMENT CLAMPS &

CONNECTORS

SCOPE

This specification covers design, manufacture, assembly, testing at manufacturer‟s works,

supply and delivery at site of all terminal connectors of 33KV equipments (mainly

breaker, isolator, CT,PT,CVT,BPI and LA) and all other clamps and dropper connectors

required for the switch yard as per approved lay out and system design.

STANDARDS

The terminal connectors under this specification shall conform strictly to the requirements

of the latest version of the following standards as amended up-to date,except where

specified otherwise.

i) IS: 556- Power Connectors.

ii) IS:617- Aluminium & Aluminium Alloy

iii) IS: 2629- Recommended Practice for hot dip galvanizing of iron and steel.

iv) IS: 2633 -Method of testing uniformity of coating of zinc coated articles.

TECHNICAL SPECIFICATION FOR SURGE ARRESTERS:

SCOPE

This Specification provides for the design, manufacture, inspection and testing before

dispatch, packing and delivery F.O.R. (destination) of metal oxide (gapless) Surge

Arresters with discharge counters, insulating base, terminal connectors and other

accessories as specified here in.

STANDARDS:- Except to the extent modified in the Specification, the Surge Arrester shall conform to the

latest editions and amendments of the standards listed hereunder.

Sl.

No.

Ref Standard Title

1 IEC-99-4 Specification for Surge Arresters without gap for AC System.

2 IS:2147 Degree of protection, provided by enclosures for low voltage switchgear and control.

3 IS:2629 Recommended practice for hot dip galvanization of iron and steel.

4 IS:2633 Method for testing uniformity of coating on zinc coated articles.

5 IS:3070 Specification for surge arresters for alternating current system

6 IS:5621 & IEC-621155

Specification for large hollow porcelain for use in electrical installation.

7 IEC-60-1 High-Voltage Test technique.

8 IEC-270 Partial discharge measurements.

9 IEC-99-1 Non-linear resistor type gapped arresters for a.c. systems.

10 Indian Electricity Rules, 1956.

11 IEC-60815 Shed profile of hollow porcelain Insulator.

Page 88: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 88 of 126

Surge Arresters with the requirement of other authoritative standards, which ensure equal

or better quality than the standards, mentioned above shall also be acceptable. Where the

quipment offered by the supplier conforms to other standards, salient points of difference

between the standards adopted and the specified standards shall be clearly brought out in

the offer. 4 (Four) copies of the reference standards in English language shall be furnished

along with the offer.

GENERAL TECHNICAL REQUIREMENTS : The Surge Arrester shall confirm the technical requirements. The energy handling

capability of each rating of Arrester offered, supported by calculations, shall be furnished

with the offer.

The Surge Arresters shall be fitted with pressure relief devices and arc diverting paths and

shall be tested as per the requirements of IEC for minimum prospective symmetrical fault

current.A grading ring shall be provided if required, (for attaining all the relevant technical

parameters) on each complete Surge Arrester.

1. Power Transformers.

2 Instrument Transformers.

3 Reactors

4 Circuit Breakers/Isolators

Page 89: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 89 of 126

B. TECHNICAL SPECIFICATION FOR RS JOIST(150X150)MM

1.0 Rolled Steel Joists

The Rolled Steel joist (RSJ) support structures shall be fabricated from mild steel, grade A

and in lengths dictated by design parameters . The joists, may include, but shall not be

limited to the following (150 X 150) mm.

2. Standards :

The RS JOISTS shall comply with the requirements of latest issue of IS – 2062 Gr – A

except where specified otherwise.

3.1 Dimensions and Properties

Sl.No. RSJ DESIGNATION 150 x 150 mm

1 Length of Joist in Mtr with +100mm/-

0% Tolerance

10 mtr

2 Weight kg/m with±2.5% Tolerance 34.6

3 Depth(D) of Section (mm) with

+3.0mm/ -2.0mm Tolerance as per IS

1852-1985

150.00

4 Width (B)of Flange (mm) with

& ±4.0mm Tolerance for 150 x 150 mm IS 1852-

1985.

150.00

5 Thickness of Flange (Tf) (mm)

with±1.5mm Tolerance

9.00

6 Thickness of Web(Tw) (mm)

with±1.0mm Tolerance

8.40

7 Corner Radius of fillet or root (R1)

(mm)

8.00

8 Corner Radius of Tow (R2) (mm) 4.00

9 Moment of Inertia

Ixx (cm4)

Iyy (cm4)

1540.00

460.00

10 Radius of Gyration (cm)

Rxx

Ryy

6.29

3.44

11 Modulus of Section

Zxx(cm3)

Zyy(cm3)

205

60.2

12 Flange Slope(α) in Degree 94.0

13 Tolerance in Dimension As per IS:1852

3.2 MECHANICAL PROPERTIES:

Tensile Test : Requirement as per IS:2062/

1999 Grade-A Yeild Stress(MPa) Min250

Tensile Strength(MPa) Min410

Lo=(5.65√So)Elongation% Min23

Bend Test Shall not Crack

Page 90: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 90 of 126

3.3. CHEMICAL PROPERTIES:

Chemical Composition Requirement as per

IS:2062/

1999 Grade-A

Permissible variation over

the

Specified Limit,Percent,Max

Grade A -

Chemical Name Fe-410W A -

Carbon(%Max.) 0.23 0.02

Manganese(%Max.) 1.5 0.05

Sulphur(%Max.) 0.050 0.005

Phosphorous(%Max.) 0.050 0.03

Silicon(%Max.) 0.40 -

Carbon

Equivalent(%Max.)

0.42 -

Deoxidation Mode Semi-killed or killed -

Supply condition As rolled -

3.4. However, In case of any discrepancy between the above data & the relevant ISS, the

values indicated in the IS shall prevail.

3.5. The Acceptance Tests shall be Carried out as per Relevant ISS.

4. 150x150mm RS Joists:

RS Joists of Specific Weight 30.6kg/mtr with length of each type of pole being 11mtr &

13mtrs long and each pole weighing 336.6Kg & 397.8 Kg respectively for specified

number of poles with 33 specified weight in MT as given in the NIT table given above

shall have to be supplied as per IS:2062;2006 Grade‟A‟ , IS:808;1989/2001, IS1608:1995

& IS:12779-1989 and their latest amendment if any complying the required Dimension,

Weight, Chemical & Mechanical properties confirming to the relevant IS, as per the

Tolerances given Below.

4.2. APPLICABLE TOLERANCES :

i. Length of each pole = + 100mm / - 0 % As per relevant IS: 12779-1989 (with

proportionate change in no of Poles)

ii. Specific Weight of RS Joists = ±2.5% As per relevant IS: 1852/1985

iii. Weight for whole lot of supply for all categories = ±3.0% As per relevant IS: 12779-

1989 for both type of RS Joists.

5.0. EMBOSSING ON EACH R.S JOIST :

Following distinct non-erasable embossing is to be made on each R.S Joists to be

supplied to SOUTHCO under this Tender.

a) Name & Logo of the Manufacturer.

b) B.I.S Logo(ISI Mark) if applicable.

c) Size of the R.S Joist.

Page 91: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 91 of 126

GUARANTEED TECHNICAL PARTICULARS

1.1. Dimensions and Properties :

Sl.No. RSJ DESIGNATION 150 x 150 mm

Manufacturer’s

Data

1 Length of Joist in Mtr with +100mm/-

0% Tolerance

10 mtr

2 Weight kg/m with±2.5% Tolerance 34.6

3 Depth(D) of Section (mm) with

+3.0mm/ -2.0mm Tolerance as per IS

1852-1985

150.00

4 Width (B)of Flange (mm) with

& ±4.0mm Tolerance for 150 x 150 mm IS

1852-1985.

150.00

5 Thickness of Flange (Tf) (mm)

with±1.5mm Tolerance

9.00

6 Thickness of Web(Tw) (mm)

with±1.0mm Tolerance

8.40

7 Corner Radius of fillet or root (R1)

(mm)

8.00

8 Corner Radius of Tow (R2) (mm) 4.00

9 Moment of Inertia

Ixx (cm4)

Iyy (cm4)

1540.00

460.00

10 Radius of Gyration (cm)

Rxx

Ryy

6.29

3.44

11 Modulus of Section

Zxx(cm3)

Zyy(cm3)

205

60.2

12 Flange Slope(α) in Degree 94.0

13 Tolerance in Dimension As per IS:1852

1.2 MECHANICAL PROPERTIES:

Tensile Test : Requirement as per IS:2062/

1999 Grade-A Yeild Stress(MPa) Min 250

Tensile Strength(MPa) Min 410

Lo=(5.65√So)Elongation% Min 23

Bend Test Shall not Crack

1.3. CHEMICAL PROPERTIES:

Chemical

Composition

Requirement as

per IS:2062/

1999 Grade-A

Permissible

variation over the

Specified Limit,

Percent , Max

Manufacturer’s

Data

Grade A -

Chemical Name Fe-410W A -

Carbon(%Max.) 0.23 0.02

Manganese(%Max.) 1.5 0.05

Page 92: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 92 of 126

Sulphur(%Max.) 0.050 0.005

Phosphorous(%Max.) 0.050 0.03

Silicon(%Max.) 0.40 -

Carbon

Equivalent(%Max.)

0.42 -

Deoxidation Mode Semi-skilled or

skilled

-

Supply condition As rolled -

However, In case of any discrepancy between the above data & the relevant IS, the values

indicated in the IS shall prevail. The Acceptance Tests shall be Carried out as per Relevant

IS.

The RS Joists shall be manufactured confirming to the relevant IS with Manufacturer‟s

name/logo & B.I.S Logo if applicable embossed on it.

BIDDER’S SIGNATURE WITH SEAL

(This form is to be duly filled up by the bidder & submit along with the Tender)

TECHNICAL SPECIFICATION OF 100 KVA, 33/0.4KV Distribution Transformer 1.0 SCOPE -

Page 93: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 93 of 126

This specification covers design, manufacturing, testing and delivery of the 63 & 100 KVA,

33/0.433KV,3-Ø, double wound oil immersed, Oil Natural (ON), outdoor type distribution

transformers(conventional type) suitable for out door use as auxiliary transformer in 33/1 1 KV

primary substation.

1.1 The equipment offered shall be complete with all parts necessary for their effective and

trouble-free operation. Such parts will be deemed to be within the scope of the supply irrespective

of whether they are specifically indicated in the commercial order or not.

1.2 It is not the intent to specify herein complete details of design and construction. The

equipment offered shall conform to the relevant standards and be of high quality, sturdy, robust

and of good design and workmanship complete in all respects and capable to perform continuous

and satisfactory operations in the actual service conditions at site and shall have sufficiently

long life in service as per statutory requirements

1.3 The design and constructional aspects of materials shall not withstanding any anomalies,

discrepancies,omissions, in-completeness, etc. in these specifications and will be subject to good

engineering practice in conformity with the required quality of the product, and to such

tolerances, allowances and requirements for clearances etc. as are necessary by virtue of

various stipulations in that respect in the relevant Indian Standards, IEC standards, I.E. Rules, I.E.

Act and other statutory provisions.

1.4 The Bidder / supplier shall bind him to abide by these considerations to the entire

satisfaction of the purchaser and will be required to adjust such details at no extra cost to the

purchaser over and above the tendered rates and prices.

1.5 Tolerance:

The tolerance of guaranteed performance figures shall be as specified in the (Part-1) table 7 of

latest issue of IS 2026 or relevant International Standard except wherever specified

otherwise in this specification.

2.0 System Particulars:-

The transformers shall be suitable for outdoor installation with following system particulars

and they should be suitable for service under fluctuations in supply voltage as permissible under

Indian Electricity Rules.

System Particulars Nominal System Voltage

33 KV

Corresponding Highest System Voltage

36 KV

Frequency 50HZ± 5%

Neutral earthing

Solidly earthed

Number of phase

3

Page 94: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 94 of 126

Nominal short circuit levels for 33KV

25 KA

Insulation levels-1.2/50 micro sec impulses

withstand for 33KV

170 KV

Power frequency one minute withstand

33 KV System

LV Syatem

36 KV

2KV

3.0 SERVICE CONDITIONS:

Description Data

Annual mean of maximum monthly

average temperature.

50

Annual mean of minimum monthly

temperature in ˚C

5

Average rain fall in mm 1500

Average thunder storms days per year 77days

Design ambient temperature in ˚C 50

Maximum wind velocity in meter/sec. 50

Maximum relative humidity in % 100

Average relative humidity in % 85

Reference Ambient Temperature for

Temperature rise

50˚C

3.1 The climatic conditions are prone to wide variations in ambient conditions and hence the

equipment shall be of suitable design to work satisfactorily under these conditions.

4.0 APPLIACBLE STANDARDS:

4.1 The design, manufacture and performance of the equipment shall comply with all currently

applicable statutes, regulations and safety codes.

4.2 The Distribution Transformers shall conform to IS 2026 as amended up to date or other

International Standards for equal or better performance.

4.3 Unless otherwise specified, the equipment offered shall conform to latest applicable Indian, IEC,

British or U.S.A. Standards and in particular, to the following -

a.

IS 2026 (part 1,11,IV)/1997, (Part-III)/1981,

(Part-V)/1994

Power & Distribution Transformer

b.

IS 1180/1989(part-1)

Outdoor type, Three phase distribution transformers up to and including 100 KVA, 1 1 KV.

Page 95: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 95 of 126

C. IS 335/1993 New insulating oil -Specification (fourth revision)

d IS:2099/ 1986, IS:74211 - 1988, IS:3347 (Part-I/Sec-2)-1979, IS:3347 (part-I/Sec-1) - 1982 Amended up to date

Bushing

e. IS5 Colours for ready mixed paints and enamels.

f.

IS 13730 (part - 27) 1996

Specification for particular types of winding wires.

g IS 3073 / 1974, IS 3070 (Part - 11) Specifications for Lighting Arrestor

h. CBIP Publication No. 295:2006 Manual on transformers

4.4 In case of conflict arising out due to variations between the applicable standard and the

standards specified herein the provisions of this specification should prevail.

5.0 Specific Technical Requirement

5.1 Standard KVA Ratings:.

The standard ratings for transformer shall be 100 KVA.

5.2 Nominal Voltage Ratings

I. Pri mary voltage, 33KV

II. Secondary voltage: 0.433 KV

5.3 Winding connections -

I. H.V. Winding- Delta

II. LV Winding – Star

The neutral of the L.V. winding shall be brought out to a separate insulated terminal. The voltage

group

shall be Dyn -11.

5.4 Temperature Rise:

I. The temperature rise for top oil over an ambient temperature of 50˚C should be 40˚ C

maximum(measured by thermometer in accordance with IS 2026 or relevant International

Standard). i.e Max. Temp. of top oil shal I not exceed 90˚C.

II. Temperature rise for winding over an ambient temperature of 50˚C should be 45˚C maximum

(measured by resistance method in accordance with IS 2026 or relevant International Standard).i..e.

Max. Temp. of winding shall not exceed 95˚C.

5.5 No Load Voltage Ratio :-

The no load voltage ratio shall be 33000/433 Volts

6.0 Design & Construction -

I. Core:-The core shall be stacked type

Page 96: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 96 of 126

a) For Stack core - The core shall be of high grade cold rolled grain oriented (C.R.G.0)

annealed steel lamination having low loss and good grain properties, coated with hot oil

proof insulation,bolted together to the frames firmly to prevent vibration or noise. All core

clamping bolts shall be effectively insulated. The complete design of core must ensure

permanency of the core losses with continuous working or the transformers.

b) The top yoke shall be one and no cut core shall be accepted in any case.

II. The grade of core laminations shall be M4 or better.

The grade of core laminations shall be required to submit the manufacturer's test report

showing the waft Loss per kg and the thickness of the core lamination, to ascertain

the quality of Core materials. The purchaser reserves the right to get sample of the

core material tested at any Government recognized laboratory.

III. The transformer core shall not be saturated for any value of V/f ratio to the extent of

112.5% of the rated value of V/f ration (i.e. 33000/50 ) (due to combined effect of

voltage and frequency) up to 12.5% without injurious heating at full load conditions

and will not get saturated. The bidder shall furnish necessary design data in support of

this situation.

IV. Flux density :-

Flux density should not be more than 1.60 Tesla at the rated voltage and frequency.

The value of the flux density allowed in the design shall be clearly stated in the offer

along with graph.

V. The No load current at rated voltage shall not exceed the percentage given bellow-

At rated voltage -2% for 100 KVA of the full load current in LT winding

At 112.5% Rated Voltage 4% for 100 KVA of the full load current.

VI. Number of steps of core shall be minimum of 7(seven) Standard steps

6.2 Winding:-

i. Materials Double paper covered electrolytic Copper conductor shall be used HV and

LV

winding for 33kv class.

ii. Current Density: Current density for HV and LV winding should not be more than

2.5A/sq.mm for

Copper conductor.

iii. L.V. Neutral formation shall be at top.

iv. The stacks of windings are to receive adequate shrinkage treatment.

6.3 Tap Changer (for I 00 KVA only)

i) Tap changing shall be carried out with the transformer off circuit.

ii) Tap positions shall be numbered as follows:

Page 97: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 97 of 126

Tap 1 +2.5%

Tap 2 0%

Tap 3 -2.5%

Tap 4 – 5%

iii) Provision shall be made for locking of tap switch handle using a padlock.

6.4 LOSSES:

The Total Losses (No load losses + Load Losses) 100 KVA, 11/0.433 KV and rated voltage

shall not

exceed the values indicated as below:

KVA NO LOAD LOSS (W)(Max) LOAD LOSSES (W) at 75˚C (max)

100 260 1760

No positive tolerance for losses of 33/0.433 kv. Distribution transformers as per IS 1180

(Part 1)

amended upto date. In case the actual loss values exceed the above guaranteed values, the

transformers

shall be rejected at the risk, cost and responsibility of the supplier.The values guaranteed in G.T.P.

for flux density, no load current at rated voltage, no load current at 112.5% of rated voltage and

no load loss at rated voltage shall be individually met.

6.5 Insulation material & clearances:

i. Materials - Makes of Electrical grade insulating craft paper, precompress Board, Perma

wood insulation shall be declared in GTP by the bidder. The test reports for all

properties as per relevant I.S. amended up to date shall be submitted during inspection.

ii. The electrical clearance between the winding and body of the tank (between inside

surface of the tank and outside edge of the windings) should not be less than 60 mm for

33 KV class

Minimum external clearances of bushing terminals

HV Ph to Ph 350 mm Ph to E 210 mm LV Ph -to-Ph 75mm. Ph to E 40mm

6.6 Impedance Value -

The percentage impedance at 750 C. shall be 4.5% for 100 KVA transformers with positive

tolerance of

Page 98: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 98 of 126

10%. No negative tolerance on percentage impedance is allowed.

7.0 Tank:-

7.1 The transformer tank shall be made up of prime quality M.S. sheets of rectangular shape. No

other shape will be accepted. The transformer tank shall be of robust construction. All joints of tank

and fittings should be oil tight and no bulging shall occur during service. The tank design shall be

such that the core and windings can be lifted freely. The tank plates shall be of such strength

that the complete transformer when filled with oil may be lifted bodily means of the lifting lugs

provided. Tank inside shall be painted by varnish. Top cover plate shall be slightly sloping;

approximately 5 to 10 deg. Towards HV bushing and edges of cover plate should be bent

downwards so as to avoid entry of water through the cover plate gasket. The width of bend plate

shall be 25 mm min. the top cover shall have no cut at point of lifting lug.The rectangular tank shall

be fabricated by welding at corners.

7.2 Two V' shaped sheet shall be jointed at corner only to provide rectangular shape. Horizontal

or vertical joints in tank side walls and its bottom or top cover will be not allowed. In addition the

cover of the main tank shall be provided with an air release plug.

Side wall thickness – 3.15 mm (Min)

Top and bottom plate thickness -5mm (Min)

7.3 Reinforced by welded angle 40 x 40 x 6 MM on all the outside walls on the edge of tank to form two

equal compartments. The permanent deflection is not more than 5 mm up to 750 mm length and 6mm

up to 1250 mm length when transformer tank without oil is subject to air pressure of 35 Kpa above

atmospheric pressure for 30 min. Pressure test shall be performed carefully at the time of 1st stage

inspection only to confirm the adequacy of reinforcement angle and gauge of the tank and certified by

inspector.

7.4 All welding operations to be carried out by MIG process.

7.5 Lifting lugs: 4 nos. welded heavy duty lifting lugs of MS plate of 8mm thickness suitably

reinforced by vertical supporting flat of same thickness as of lug welded edgewise below the lug on the side

wall, up to reinforcing angle. They shall be so extended that cutting of bend plate is not required.

7.6 Pulling lugs: 4 nos. of welded heavy duty pulling lugs of MS plate of 8mm thickness shall be provided

to pull the transformer horizontally

7.7 Top cover fixing bolts: GI nut bolts of 3/8'' dia, with one plain washer shall be used for top cover

fixing, spaced at 3'' apart. 6mm neoprene bonded cork oil resistance gaskets conforming to type B/C IS

4253 Part-11 amended up to date will be placed between tank and cover plate.

7.8 Vertical clearance - The height of the tank shall be such that minimum vertical clearance up to the

top cover plate of 120 mm is achieved from top of tap changer.

8.0 PAINTING:

Page 99: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 99 of 126

8.1 All paints shall be applied in accordance with the paint manufacturers recommendations.

Particular attention shall be paid to the following:

a) Proper storage to avoid exposure as well as extremes of temperature.

b) Surface preparation prior to painting.

c) Mixing and thinning

d) Application of paints and the recommended limit on time intervals between coats.

e) Shelf life for storage.

8.2 All paints, when applied in normal full coat, shall be free from runs, sags, wrinkles, patchiness,

brush marks or other defects.

8.3 All primers shall be well marked into the surface, particularly in areas where painting is evident, and

the first priming coat shall be applied as soon as possible after cleaning. The paint shall be applied by

airless spray according to the manufacturers recommendations. However, wherever airless spray is

not possible, conventional spray be used with prior approval of purchaser.

8.4 The supplier shall, prior to painting protect nameplates, lettering gauges, sight glasses, light'' fittings

and similar such items.

8.5 Cleaning and Surface Preparation :After all machining, forming and welding has been completed, all

steel work surfaces shall be thoroughly cleaned of rust, scale, welding slag or spatter and other

contamination prior to any painting.

8.6 Steel surfaces shall be prepared by Sand/Shot blast cleaning or Chemical cleaning by Seven

tank process including Phosphating to the appropriate quality.

8.7 The pressure and Volume of the compressed air supply for the blast cleaning shall meet

the work requirements and shall be sufficiently free from all water contamination prior to any

painting.

8.8 Chipping, scraping and steel wire brushing using manual or power driven tools cannot

remove firmly adherent mill-scale and shall only be used where blast cleaning is impractical.

8.9 Protective Coating As soon as all items have been cleaned and within four hours of the

subsequent drying they shall be given suitable anticorrosion protection.

8.10 Paint Material Followings are the type of paints that may be suitably used for the items to be

painted at

shop and supply of matching paint to site.

i) Heat resistant paint (Hot oil proof) for inside surface.

ii) For external surfaces one coat of Thermo Setting Paint or 2 coats of Zinc chromate followed by 2 coats

of Epoxy paint. The colour of the finishing coats shall be dark admiral Gray (or approved shade)

conforming to No.632 or IS 5- 1961.

8.11 Painting Procedure Al painting shall be carried out in conformity with both specifications and with

the paint manufacture's recommendations. All paints in anyone particular system. Whether shop or site

applied, shall originate from one paint manufacturer.

Page 100: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 100 of 126

8.12 Particular attention shall be paid to the manufacture's instructions on storage, mixing, thinning and

pot life. The paint shall only be applied in the manner detailed by the manufacturer e.g. brush,

roller,

conventional or airless spray and shall be applied under the manufacturers recommended conditions.

Minimum and maximum time intervals between coats shall be closely followed.

8.13 All prepared steel surfaces should be primed before visible re-rusting occurs or within 4 hours

whichever

is sooner. Chemical treated steel surfaces shall be primed as soon as the surface is dry and while the

surface is warm.

8.14 Where the quality of film is impaired by excess film thickness,(wrinkling, mud cracking or

general

softness) the supplier shall remove the unsatisfactory paint coatings and apply another. As a general rule,

dry film thickness should not exceed the specified minimum dry film thickness by more than 25%. In all

instances, where two or more coats of the same paints are specifies, such coatings mayor may not be of

contrasting colors.

8.15 Paint applied to items that are not be painted, shall be removed at suppliers expense, avail the

surface

clean, un-stained and undamaged.

8.16 Damages to Paints Work Any damage occurring to any part of the painting scheme shall be made

good

to the same standard of corrosion protection and appearance as that originally employed.

8.17 Any damaged paint work shall be made as follows:

a) The damaged area, together with an area extending 25mm around its boundary, shall b cleaned down to

bare metal.

b) A priming coat shall immediately applied, followed by a full paint finish equal to the originally applied

and extending 50mm around the perimeter of the originally damaged.

The repainted surface shall present a smooth surface. This shall be obtained by carefully chamfering the

paint edges before & after priming.

8.18 Dry Film Thickness To the maximum extent practicable, the coats shall be applied as a continuous

film

of uniform thickness and free of pores. Over-spray, skips, runs, sags and drips should be avoided. The

different coats mayor may not be same color.Each coat of paint shall allowed to hardened before the

next is applied as per manufacture's recommendations.

Particular attention must be paid to full film thickness at edges.

9.0 Heat Dissipation (Radiator)

a. Heat dissipation by tank walls excluding top and bottom should be 50OW / sq,mtr.

Page 101: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 101 of 126

b. Heat dissipation by fin type (pressed steel) radiator 1.25 mm thick will be worked out on

the basis of

manufacturers date sheet. The tendered shall submit the calculation sheet with the offer or

the offer shall

stand rejected.

c. Radiators shall be provided only on HV side and shall be of fin type. They should be

fixed at right angle to the sides and not diagonally. The size of the radiator shall be such

that it covers at least 50 % of the bottom yoke, full core and complete top yoke.

10.0 Conservator:

a) The total volume of conservator shall be such as to contain 10% of total quantity of oil.

Normally 3% quantity of the total oi8l will be contained in the conservator. Dimension of the

conservator shall be indicated on the General Arrangement Drawing.

b) Oil level indicator shall be provided on the side which will be with fully covered detachable

flange with single gasket and tightened with MS nut-bolt.

c) The inside diameter of the pipe connecting the conservator to the main tank shall be within

20 to 50mm and it should be project into the conservator in such way that its end is approximately

20mm above the totem of the conservator so as to create a sump for collection of impurities. The

minimum oil level (corresponding to (-) 5 deg.) should be above the sump level.

d) The pipe from conservator tank connecting to main tank shall be mimum 25mm (min.) dia and

shall have a slopping flap so that the oil falling from the pipe shall not fall directly on the active

job and shall fall on the side walls only.

e) The conservator shall be provided with the drain plug and a filling hole (30 mm dia) with cover.

11. BREATHER:-

Breather joints will be screwed type. It shall have die-cast aluminum body or of Poly propylene

materials

and inside container for silica gel shall be of tin sheet, in case of aluminum die cast breather.

Makes of

the breather shall be subject to purchaser's approval. Volume of breathers shall be suitable for 250

gm.

Of silica gel. The make and design of breather shall be subject to approval of purchaser.

12 TERMINAL:-

Brass rods 12mm diameter for HT with necessary nuts, check-nuts and plain thick tinned washer.

13. Bushings & Connections:

Page 102: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 102 of 126

13.1 For 11 KV class 12KV bushing, shall be used and for 433 volts 1.1 KV bushing shall be used.

Bushings of the same voltage class shall be interchangeable. Bushings with plain shed shall be as

per relevant IS:

3347 amended up to date. HV bushings shall not be mounted on the top of the transformer tank

& LV

bushings shall be mounted onside of the transformer tank.

13.2 Only continuous sheet metal pocket shall be provided for mounting all HV/LV bushing

and the same shall not be fixed on pipes. Sheet metal pockets shall be designed in such a way that

all H.V. Bushings shall remain parallel and at equal-distance throughout. Bushings having type

tested, as per relevant IS amended up to date shall only be acceptable. Bushings on top cover shall

not be acceptable.

13.3 HV bushings shall be mounted on curvature shaped embossed plate, in such a way that

all H.V.Bushings shall remain parallel and at equal-distance throughout. Bushings having type

tested, as per relevant IS amended up to date shall only be acceptable.

13.4 The minimum creep age distance for both HV & LV Bushings shall not be less than 25mm per

KV.

14.0 Internal connections:

14.1 HV WINDING

i. In case of HV winding all jumpers from winding to bushing shall have cross section larger than

winding conductor.

ii. . Inter coil connection shall be by crimping and brazing.

iii. Lead from delta joint shall be connected to bushing rod by brazing only.

14.2 L.V. Winding

i. L.T. Star point shall be formed of Aluminum/Copper flat of sufficient length & size. Lead from

winding shall be connected to the flat by crimping and brazing

ii. Firm connections of L.T. winding to bushing shall be made of adequate size of 'L''

shaped flat.

Connection of L.T. Coil lead to U shape flat shall be by crimping and brazing. Alternatively'L'

shape lug of adequate capacity effectively crimped shall be acceptable.

iii. iii. U shape flat/lug shall be clamped to L.V. Bushing metal part by using nut, lock-nut and

washers.

iv. For Aluminum windings, L&T Alkapee aluminum brazing rods with suitable flux shall be

used. For copper winding crimping and silver brazing alloy shall be used.

15.0 Tank base channel:

It should be of two numbers of 75mm x 40mm channel for 100 KVA transformers.

16.0 Terminal Marking Plates and Rating Plates:

Page 103: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 103 of 126

Terminals shall be provided with terminal marketing plates. The transformer shall be provided with

riveted rating plate of minimum 8 SWG aluminum anodized material sheet in a visible position. The

entries of the rating plate shall be in indelibly marked (i.e. by etching, engraving or

stamping).Marking as SOUTHCO and 'Sr.No.' of transformer shall be engraved on transformer

main tank below L.T. bushings.The name of the company, order No., capacity, month and year of

manufacturing shall be engraved on separate plate which shall be firmly welded to main tank and

shall form integral part of the tank. The detail drawings are to submitted by the bidder for approval.

17.0 Fittings:

The fittings on the transformers shall be as under.

1 Rating and diagram plate 1 no. 2. Earthing terminals with lugs 2 no. 3. Lifting lugs 4 no. 4. Oil filling hole with cap (on

conservator) 1 no.

5. Drain valve - 20mm for all T/Fs 1 no. 6. Conservator with drain plug. 1 no. 7. Thermometer pocket 1 no. 8. Explosion vent 1 no. 9. Silica gel breather 1 no. 10. Platform mounting channel 2 no. 11.

Oil level gauge indicating 3 positions of oil

marked as below:

1 no.

Minimum (-) 5˚C Normal 30˚C Maximum 98 ˚C 12 HV & LV Bushing 3 nos. of HT bushing with Bi-

metallic connector and 4 nos. of LT bushing shall be provided Each bushing (HV & LV) should be provided with 3 nos. of brass nuts and 2

plain brass washers 13 Radiators As per Cl. No. 8 (B,C)

14

Arcing Horns for HT bushings

HV bushings to be fitted with adjustable duplex arcing horns.

15 Pulling lugs 4 nos.

16

Metallic cover spot welded to tank for drain valve shall be provided.

17 Off load tap changer 1 no (for 1 00 KVA Only)

18.0 Transformer oil:

Transformer oil to be used in all the Distribution transformers shall comply with the requirements

of latest IS 335/1983 amended up to date thereof. In addition the oil should conform to 'Ageing

Page 104: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 104 of 126

Characteristics' specified below for New Oil and Oil in Transformers. Type test certificates of

oil being used shall be

produced to at the time of stage inspection.New Oil-Ageing characteristics after accelerated ageing

test 96 hrs. at 115 oC (open beaker method with copper catalyst):

i. Specific Resistance (Resistivity).

a) at 20˚C - 2.5x1012

Ohm-Cm (Min)

b) at 90˚C:- 0.2 x 1012

Ohm-Cm (Min)

ii. Dielectric dissipation factor - 0.20 (Max. tandelta) 1 t 90˚C

iii. Total acidity mg/KOH/gm-0.05 (Max.)

iv. Total sludge value(%) by weight- 0.05 (Max.)

v. The method of testing these aging characteristics is given in Appendix - C of IS 335 amended

up to date.

vi. Oil filled in Transformers The important characteristics of the transformer oil after it is

filled in the ransformer (within 3 months of filling) shall be as follows:-

Sr. No.

Characteristics

Specifications

1. Electric Strength (Breakdown voltage) 30 kV (Min) 2. Dielectric dissipation factor (Tan Delta) at 90˚C) 0.01 (Max)

3. Specific Resistance (Resistivity) at 27 deg. C (ohm-cm)

1O X 1O12

4. Flash Point, P.M. (Closed) 140˚ C (Min)

5. Inter facial tension at 270C 0.03 N/M (Min) 6. Neutralization value (total acidity) 0.05 Mg. KOH/gm

(Max.) 7 Water content PPM 35 (Max.)

19.0 Test and Inspection

19.1 Testing facility

19.1.1 The bidder should have adequate testing facility for all routine and acceptance

tests and also

arrangement for measurement of losses, resistance, etc. details of which will be enumerated in

the tender.

19-1.2 The inspector of the purchaser will witness routine & type tests. In order to

facilitate this, the manufacturer shall give a 15 days notice that the material is ready for

inspection & testing. The material shall be dispatched only after approval of such test reports

and issue of Dispatch clearances by the purchaser .However the purchaser reserves the right to

retest the transformers after delivery at any National Accredited Testing Laboratory in case of

any disputes regarding guaranteed specifications of supplied transformers at a later date during

guarantee period. The cost of such retesting shall be borne by the supplier.

19.2 ROUTINE TESTS;

Page 105: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 105 of 126

Routine Tests: -

i.The transformer shall be subjected to the following routine tests at the manufacturer's works.

The tests

are to be carded out in accordance with the details specified in IS 2026 or as agreed upon between

the

purchaser and the manufacturer.

a) Measurement of winding resistance.

b) Ratio, polarity and phase relationship.

c) Impedance voltage.

d) Load losses.

e) No-load losses and No-load current

g) Induced over voltage withstand.

h) Separate source voltages withstand

ii. All the routine tests shall be conducted in the suppliers' laboratory at their cost.

iii. Heat run test shall be arranged free of cost on the unit selected from the 1st lot by

Authorized representative.

iv. The calculations to confirm the thermal ability as per Clause no. 9.1 of latest IS: 2026 Part-I or

equivalent International Standard shall be submitted to our representative.

19.3 TYPE TESTS:

The bidder should submit the report of following tests carded out in a NABL accredited laboratory :

a) Temperature Rise Test

b) Short Circuit Test containing the measured no load loss and load loss.

c) Impulse Test

The balance type tests as stated below, should be carried at the manufacturer's works invariably

in the presence of representative of the purchaser at the time of inspection

i. Temperature Rise Test.

ii. Air pressure test as per clause no.22.5 of IS:1 180 (Part-l)/1989.

iii. Unbalanced current test.

. In respect of the successful bidder, the purchaser reserves the right to demand repetition of some

or all the above tests in presence of the purchaser's representative. In case the unit fails in the

type tests or routine tests, the transformer offered shall be rejected.

19.4 Submission Routine Test Certificate:

The successful bidder shall submit the routine test certificates.

19.5 Stage Inspection

Supplier shall give 15 days' advance intimation to the purchase dept. to organize stage

inspection in which assembly of core, windings and other core materials etc. would be

inspected. In respect of raw materials such as core stamping, winding conductor, oil etc.

Page 106: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 106 of 126

successful bidder shall use these materials manufactured/supplied by the standard manufacturers

and furnish the manufacturer's test certificates, as well as, proof of purchase from those

manufacturers documentary evidence for having paid the excise duty for the information of the

department. Purchaser will depute his representative at the time of stage inspection.

19.5.1 Testing of transformer oil:

The bidder shall make arrangements for testing of transformer oil to be used in the transformers

testing will be done in presence of purchaser's representative. To ascertain quality of transformer

oil, original manufacturer's test report should be furnished to (Testing)at the time of factory

inspection for acceptance of the lot

19.6 Rejection:

Apart from rejection due to failure of the transformer to meet the specified test

requirements the

transformer shall be liable for rejection on any one of the following reasons.

i.Losses exceed the specified values mentioned in specification.

ii. Impedance voltage value exceeds the guaranteed value plus tolerances as per

specification.

iii.Type test are not carried out as per the specification.

iv.Drawings are not submitted as per the specification.

v.GTP not submitted as per the specification

vi. Heat dissipation calculation sheet are not submitted as per the specification.

20. DRAWING:

A set of following drawings with all dimensions shall be submitted by the Bidder along with the

offer:

a) General Dimensional drawing.

b) Core Assembly drawing.

c) Internal Construction Drawing

d) Rating & Diagram Plate Drawing

e) HV/LV Bushings indicating measurement of creep age distances.

f) Operation and Maintenance Manual.

The drawings shall be of A-3 (42Ox297mm) size only. The bidder should also supply along with his

offer the

pamplete/ literatures etc. for fittings/accessories.

21.0 Type Test Certificates Schedule

21.1 On this schedule a list of the test certificates included with the bid shall be provided. Each

certificate listed shall be referred to the relevant specification clause and item of equipment to which

the test applies.

Page 107: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 107 of 126

S1.No. Particular of Test Type Test Certificate Ref Year of Test

21.2 In case of any doubt in the Type test reports submitted by the bidder, the Purchaser reserves

the right to verify the original Type Test Reports, as well as to refer to the concerned

laboratory directly without recourse to be bidder

22.0 CAPITALIZATION OF LOSSES AND LIQUIDATED DAMAGES FOR EXCESSIVE

LOSSES

22.1 LOSSES

Transformer with lower losses shall be preferred. The bidder shall indicate the values of load and no

load

losses of the transformer in his bid.

22.2 CAPITALIZATION OF LOSSES

For total cost evaluation, the capitalized cost of losses will be taken into account as per the following

Capitalized Cost of Transformer = Cost of Transformer (as per Bid) + A x WI + B x We

a. Where Wi No Load losses in KW & A = Rs. 1,52,847.00 for no load losses.

b. We = Load losses in KW & B = Rs. 20,175.00 for load losses

The no load loss in KW at rated voltage & frequency and the load loss in KW at rated current,

rated frequency, rated output and at 75˚C shall be quoted and these figures shall be guaranteed.

22.3 LIQUIDATED DAMAGE

Liquidated damages for non-performance of transformers shall be recovered from the supplier in

case he is unable to achieve the quoted guaranteed loss figures at the rate equivalent to the double

of the rate considered for evaluation i.e. at the following rates:

a) For each KW of excess in no load losses: Rs. 3,05,694.00

b) For each KW of excess in load losses: Rs. 40,350.00

However, the Purchaser reserves the right to reject the transformer out rightly, if any of the losses,

i.e. no

load loss or load loss or both exceed(s) the specified maximum permissible loss as mentioned

in the

technical specification.

Page 108: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 108 of 126

GUARANTEED & OTHER TECHNICAL PARTICULARS FOR DISTRIBUTION TRANSFORMER

(To be furnished by the BIDDER)

TABLE-A

Sl.No. Description 100 KVA, 33/0.433KV

1 Make & Manufacturer

2. Place of Manufacturer

3. Voltage Ratio

4. Rating in KVA

5. Full load current

HV

LV

6. Core Material used and grade

a) Flux density

b) Over fluxing without saturation (Curve

to be furnished by the manufacturer in

support of his claim)

7. Maximum temperature rise of

a) Windings by resistance method

b) Oil by Thermometer

8. Magnetizing (No load) Current at

a) Normal Voltage

b) Maximum Voltage

9.

Losses (should be in line with the Type

Test report to be submitted along with the

technical bid) in wafts at 750 C

a) No Load loss at rated voltage &

frequency

b) Full load loss at rated current and

principal tap

10.

Resistance of Windings at 20 Deg. C

(With 5% tolerance)

a) HV Winding (Ohms)

b) LV Winding (ohms)

11. Total losses in watts at 750 C

12. Current density used for

a) HV Winding

b) LV Winding

13. Clearances (in mm)

a) Core& LV

b) LV & HV

c) HV Phase to Phase

d) End insulation clearance to Earth

e) Any Point of winding to tank

f) Between HV Coils

14. % Impedance at 75˚C

15. Radiation

a) Heat dissipation by tank walls

exclusive top & bottom

b) Heat dissipation by cooling tube

Page 109: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 109 of 126

c) Dia & thickness of cooling tube

d) Whether calculation sheet for

selecting cooling area to ensure that the

transformer is capable of giving

continuous rated output without

exceeding temperature rise is enclosed

16.

Inter layer insulation provided in design for

1) Top & bottom layer

2) In between all layer

3) Details of end insulation

4) Whether wedges are provided at 50% turns of the HV coil

5) No of wedges provided

17. Insulation materials provided

a) For Conductors (1) HV (2) LV

b) For Core

18.

Whether the offer conforms to the limits of impedance mentioned in the specification

19.

Whether the offer conforms to the limits of temperature rise mentioned in the specification.

20.

Whether the losses of the transformer offered are offered are within the limits specified

21.

Whether the transformer offered is already type tested for the rating and test reports enclosed.

22 Whether the HV Bushings and LV Bushings offered are already type tested and test reports (Manufacture's test

reports if it is a bought out item) enclosed.

TABLE-B

Sl.No. Description 100KVA,33/0.433KV

1 Voltage Ratio

2 Rating in KVA

3. Full load current

4. Efficiency at 75 ˚C

a) Unity P.F. &

b) 0.8 P. F.

1) 125% load

2) 100% load

3) 75% load

4) 50% load

5) 25% load

b) Max. efficiency

5. Regulation at

Page 110: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 110 of 126

a) Unity P.F.

b) 0.8 P.F.

6. Flash Test

HV 70KV / 50 Hz for 1 minute

LV 3 KV / 50 Hz for 1 minute

7.

Over potential Test Double Voltage &

Double frequency for 1 minute

8. Impulse Test

9. Weight Content of

a) Core lamination (min.)

b) Windings (min.)

c) Tank & Fittings

d) Oil

e) Oil Qty. (min.)

f) Total Weight

10. Oil Data

1. Qty. for first filling (min.)

2. Grade of oil used

I Maker's name

4. BDV at the time of filling

11. Transformer

1) Overall length x breadth x height

2) Tank length x breadth x height

3) Thickness of plates for

a) Side Plate (min)

b) Top & Bottom Plate (min.)

12. Size of the wire used

1) HV a) SWG /min

b) Dia

c) Area (Sq. mm)

2) LV a) Strip Size

b) No. of Conductors in parallel

c) Total area of cross section (sq.mm)

13.

Is the name plate gives all particulars

are required in Tender

14. Particulars of Bushings HV / LV

1) Maker's Name

2) Type IS - 3347/IS-1 180

3) Rating as per I.S.

4) Dry Flash over voltage KV at 50 C/s.

5) Wet Flash over voltage KV at 50 C/S

15.

Details of tapping provided on HV side

Page 111: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 111 of 126

TABLE-C

Sl.No. Description Unit 100KVA,33/0.433KV

1 Core Grade

2 Core diameter mm

3 Gross Core area cm

4 Net Core area Cm

5 Flux density Tesla

6 Wt. Core kg.

7

Loss per Kg. Of core at the specified Flux

Density

Watts

8 Core window height Mm

9

Centre to center distance of the core mm

10 No. of LV Turns mm

1 1 No. of HV Turns Mm

12

Size of LV Conductor bare /covered mm

13

Size of HV Conductor bare /covered mm

14 No. of Parallels

15 Current density of LV winding amps/sq.

mm

16 Current density of HV winding amps/sq.

mm

17

Wt. of the LV winding for Transformers kg.

18

Wt. of the HV winding for Transformers kg.

19 No. of LV coils / phase

20 No. of HV coils / phase

21 Height of LV winding mm

Height of HV Winding mm

22 ID / OD of LV winding Mm

23 ID / OD of LV winding mm

24 Size of the duct in LV winding mm

25 Size of the duct in HV winding mm

26 Size of the duct between HV & LV mm

27 HV winding of LV clearance mm

28 LV winding to tank clearance mm

29 Calculated impedance mm

30 Calculated impedance %

31 HV to earth creepage distance mm

Page 112: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 112 of 126

32 LV to earth creepage distance mm

33 LV to earth creepage distance mm

34 Winding Material

35 HV

36 LV

1.

Page 113: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 113 of 126

1.1

Page 114: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 114 of 126

SECTION – V

BID FORM AND ANNEXURES

Tender Notification :07 /2012-13

Page 115: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 115 of 126

Annexure-I

BID FORM To

The Superintending Engineer (Elect.)

Southco,City Circle,Berhampur, Orissa

Tel No. -------------------------, Fax No. -------------------------------

Sir,

1. We understand that SOUTHCO is desirous for construction of

i.Construction of (1x 5 )MVA,33/11 KV Primary Substation at MKCG Medical College &

Hospital, Berhampur, ii. Construction of 7.5 KM 33 KV Line with 232 mm² AAAC,

iii.Up-rating of conductor from 80 mm² AAAC to 232 mm² AAAC,iv.Construction of 2

No. of 4-Pole structures with 6 No.33KV AB Switches,v.Up-rating of conductor from 80

mm² AAAC to 100 mm² AAAC and vi.Construction of 0.5 KM 11 KV line with 55 mm² AAAC.line in the sate of Orissa

2. Having examined the Bidding Documents for the above named works, we the undersigned,

offer to deliver the goods in full conformity with the Drawings, Conditions of Contract and

specifications for the sum of......................................... (figures .....................

...................................................) or such other sums as may be determined in accordance

with the terms and conditions of the contract. The above amounts are in accordance with the

Price Schedules attached herewith and are made part of this bid.

3. If our Bid is accepted, we undertake to complete the entire works within 90 days (3 months)

from the date of award of purchase order/letter of intent.

4. If our Bid is accepted, we will furnish a Contract Performance Bank Guarantee for an

amount of 10% (Ten) percent of the total contract value for due performance of the Contract

as well as covering the Guarantee & warrantee obligations of the products, in accordance with

the General Conditions of Contract.

5. We agree to abide by this Bid for a period of 180 days from the date fixed for bid opening,

and it shall remain binding upon us and may be accepted at any time before the expiration of

that period.

6. We declare that we have studied the provision of Indian Income Tax Law and other Indian

Laws for supply of equipments/materials and the prices have been quoted accordingly.

7. Unless and until Letter of Intent is issued, this Bid, together with your written acceptance

thereof, shall constitute a binding contract between us.

8. We understand that you are not bound to accept the lowest, or any bid you may receive.

9. There is provision for Resolution of Disputes under this Contract, in accordance with the

Laws and Jurisdiction of Contract.

Dated this............................... day of................................................. 20 ...............

Signature.............................................. In the capacity of ………………………………

..................................................................duly authorized to sign for and on behalf of

(IN BLOCK CAPITALS) ...............................................................................

Page 116: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 116 of 126

Annexure-II

PROFORMA FOR COMPOSITE PERFORMANCE BANK GUARANTEE

This Guarantee Bond is executed this ____ day of ___________________________ by us the

_____________________________________________________ Bank at ___________________

P.O.__________ P.S. ____________Dist ________________ State __________

(Indicate designation of Owner)

Whereas Southern Electricity Supply Company of Orissa Ltd.(SOUTHCO) , Corporate Office:

Courtpeta, Berhampur, Ganjam - 760004 registered under the Company Act 1956 (here in after

called “the Owner”) has placed works Order No._________ Dt.___________ (hereinafter called

“the Agreement”) with M/s_________________ _________________________ (hereinafter

called “the Contractor”) and whereas SOUTHCO (as the case may be) has agreed (1) to exempt

the Contractor from making payment of security deposit, (2) to release 100% payment of the cost

of works as per the said agreement and (3) to exempt from performance guarantee on furnishing by

the Contractor to the SOUTHCO a composite Bank Guarantee of the value of 10% (ten percent)

of the Contract price of the said Agreement.

1. Now, therefore, in consideration of SOUTHCO having agreed (1) to exempt the

Contractor for making payment of security deposit, (2) to release 100% payment to the Contractor

and (3) to exempt from furnishing performance guarantee in terms of the said Agreement as

aforesaid, we the ____________________ Bank, Address ____________________________

(code No. ________) (hereinafter referred to as “the Bank”) do hereby undertake to pay to the

SOUTHCO an amount not exceeding Rs._____________ (Rupees

_______________________________ ) only against any loss or damage caused to or suffered by

SOUTHCO by reason of any breach by the said Contractor(s) of any of the terms or conditions

contained in the said Agreement.

2. We, the ______________________ Bank do hereby undertake to pay the amounts due and

payable under the guarantee without any demur, merely on a demand SOUTHCO stating that the

amount claimed is due by way of loss or damage caused to or suffered by SOUTHCO by reason of

any breach by the said Contractor(s) of any of the terms or conditions contained in the said

Agreement or by the reason of any breach by the said Contractor‟s failure to perform the said

Agreement. Any such demand made on the Bank shall be conclusive as regards the amount due

and payable by the Bank under this Guarantee. However, our liability under this guarantee shall be

restricted to an amount not exceeding Rs.___________ (Rupees

_________________________________________ ) only.

3. We, the ________________________ Bank also undertake to pay to SOUTHCO any

money so demanded not withstanding any dispute or dispute raised by the Contractor(s) in any suit

or proceeding instituted/ pending before any court or Tribunal relating thereto our liability under

this Agreement being absolute and un revocable. The payment so made by us under this bond shall

Page 117: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 117 of 126

be valid discharge of our liability for payment there under and the Contractor(s) shall have no

claim against us for making such payment.

4. We, the _________________________ Bank further agree that the guarantee herein

contain shall remain in full force and affect during the period that would be taken for the

performance of the

said Agreement and it shall continue to remain in force endorsable till all the dues of SOUTHCO

under by virtue of the said Agreement have been fully paid and its claim satisfied or discharged or

till SOUTHCO certifies that the terms and conditions of the said Agreement have been fully and

properly carried out by the said Contractor(s) and accordingly discharge this guarantee and will not

be revoked by us during the validity of the guarantee period.

Unless a demand or claim under this guarantee is made on us or with_____________

____________________________________ (Local Bank Name, address and code No.)

_________________________________________________, Malkangiri in writing on or before

__________________ (date) we shall be discharged from all liability under this guarantee

thereafter.

5. We, the _________________________ Bank further agree that SOUTHCO shall have the

fullest liberty without our consent and without affecting in any manner our obligations hereunder

to vary any of the terms and conditions of the said Agreement or to extend time of performance by

the said Contractor(s) and we shall not be relieved from our liability by reason of any such

variation or extension being granted to the said Contractor(s) or for any forbearance act or

omission on part of SOUTHCO or any indulgence by SOUTHCO to the said Contractor(s) or by

any such matter or thing whatsoever which under the law relating to sureties would but for this

provisions have effect of so relieving us.

6. The Guarantee will not be discharged due to change in the name, style and constitution of

the Bank and or Contractor(s).

7. We, the _________________________ Bank lastly undertake not to revoke this Guarantee

during its currency except with the previous consent of SOUTHCO in writing.

Dated ___________ the __________ day of Two thousand _________ .

Not withstanding anything contained herein above.

Our liability under this Bank Guarantee shall not exceed Rs.______________ (Rupees _______

____________________________________________________________________ ) only.

The Bank Guarantee shall be valid up to _____________________ only.

We are liable to pay the guaranteed amount depending on the filing of claim and any part thereof

under this Bank Guarantee only and only if you serve upon us a written claim or demand and

Page 118: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 118 of 126

received by us on or before Dt.__________ otherwise bank shall be discharged of all liabilities

under this guarantee thereafter.

For

_____________________________________

(Indicate the name of the Bank)

N.B.:

(1) Name of the Contractor:

(2) No. & date of the Works order / agreement:

(3) Amount of Works Order.:

(4) Name of Works:

(5) Name of the Bank:

(6) Amount of the Bank Guarantee:

(7) Validity period or date up to which the agreement is valid:

(8) Signature of the Constituent Authority of the Bank with seal:

(9) Name & addresses of the Witnesses with signature:

(10) The Bank Guarantee shall be accepted only after getting confirmation from the respective

Banks.

Page 119: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 119 of 126

Annexure - III

ABSTRACT OF GENERAL TERMS AND CONDITIONS

1. Whether the bidder is a Contractor & furnished relevant documents: Yes / No

2. Required Cost of Tender Furnished Yes / No

3. Required Earnest Money Furnished in Demand Draft Yes / No

4. Whether valid HT electrical license enclosed with the bid: Yes / No

5. Whether valid labour license enclosed with the bid Yes / No

6. Contractor‟s past experience

including Owner‟s certificate furnished or not: - Yes / No

7. Audited annual reports for the last 3 years furnished or not: Yes / No

8. Deviation to the specification , if any

(List enclosed or not):- Yes / No

9. Whether agreed to Owner‟s completion schedule: Yes / No

10. Whether agreed to Owner‟s Guarantee clause:- Yes / No

11. Whether agreed for 180 days‟ validity period of Prices Yes / No

12. Whether the Prices are FIRM? Yes / No

13. Whether agreed to furnish security deposit in shape of

B.G. encashable at Malkangiri in case his tender is successful: - Yes / No

14. Whether agreed to penalty for delayed completion: - Yes / No

15. Whether agreed to Owner‟s standard terms of payment or not: Yes / No

16. Valid ITCC & STCC furnished or not: Yes / No

Signature of the bidder

With seal of the Bidder

This form is to be duly filled up & signed by the Bidder along with seal & submitted along with

the Part-I of tender.

Page 120: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 120 of 126

ANNEXURE –IV

FORM OF JOINT VENTURE/ CONSORTIUM AGREEMENT

(To be executed on non-judicial stamp paper of appropriate value to be purchased in

the name of joint venture)

PROFORMA OF JOINT VENTURE AGREEMENT BETWEEN

………………………………………… AND ………………………………………….

FOR TENDER NOTIFICATION NO. ……………………………………OF( Owner).

THIS Joint Venture Agreement executed on this ……….. day of …………… Two

thousand and …………………… between M/s. …………….…………….a company

incorporated under the laws of …………….……………. and having its Registered Office

at ……………. …………….……………. ……………. (here in after called the "Lead

Partner" which expression shall include its successors, executors and permitted assigns),

M/s. …………….…………….……………. a company incorporated under the laws of

…………….…………….……………. and having its Registered Office at

…………….……………. ……………. (hereinafter called the "Partner" which expression

shall include its successors, executors and permitted assigns) and M/s.

…………….…………….……………. a company incorporated under the laws of

………………………………………….and having its Registered Office at (hereinafter

called the "Partner" which expression shall include its successors, executors and permitted

assigns) for the purpose of making a bid and entering into a contract (in case of award)

against the Specification No.:…………….…………….……………. for Construction of

…………….……………. of (Owner)., a company incorporated under the …………….

having its. Registered Office at ……………………………………. (hereinafter called the

" Owner). '

WHEREAS the Owner invited bids as per the above mentioned Specification for the

design manufacture, supply and erection, testing and commissioning of Equipment

Materials stipulated in the bidding documents for

AND WHEREAS GCC, forming part of the bidding documents, stipulates that a Joint

Venture of two or more qualified firms as partners, meeting the requirement of GCC as

applicable may bid, provided the Joint Venture fulfills all other requirements of GCC and

in such a case, the BID shall be signed by all the partners so as to legally

bind all the Partners of the Joint Venture, who will be jointly and severally liable to

perform the Contract and all obligations hereunder.

Page 121: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 121 of 126

The above clause further states that the Joint Venture agreement shall be attached to the

bid and the contract performance guarantee will be as per the format enclosed with the

bidding document without any restriction or liability for either party.

AND WHEREAS the bid has been submitted to the Owner vide proposal No dated by

Lead Partner based on the Joint Venture agreement between all the Partners under these

presents and the bid in accordance with the requirements of GCC has been signed by all

the partners.

NOW THIS INDENTURE WITNESSETH AS UNDER:

In consideration of the above premises and agreements all the Partners to this Joint

Venture do hereby now agree as follows:

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

partners, we, the Partners to the Joint Venture agreement do hereby agree that M/s

…………….…………….……………. shall act as Lead Partner and further declare and

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

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

manufacture,supply, and successful performance of the equipment in accordance with the

Contract.

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

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

successful performance of the Contract .and to carry out all the obligations and

responsibilities under the Contract in accordance with the requirements of the Contract.

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

Contract or any shortfall in the performance of the equipment in meeting the performance

guaranteed as per the specification in terms of the Contract, the Partner(s) of these presents

undertake to promptly make good such loss or damages caused to the Owner, on its

demand without any demur. It. shall not be necessary or obligatory for the Owner to

proceed against Lead Partner to these presents before proceeding against or dealing with

the other Partner(s).

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

with respect to any of the claims arising out of the performance of non- performance of the

obligations set forth in the said Joint Venture agreement, read in conjunction with the

relevant conditions of the Contract shall, however, not be limited in any way so as to

restrict or limit the liabilities of any of the Partners of the Joint Venture agreement.

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

agreement that the responsibilities and obligations of each of the Partners shall be as

delineated in Appendix-I (*To be incorporated suitably by the Partners) to this agreement.

It is further agreed by the Partners that the above sharing of responsibilities and

Page 122: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 122 of 126

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

Partners under this Contract.

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

laws of India and the courts of Delhi shall have the exclusive jurisdiction in all matters

arising there under.

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

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

performance security from a bank in favour of the Owner in the forms acceptable to

Owner for value of 10% of the Contract Price in the currency/currencies of the Contract.

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

an integral part of the Contract, and shall continue to be enforceable till the Owner

discharges the same. It shall be effective from the date first mentioned above for all

purposes and intents.

IN WITNESS WHEREOF. the Partners to the Joint Venture agreement have through their

authorised representatives executed these presents and affixed Common Seals of their

companies, on the day, month and year first mentioned above.

1. Common Seal …………….……………. of For Lead Partner

has been affixed in my/ our presence

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

dated …………………….. representative)

Name... …………….…………….

Signature.. ………….……………. Designation

…………….…………….

Name …………….…………….…………… Common Seal of the company

Designation…………….…………….…. …………….…………….…………….

2. Common Seal of …………….…………….………… For other Partners

has been affixed in my/our presence

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

resolution dated representative)

Name... …………….…………….

Signature.. ………….……………. Designation

…………….…………….

Name …………….…………….…………… Common Seal of the company

Designation…………….…………….… …………….…………….………….

WITNESSES :

Page 123: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 123 of 126

1.…………….…………….…………. 2.…………….…………….………….

(Signature) (Signature)

Name …………..………….………… Name …………….…………….…

…………….…………….…………. …………….…………….………….

(official address) (Official address)

Page 124: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 124 of 126

SECTION - VI

PRICE BID

Tender Notification :-----------/2012-13

Page 125: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 125 of 126

Annexure-V

PRICE BID

Sl.No. Name of the works Amount for supply

of materials (In s)

(1)

Amount for

Erection (In Rs)

(2)

Total Amount

(1+2) (In Rs)

1 Uprating of the conductor from 80

sq.mm to 232 sq.mm AAAC -1KM

2 Construction of 33KV line with

XLPE Cable

3 Earth work etc for Railway crossing

4 Construction of 7.5 KM 33KV line

with 232 sq.mm AAAC

5 Construction of 2 No. 4-pole structure

for AB Switch

6 Construction of 1X5 MVA, 33/11KV

S/S

7 Construction of 11KV line 0.5 KM

8 Uprating of conductor from 80 sq.mm

to 100 sq.mm-3.2KM

9 Miscellaneous work

10 Total

Total Rupees in words………………………………………………………………………..

Please refer the Attachments available in MS Excel Format for the work. Bidders are

required to enter their item wise rates in each sheet of the respective works. Bidders will

be permitted to only enter the item wise rates. No other modification shall be permitted.

Bidders are required to sign each and every page and enclose the same in the Price Bid in

Sealed Condition. One soft copy in CD shall also be submitted in the Price Bid.

(Signature of the Bidder)

Note :

i. Unit rate is inclusive of all taxes and duties.

ii. Any discrepancy in unit rate and amount, unit rate stands.

iii. Any column left bank shall be treated as nil/inclusive of.

iv.Transportation from Southco store means Store at Khajuria Road, Berhampur

Page 126: FOR TURNKEY CONTRACTS (SUPPLY & ERECTION)southcoodisha.com/tend/final_Tender_MKCG_Hospital.pdfMedical College & Hospital, Berhampur, 2. Construction of 7.5 KM 33 KV Line with 232 mm²

CORPORATE OFFICE , SOUTHCO, BERHAMPUR

Southco Tender Notice No :07 / 2012-13 Page 126 of 126