203.193.144.25203.193.144.25/ps169/tender__specification_nayagarh_rly...tender specification for...

208
Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations to UG Cable in different Railway crossings under NED, Nayagarh. Central Electricity Supply Utility of Odisha Page 1 TENDER DOCUMENTS FOR Turn key execution for shifting & conversion of the existing 11 KV and LT OH lines & substations to UG Cabling & OH system in different Railway crossings over the new Khordha- Bolangir railway line ( Ch. 105.600 to Ch. 138.679 ) under NED, Nayagarh. CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA (CESU) IDCO TOWERS, 2nd Floor, Janpath, Bhubaneswar-751022 TELEPHONE: (0674) - 2541575 FAX: 0674 – 2543125 TENDER SPECIFICATION NO: CESU/ P&S / 333 / 17-18 APPROVED Chief General Manager (Technical) CESU, Bhubaneswar

Upload: others

Post on 03-Mar-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 1

TENDER DOCUMENTS

FOR

Turn key execution for shifting & conversion of the existing 11 KV and LT OH lines & substations to UG Cabling & OH system in different Railway crossings over the new Khordha- Bolangir railway line ( Ch. 105.600 to Ch. 138.679 ) under NED, Nayagarh.

CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA (CESU)

IDCO TOWERS, 2nd Floor, Janpath, Bhubaneswar-751022 TELEPHONE: (0674) - 2541575

FAX: 0674 – 2543125

TENDER SPECIFICATION NO: CESU/ P&S / 333 / 17-18

APPROVED

Chief General Manager (Technical)

CESU, Bhubaneswar

Page 2: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 2

CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA (CESU)

Head Office: IDCO TOWER, 2nd Floor, Janpath, Bhubaneswar-751022 Ph : 0674- 2541575, FAX: 0674 – 2543125

Tender Specification No : CESU / P&S / 333 /17-18

Tender Notice No.CESU.HQrs./ P&S / 649 / 17 -18 / Vol.- I / 13391

Dt. 08.06.17

BIDDING DOCUMENTS

Page 3: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 3

CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA (CESU) Head Office: IDCO TOWERS, 2nd Floor, Janpath, Bhubaneswar-751022

Ph : 0674- 2541575 , FAX: 0674 – 2543125

TENDER NOTICE NO: CESU.HQrs./ P&S / 649 / 17-18 / Vol.- I / 13391 Dt. 08.06.17 for shifting &

conversion of the existing 11 KV and LT OH lines & substations to UG Cabling & OH system in different

Railway crossings over the new Khordha- Bolangir railway line ( Ch. 105.600 to Ch. 138.679 ) under

NED, Nayagarh on turn key basis.

CONTENTS

COMMERCIAL SECTION

SECTION DESCRIPTION PAGE NO.

SECTION-I : INVITATION FOR BIDS (IFB)………………………………………… 5 - 9

SECTION-II : GENERAL TERMS AND CONDITIONS OF CONTRACT (GTCC). 10 - 27

SECTION-III : PRICE SCHEDULE FORMAT………………………………………… 28 - 29

SECTION-IV : BID PROPOSAL ……………………………………………… 30

ANEXURE-I : Bid Proposal Letter & Undertaking …….…………………… 31 – 36

ANNEXURE-II : Declaration Form……………………………………………… 37

ANNEXURE-III : CPBG Format……………………………………………………. 38 – 40

ANNEXURE-IV : Bank Guarantee for Advance Payment ……………………….. 41-43

ANNEXURE-V : Power of Attorney for Joint Venture…………………………. 44-45

ANNEXURE-VI : Joint Venture Agreement……………………………………… 46-49

ANNEXURE-VII (A&B) : Letter of Compliance………………………………………….. 50-56

ANNEXURE-VIII : Commercial Deviations………………………………………... 57

ANNEXURE-IX : Technical Deviations…………………………………………… 58

ANNEXURE-X : Additional Information………………………………………... 59

ANNEXURE-XI : Bought Out & SubContract…………………………………. .. 60

ANNEXURE-XII : Work Completion Schedule…………………………………… 61

ANNEXURE-XIII : Check List………………………………………………………. 62

ANNEXURE-XIV & XV : Proforma for Indemnity Bond………………………………… 63-69

ANNEXURE-XVI : Self Declaration Form……….………………………………… 70

ANNEXURE-XVII Safety Precautions 71-76

ANNEXURE-XVIII OSM 77

TECHNICAL SECTION

Section- V Technical Section 78-179

Section-VI Route Diagram & Drawings 180-196

PRICE SCHEDULE

Section-VII Price Schedule 197-208

Page 4: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 4

TENDER CALL NOTICE

CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA (CESU)

Head Office: IDCO TOWERS, 2nd Floor, Janpath, Bhubaneswar-751022

Ph : 0674- 2541575 FAX: 0674 – 2543125

CESU.HQrs. /P&S/ 649 /17-18/ Vol – I/ 13391 Dt: 08.06.17

Central Electricity Supply Utility of Odisha (CESU) invites bids from reputed firms to be

engaged as an Executor on turnkey basis in two-part bidding system for the following works

Brief Description of Work

Estimated Cost

(in Rs.)

Earnest

Money

Deposit

(in Rs)

Last

date/time

for

submission

of bid

Date and

time of

opening of

bid

Non

refundable

Cost of Bid

document in

Rs

1 2 3 4 5 6

Turn key execution for shifting

& conversion of the existing 11

KV and LT OH lines &

substations to UG Cabling & OH

system in different Railway

crossings over the new Khordha-

Bolangir railway line ( Ch.

105.600 to Ch. 138.679 ) under

NED, Nayagarh.

5,39,50,367.00

5,40,000.00

1.00 P.M

of 30.06.17

3.30 P.M

of 30.06.17

15,000.00 +

5% VAT

Sale and downloading of tender documents starts from Date 09.06.17

Pre-bid meeting will be held in the conference hall on Date 17.06.17 at 11.30 A.M at CESU HQrs,

Bhubaneswar.

For details please visit our web site : www. cescoorissa.com/ www.cesuodisha.com on or after Date

09.06.17

The prospective bidders are requested to follow the above CESU website time to time for any

Clarification/ Corrigendum/ Addendum against the referred Tender.

The authority reserves the right to accept or reject any or whole of the offers without assigning any

reason thereof.

Sd /-

Chief General Manager (Tech.)

-- (Authorised Signatory)--

Page 5: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 5

SECTION – I

INVITATION FOR BIDS (IFB)

Tender Notification:

CESU.HQrs./P&S/649/17-18/Vol.- I / 13391

Dt: 08.06.17

Page 6: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 6

1.0 CESU invites sealed tenders in two part bidding system from reputed Electrical Contractors

with required HT 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 under deposit work. The bidder must fulfill all the

qualifying requirements as specified in clause 2.0 stated below. The sealed envelopes shall be

duly super scribed as “TENDER NOTICE No: CESU.Hqrs/P&S/649/17-18/ Vol.- I / 13391

Dt. 08.06.17 Due date of opening Dt. 30.06.17 at 3.30 P.M.

Brief Description of Work

Estimated Cost

(in Rs.)

Earnest

Money

Deposit

(in Rs)

Last

date/time

for

submission

of bids

Date and

time of

opening of

bid

Non

refundable

Cost of Bid

document in

Rs

1 2 3 4 5 6

Turn key execution for

shifting & conversion of the

existing 11 KV and LT OH

lines & substations to UG

Cabling & OH system in

different Railway crossings

over the new Khordha-

Bolangir railway line ( Ch.

105.600 to Ch. 138.679 )

under NED, Nayagarh.

5,39,50,367.00

5,40,000.00

1.00 P.M

of 30.06.17

3.30 P.M

of 30.06.17

15,000.00 +

5% VAT

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

a) Bidder must quote for the complete package.

b) Bidder should have installed and commissioned at least following quantum of works as

specified under the bid for which the bidder is submitting his bid during the last three

financial years preceding to the year of tender notification i.e. FY 2014-2015, FY 2015-2016

and FY 2016-2017. Bidder must enclose copies of the relevant Work Orders along with

Client Certified copies of Final Invoices and/or Performance Certificates duly signed by the

competent authority of the client and/or Final Inspection Certificate issued by Electrical

Inspector in proof of having executed the desired quantum works during the last three

financial years.

i) Construction of 11 KV OH line with any size of conductor : 5.0 KM

ii) Construction of 10 / 25 / 63 KVA and above capacity DT S/S : 05 Nos

iii) Construction of DP Structure : 10 Nos

iv) Experience on UG cabling of 11 KV / 33 KV cable through HDD method – 4.0 KM

Page 7: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 7

v) Construction of LT OH line with any size of ABC : 1.0 KM

c) Average Annual Turnover during the last three financial years preceding to the year of

tender notification should be equal to or more than the estimated cost of the bid for

which the bidder has submitted his bid. The bidder shall furnish audited accounts for the last

three years i.e. FY 2013-2014, FY 2014-2015, FY 2015-2016, evidencing their turnover

requirement.

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 Bid

for which he has submitted the bid. Bidder shall furnish the documentary evidence to

establish the financial soundness. So, to access this, Bidders are required to furnish liquid

assets as on 31.05.17 certified by their concerned Bank in bank letter head only. (Ref

Annexure- VII )

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

firms having above work experience which are under scope of supply & Erection of the

contractor as per this tender specification, may form a joint venture/ consortium, may Tie up

and make agreement amongst themselves and apply against this tender specification,

provided they qualify the criteria. However, the tie up partner showing their experience

should have valid HT electrical license. The sample format of joint venture / consortium

agreement is enclosed at Section – IV of this tender specification as Annexure - VI.

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

follows:

i. At least one partner shall have the stipulated previous works experience for similar

quantity of completed works as stated in the qualifying criteria with valid electrical HT

license.

ii. If the work 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 work shall be

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

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

iii. The partner (lead or JV partner) showing their experience should have valid HT

electrical license.

iv. However, the annual turnover and liquidity figures of all partners shall be added together

to determine the qualifying criteria in case of the joint venture / consortium.

Page 8: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 8

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 & ESI registration

iii. PAN & TIN No.

iv. Service Tax Registration.

j) The bidders who have earlier failed to execute the work order(s) of the CESU shall not be

eligible to participate in this tender.

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

capacity of the bidder to perform the contract.

3.0 Bids specification document can be obtained from the office of the undersigned on payment of

Rs.15,000/- towards non-refundable cost of bid documents plus 5% VAT (Total Rs. 15,750/-)

through Bank DD drawn in favour of “ CESU ” payable at “ Bhubaneswar ” , during office

hours from 11.00 am. to 5.00 pm. till Dt. 29.06.17

4.0 The tender documents can also be downloaded from CESU websites www.cesuodisha.com. In

case tender papers are downloaded from these websites, then the bidder has to enclose a

Demand Draft drawn on any scheduled bank in favour of “ CESU ” payable at “

Bhubaneswar ”, covering the cost of bid documents as stated above in a separate envelope

with suitable superscription “Cost of Bid Documents : Tender Notice Ref : CESU.Hqrs/

P&S/649/17-18/Vol-I/13391 Dt.08.06.17 This envelope should accompany the Bid Documents.

Page 9: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 9

5.0 The Bids shall be submitted and received in the office of the undersigned on all office working

days up to 1.00 P.M of Dt 30.06.17 In the event the date of opening is a holiday, the next

working day shall be treated as the date of opening. A pre-bid meeting will be held on Date

17.06.17 at 11.30 A.M in the conference hall of CESU for giving clarifications, if any, on the

bid documents to the prospective bidders who may choose to attend the meeting as detailed in

the Bid document.

6.0 Part-I of the bid (Technical Bid) will be opened on Date 30.06.17 at 3.30 P.M as indicated

above, in the presence of the authorized representatives of the Bidders. Bidders shall depute

only one representative to attend pre bid meeting and tender opening if they wish to be

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

warrants.

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

Chief General Manager (Technical)

CESU, Head Office: IDCO TOWERS,

2nd Floor, Janpath, Bhubaneswar-751022 TELEPHONE: (0674) - 2541575

FAX: 0674 – 2543125

Page 10: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 10

SECTION – II

GENERAL CONDITIONS OF CONTRACT

(GCC)

Tender Notification :

CESU.HQrs./P&S/649/17-18/Vol-I/13391

Dt: 08.06.17

Page 11: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 11

1.0 GENERAL: -

CESU hereinafter referred to as the “Purchaser” is desirous of execution for shifting & conversion of

the existing 11 KV and LT OH lines & substations to UG Cabling & OH system in different Railway

crossings over the new Khordha- Bolangir railway line ( Ch. 105.600 to Ch. 138.679 ) under NED,

Nayagarh on turn key basis including supply of all Equipments/Materials, Erection including Civil

Works, Testing and Commissioning as per the Scope detailed in the Bid Documents.

2.0 SCOPE OF WORK: -

The scope shall include supply of all the materials & equipments except the OSM items and

installation/erection/commissioning to complete the works.

2.01 The detailed scope of the work shall include;

The detail scope of work are available at Section - V, Technical Specification of the Tender document.

3.0 DEFINITION OF TERMS

i. The ‘Contract’ means the agreement entered into between the Purchaser 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. ‘Purchaser’ shall mean CESU and shall include its legal representatives, successors and

designated officers/Engineers.

iii. ‘Contractor’ shall mean the Bidder whose bid will be accepted by the Purchaser 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 Purchaser 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 Purchaser or Contractor in the performance of the

Contract.

viii. ‘Inspector’ shall mean the Purchaser or any person nominated by the Purchaser from time to

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

Page 12: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 12

representative of the Purchaser.

ix. ‘Notice of Award of Contract’/ ‘Letter of Award’ shall mean the official notice issued by the

Purchaser 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 Purchaser’s written acceptance of

the works performed under the Contract, after successful commissioning/ 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 Purchaser to be available for continuous

operation at different loads up to and including rated capacity. Such declaration by the

Purchaser, 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 complete in all respects in the manner hereinafter specified

are to be submitted to Chief General Manager (Technical), CESU, Head Office: IDCO

TOWERS, 2nd Floor, Janpath, Bhubaneswar-751022 on or before the date and time

specified in the notice inviting the tenders. Bids shall be submitted as per format provided in

Section – III & IV. Bid shall be submitted in double sealed envelopes superscripted on the

covers the tender specification number and the due date of opening of the bids on the right hand

top side of the envelop. On the left top side of the price bid original/ duplicate as is relevant

shall be written.

Page 13: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 13

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

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

Documents cost and Techno commercial documents.

b) Part - II, Superscribed as “Price Bid”. The Part - II should contain only Price bid (both hard

and Soft copy ) of participation in duplicate in separate envelope.

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 Purchaser shall

not be responsible for any delay in transit in post / courier etc. in this regard.

4.05 Regarding less quoting of price bid w.r.t tender estimated cost as per amendment of OPWD

code:

Additional Performance Security shall be obtained from the bidder when the bid amount is less

than the estimated cost put to tender. In such an event, the bidders who have quoted less bid

price / rate than the estimated cost put to tender shall have to furnish the exact amount of

differential cost i.e. estimated cost put to tender minus the quoted amount as Additional

Performance Security in shape of Demand draft / Term Deposit Receipt pledged in favour

of CESU with validity same as the validity of CPBG for this tender in sealed envelope

along with the price bid at the time of submission of bids.

The bids of the technically qualified bidders will be opened for evaluation of the price bid. In

case of the bidders quoting less bid price / rate than the estimated cost put to the tender and

have not furnished the exact amount of the differential cost (i.e. estimated cost put to tender

minus the quoted amount) as Additional Performance Security in shape of Demand Draft /

Term Deposit Receipt, their price bid will not be taken in to consideration for evaluation even if

they have qualified in the technical bid evaluation.

This security amount shall be released only after expire of validity of CPBG as mentioned in

Clause 29.04 of GCC. The aforesaid amount shall not carry any interest payable to the bidder.

5.0 VALIDITY :-

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

6.0 PRICE: -

Bidders are required to quote firm price as per the prescribed format enclosed in, Section – VII of

Bid Proposal Sheets. The quoted price shall be firm and inclusive of all taxes, duties, freight &

insurance and other levies, if any. CESU 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 as described under clause 4.0 shall be received in the office of the Purchaser and shall be

Page 14: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 14

opened on the scheduled date and time. The Purchaser’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 for 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 Purchaser, 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

Purchaser'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 Purchaser 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 Purchaser 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. In the event of multiple unit supply

rates for the same item is found, then the lowest quoted supply rate for the same item shall be

considered.

Page 15: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 15

8.04 Prior to the detailed evaluation, Purchaser 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 Purchaser's evaluation of a Bid will take into account, in addition to the Bid price, the

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

a) Work Schedule

b) Deviations from Bidding Documents

c) Compliance of the criteria in Technical Bid

d) If the quoted/evaluated rate of the bidder is less than 14.99% (without round off ) of the

tender estimated cost, then such a bid shall be rejected and tender shall be finalized basing

on merits of rest bids i.e. for Rs. 100 estimated cost lowest accepted quoted/evaluated

price is Rs. 85.01.

8.06 The Purchaser will award the Contract to the successful Bidder whose Bid has been determined

to be the lowest - evaluated responsive Bid based in the price quoted in the price bid in their

offered BOQ and services, when the lowest bidders is not ready and/or capable to undertake the

entire work envisaged, then the Purchaser 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.

9.0 EARNEST MONEY DEPOSIT (EMD):-

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

Draft drawn on any scheduled bank in favour of CESU, payable at Bhubaneswar. EMD shall

be, as mentioned in the tender notice of the bid for which the bidder has submitted the bid. Bids

without EM deposit will be rejected out rightly.

9.02 No adjustment of any previous deposit or any amount payable from Purchaser shall be

entertained for EMD. 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;

Page 16: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 16

or

(a) The successful 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 finalization

of the order. The EMD of successful bidder shall be returned after acceptance and approval of

CPBG.

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

CESU reserves the right to increase or decrease the quantity of goods/services specified in the

Schedule of Requirement during execution of Contract limiting to ±20% of Contract price

without any change in unit price ( as per the Price Schedule & Bills Of Materials) or other terms

and conditions. However, quantity of individual items required may vary without any limitation.

11.0 INSPECTION AND TESTING :-

i) The 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 the purchaser 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 purchaser 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 work shall be the Purchaser representative

for the concerned site. Inspection of all the materials will be completed within maximum two

lots. The contractor shall ensure that all the inspected materials along with seal and intact at site

and the same will be again cross checked and certified in the presence of project in charge.

ii) INSPECTION OF COMPLETED WORK – The work after due completion under the

supervision of “The Engineer in Charge” shall be inspected by himself jointly with the

competent authority of Electrical Inspectorate, Govt. of Odisha. All arrangement for this

inspection shall be the responsibility of the Contractor. However, CESU shall deposit

statutory fees as applicable regarding Electrical Inspection for entire scope of work.

However, such Inspection and Testing shall not relieve Contractor of his obligation to execute

the contract by letter of spirit.

12.0 COMPLETION AND COMPLETENESS OF THE EQUIPMENT :-

Page 17: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 17

Time being the essence of the contract; the work shall be completed within 06 ( Six ) Months

maximum from the date of issue of work order including supply of all the materials, erection,

Testing, dismantling, Electrical inspection & commissioning.

12.01 The work 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.

12.02 All similar components and/or parts of similar equipment supplied shall be inter-changeable

with one another. Various equipments supplied under this contract shall be subject to

Purchaser’s approval.

12.03 Purchaser however reserves the right to re-schedule the completion period, if required.

13.0 REJECTION OF MATERIALS : -

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 as per section-V (Technical specification), Purchaser

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

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

materials and/or re-install the work already executed, free of cost to the Purchaser. If the

contactor fails to do so the Purchaser 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 as per format provided in Section – IV, Annexure VII (A) & (B) :

Page 18: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 18

a) Description of similar type of work executed during the last three FY years i.e.

FY 2014-15, FY 2015-16 and FY 2016-17 with the name(s) of the party(s) to whom /

where supplies / erection were made.

b) Work orders details (W.O No. and date only) executed during the last three years along

with Electrical inspection report copies and copies of user’s completion / performance

certificate.

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

15.0 DEVIATION FROM SPECIFICATION: -

The bidders are requested to study the specification and the attached drawings thoroughly before

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

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

VIII & IX. All such deviations to the technical & commercial terms of the specification shall be

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

presumed that the bidder has accepted all the conditions stipulated in the tender specification,

not withstanding any deviations mentioned elsewhere in the Bid. However the acceptance of

deviation is not binding on the Purchaser.

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 purchaser 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 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.

Page 19: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 19

18.02 The above guarantee certificate shall be furnished in triplicate to the Purchaser 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 Purchaser.

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 deduction 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.

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 completion period could be with / without levy of penalty with the discretion of

purchaser.

20.0 RIGHT OF WAY :

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

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

however extend all possible help to the Contractor including discussion with the local

authorities for early resolution of these issues.

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 Purchaser 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 Purchaser shall be at liberty to employ other workmen and

forthwith execute such part of the works as the contractor may have neglected to do or if the

Purchaser thinks fit, without prejudice to any other right, he may have under the Contract to take

the work wholly or in part out of the Contractor’s hands and re-contract with any other person or

persons to complete the works or any part thereof and in that event the Purchaser 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 Purchaser shall be entitled to

retain and apply any balance which may otherwise be due on the Contract by him to the

Page 20: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 20

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 Purchaser 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 Purchaser 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 PURCHASER’S INITIATIVE :

22.01 Purchaser 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 Purchaser 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 work on the date and to the

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

Contracts to the extent they related to the work terminated and terms satisfactory or the

Purchaser, stop all further sub-contracting or purchasing activity related to the work terminated,

and assist Purchaser in maintenance, protection, and disposition of the works acquired under the

Contract by the Purchaser. 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.

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

Purchaser 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 Purchaser shall be entitled to cancel the Contract

as to its incompleted 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

Page 21: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 21

account of the cancellation of the contract. The decision of the Purchaser 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 Purchaser 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 Purchaser

in writing of the cause of delay. The Purchaser 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 inform the Purchaser in writing of his claim for an

extension of time. The Purchaser 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 any type of accident at site shall be to the contractor’s account.

The contractor should follows various safety provisions as provided under Regulation-3,

Regulation-4 & Regulation-7 of CEA (Measures relating to safety & electric supply) Regulation

-2010 and Regulation -7 of CEA (Safety requirement for construction, operation and

maintenance of electrical plants and electrical lines) Regulation-2011. The detail is annexed at

Annexure- XVII.

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 Purchaser for any damage or loss of materials during

storing, transit transportation and at the time of erection.

27.0 INSURANCE: -

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

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

Page 22: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 22

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 Purchaser and is accepted by the authorized

representative of the Purchaser in writing.

b) 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/accident to public at large not connected with the works process and shall

submit a copy of the same to the Engineer In Charge of the Project prior to starting of the

work. Any claim(s) pertaining to this shall be the responsibility of the Contractor.

c) 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 purchaser’s stores.

28.0 ENGINEER IN CHARGE & PROJECT CO-ORDINATOR :-

Concerned Divisional Head of Electrical division NED, Nayagarh of CESU shall be the

Engineer in charge for the Project. The Manager, E&MR, CESU, Khordha shall be the

project coordinator for the project. All inspection, supervision, erection, testing and

commissioning of the project shall be carried out in coordination with the Engineer in charge

and the project co-ordinater. All drawings & GTPs to be routed through Project Co-Ordinator &

Engineers In Charge.

29.0 CONTRACT PERFORMANCE BANK GUARANTEE :-

29.01 Within 30 days of issue of the Work Order, the Contractor shall submit Contract Performance

Bank Guarantee issued by a scheduled Bank, in favour of the Purchaser, covering 10% of the

total value of the work order.

29.02 In case of Joint Venture/ Consortium, performance bank guarantee shall be in the name of lead

partner @ of 10% of the contract price and additional @ 1% each by the Joint venture partner(s)

separately (or) single Bank Guarantee for ( Lead partner @ 10 % and each JV partner @ 1%)

mentioning the name and address of the Lead & JV partner, to be submitted by lead partner

from a Nationalized / Scheduled Bank encashable with the Bhubaneswar branch of the issuing

bank, in favour of Central Electricity Supply Utility of Odisha , Bhubaneswar, in the prescribed

proforma.

Page 23: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 23

29.03 The said Bank Guarantee shall be prepared in the prescribed proforma as attached in Section IV,

Annexure - III. 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 Bhubaneswar

branch of the issuing Bank.

29.04 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 i.e. 33 (Thirty Three) months from the date of issue of the work order and

acceptance thereof, failing which the work order (W.O) shall be liable for cancellation without

any further notice with forfeiture of E.M.D.

29.05 No interest shall be allowed by the Purchaser on the above Performance Security Deposit

submitted by the Bidder.

29.06 The Contract Performance Bank Guarantee may be extended for the delay period of completion

of work, if any.

30.0 TERMS OF PAYMENT:

30.01 An advance of 10% (ten percent) of total lump sum contract price shall be paid as Mobilization

Advance, subject to the following.

a) Submission of Invoice for payment of advance.

b) Receipt and acceptance of unconditional irrevocable Contract Performance Bank Guarantee

in favour of Purchaser as mentioned in clause 29.00.

c) Receipt and acceptance of unconditional and irrevocable Advance Payment Bank

Guarantee in favour of Purchaser for an amount equivalent to the amount of advance as per

the prescribed format as provided in Section IV, Annexure - IV. The Bank Guarantee so

provided should be en-cashable on the Bhubaneswar branch of the issuing Bank. Advance

bank guarantee shall be submitted for a period of 90 days over and above the schedule date

of completion i.e. total for 09 (Nine) months from date of issue of WO. The advance bank

guarantee may be extended further for a period of 3 months each occasion, if the advance

amount is not recovered fully.

d) Establishment of contractor site office and certification by the engineer that satisfactory

mobilization for erection exists (at least single/ part of the completed item of work).

e) All advance payment shall be interest bearing and recovery of advance along with the

interest component on the advance amount shall be as under:

Page 24: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 24

(i) The said mobilization Advance will be recovered/ adjusted towards payment of first

running bill while releasing 80% (Eighty percent) payment.

(ii) If any amount payable under the first running bill is not sufficient to cover the 10%

mobilization advance, the balance outstanding shall be recovered from the next payment

immediately falling due.

(iii) The amount of interest to be recovered from a particular bill shall be calculated @10%

per annum on the value of advance corresponding to the percentage of total progressive

payment being released. The period for which the interest is to be calculated shall be

reckoned from the date of release of the advance payment to the actual date of release of the

said progressive payment or the expiry of the stipulated time frame for release of such

progressive payment. If any amount payable under any interim bill is not sufficient to cover

all deduction to be made for interest on the advance payment and other sums deductible

there from, the balance outstanding shall be recovered from the next payments immediately

falling due.

30.02 80% (Eighty percent) of contract price on pro-rata basis along with taxes and duties shall be paid

progressively for each portion of proportionally completed items (Supply and erection at site

only) of work as per the agreed Bill of Materials within 30 days of submission of claim subject to

certification by Purchaser’s Engineer-in-charge on the basis of check points involved in such

items of work. However, contractor shall raise R/A bill with a copy of the comprehensive

insurance policy as per the Clause-27 on completion of at least 20 % of the total contract

value failing which bill shall not be processed.

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

envisaged under this project including any additions/alterations and on the basis of the final

amendment work order , 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, Govt of

Odisha.

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

covering all the partners including the Lead Partner. The amount shall be 10% for lead partner

and additional 1% by each of the J.V partners separately or single BG (Lead partner @ 10 %

and JV partner @ 1% ) mentioning the name and address of lead and JV partner to be submitted

by lead partner from a Nationalized / Scheduled Bank encashable with the Bhubaneswar branch

of the issuing bank, in favour of Central Electricity Supply Utility of Odisha, Bhubaneswar, in

the prescribed proforma.

Page 25: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 25

31.0 PAYING OFFICER AND NODAL AUTHORITY:

The G.M., Electrical Circle No. II, Bhubaneswar, CESU will be the paying authority and the

Nodal authority for the project. He will monitor the progress of the project jointly with the

Divisional Engineer and redress all the issues for smooth execution of the work in consultation

with the concerned Authorities and report fortnightly to the Technical Dept. of Head Qtrs. All

drawings, GTP and type test reports submitted to the HQrs. for approval to be routed through the

Nodal officer of the project.

Apart from the above, The G.M., Electrical Circle No. II, Bhubaneswar, CESU shall be the

Paying Officer as mentioned below;

10% Mobilisation Advance

Note:- The said 10% Mobilisation Advance so paid shall be adjusted against the payment

of 80% of 1st RA bill.

32.0 PURCHASER’S RIGHTS: -

The Purchaser 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 Purchaser 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 Purchaser

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 : -

a) Any Disputes arising out of this contract shall be referred to the CEO, CESU who shall

decide the case as sole Arbitrator.

b) For the purpose of dispute resolution, this agreement shall be governed by the provision of

Arbitration and Conciliation Act,1996.

c) All disputes shall be subjected to exclusive jurisdiction of the Courts at Bhubaneswar 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 Purchaser.

Page 26: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 26

36.0 FREE ISSUE OF MATERIALS (Owner Supply Materials / OSM ) BY CESU and

DISMANTALED MATERIALS :-

The list OSM materials as per the scope will be supplied by CESU are available in Annexure-

XVIII and price bid.

However, transportation cost of OSM materials from any CESU store to work site is to be borne

by the contractor.

Dismantled Materials shall be returned to the CESU store (Bhubaneswar or Choudwar) by own

cost of contractor

37.0 SUBMITTALS REQUIRED AFTER AWARD OF CONTRACT:-

37.01 Within 15 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.

37.02 The bar chart & pert chart for each item of the work so as to complete the work in scheduled

period of, 6 months for the project shall be furnished by the contractor/Successful Bidder.

37.03 The periodic progress report as required by the purchaser 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, QAP, Name of Sub

vendor, samples (as applicable) etc, to the engineer in charge within 15 days of award of LOA

for approval. If modifications to be made if such are deemed necessary, the contractor has to

resubmit them for approval without delaying the initial deliveries or completion of the contract

work.

39.02 Three copies of all drawings, GTP, QAP 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

Purchaser 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 by the contractor, the Engineer-in-charge of the project shall issue to the

contractor a taking over certificate as a proof of the final acceptance of the equipment /

Page 27: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 27

materials. 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. 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 purchaser about quality, the purchaser 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 purchaser. The contractor is expected to agree and extend

necessary help during such test if necessary.

41.0 LATENT DEFECT WARRANTY

41.1 The period of latent defect warranty in terms of this bidding documents, shall be limited to five

(05) years from the date of completion of Guarantee period.

42.0 CLEARANCE OF SITE:

The Contractor’s shall from time to time during the progress of the Works clear away and

remove all surplus materials and rubbish disposal in an approved manner. On completion of the

work the Contractor shall remove all Contractors’ equipment and leave the whole of the Site clean

and in a workable condition, to the satisfaction of the CESU. The Contractor shall obtain prior

approval of the CESU to remove the surplus materials. The contractor should rectify any

damage occur during execution to its original position.

43.0 EMBOSSING / PUNCHING / CASTING / PAINTING

All major equipments and materials supplied /erected under this project shall bear distinct

mark of “Name of the Purchaser, CESU, WO Order No. & Date” by a way of

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

44.0 CESU may or may not take over any balance materials left in the project in their account. So

the contractor should procure the materials as per site condition.

45.0 Any terms & conditions not included above shall be abide by OPWD / CPWD / CVC codes /

guidelines.

46.0 DECLARATION

The contractor has to declare that, any other miscellaneous materials required as per site

condition to execute the work in complete manner which is not included in the price schedule, has been

taken into consideration during quoting the price for each scope. They understand that, the quoted sub

scope price shall be considered as inclusive of these extra required items.

Further, the contractor has to declare that, in the event of any deviation to scope of work, they

will submit the rate analysis (both supply and erection), drawing (if required ) for the additional items

not included in the price schedule before execution of the deviated/extra work beyond the original

scope of the work to the satisfaction of CESU.

Page 28: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 28

SECTION – III

PRICE SCHEDULE FORMAT

SCHEDULE OF QUANTITY & PRICE

ERECTION & COMMISSIONING OF ………………………………..

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

Sl.

No.

Description of

works.

Unit Quantity Unit

Supply

Rate.

(Rs.)

Amount

(Rs.)

Unit

Erection

Rate

(Rs.)

Amount

(Rs)

Total

(Rs)

1 2 3 4 5 6=(4x5) 7 8=(4x7) 9=(7+8)

1.

TOTAL (RS.)

Rupees in words………………………………………………………………………..

Please refer price schedule format of the Bid proposal sheets enclosed with this tender specification.

Bidders are required to enter their item wise rates in individual sheet of the package for which he wants to

submit their total bid.

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 envelope for the

package separately in Sealed Condition. One soft copy in CD shall also be submitted in the Price Bid.

(Signature of the Bidders)

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. In the event of multiple supply and erection price quoted for the same item the lowest

quoted supply and erection rate for the item shall be considered for evaluation.

v. Any other miscellaneous materials required as per site condition to execute the work in

complete manner which is not included in the above price schedule, has to be taken into

consideration during quoting the price for each scope. The quoted sub scope price is

considered to be inclusive of these extra required items

Page 29: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 29

vi. If the quoted/evaluated rate of the bidder is less than 14.99% (without round off ) of the

tender estimated cost, then such a bid shall be rejected and tender shall be finalized basing

on merits of rest bids i.e. for Rs. 100 estimated cost lowest accepted quoted/evaluated price

is Rs. 85.01.

vii. Regarding less quoting of price bid w.r.t tender estimated cost as per amendment of

OPWD code:

Additional Performance Security shall be obtained from the bidder when the bid amount is

less than the estimated cost put to tender. In such an event, the bidders who have quoted less

bid price / rate than the estimated cost put to tender shall have to furnish the exact amount of

differential cost i.e. estimated cost put to tender minus the quoted amount as Addition

Performance Security in shape of Demand draft / Term Deposit Receipt pledged in favour of

CESU with validity same as the validity of CPBG for this tender in sealed envelope along with

the price bid at the time of submission of bids.

The bids of the technically qualified bidders will be opened for evaluation of the price bid. In

case of the bidders quoting less bid price / rate than the estimated cost put to the tender and

have not furnished the exact amount of the differential cost (i.e. estimated cost put to tender

minus the quoted amount) as Additional Performance Security in shape of Demand Draft /

Term Deposit Receipt, their price bid will not be taken in to consideration for evaluation even

if they have qualified in the technical bid evaluation.

This security amount shall be released only after expire of validity of CPBG as mentioned in

Clause 29.04 of GCC. The aforesaid amount shall not carry any interest payable to the bidder.

Page 30: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 30

SECTION – IV

Page 31: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 31

ANNEXURE – I

BID PROPOSAL LETTER

Electrical Installation of Works under CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA

Bidder’s Name and Address :

(in case of JV/Consortium, Name of JV/Consortium)

Bid Proposal Reference:

Person to be contacted:

Designation:

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

To, Fax No:-

Name & Address of the Purchaser’s designated Officer

Dear Sir,

We the undersigned bidder have read and examined the detailed specification and bidding documents

for execution of various electrical installation works and do herewith submit our bid for the following

package:

Sl. No. Name of the Purchaser

Name of the

Division

Package Code

Reference

We declare the following:

1.0 PRICES AND VALIDITY :

1.01 All the prices and price components stated in our bid proposal are firm and not subject to any

price adjustment, in line with the bidding documents. All the prices and other terms and

conditions of this proposal are valid for a period of six months from the date of opening of the

bids. We further declare that prices stated in our proposal are in accordance with “Instructions to

Bidders” of bidding documents.

1.02 We do hereby confirm that our bid prices as quoted in attached Schedules include all import

duties and levies including license fees lawfully payable by us on imported items and other

taxes, duties and levies applicable on bought – out components, materials, equipment and other

Page 32: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 32

items and confirm that any such taxes, duties and levies additionally payable shall be to our

account.

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

the Sales Tax Act, as applicable, are included in our quoted bid price and there shall not be any

liability on this account to the Purchasers. We understand that Purchasers shall, deduct such

taxes at source as per the rules and issue TDS Certificate to us.

1.04 We confirm that, in our Bid Price, we have considered service tax in line with lawful prevalent

practice.

1.05 Price components of various items are indicated in the B.O.Q. for the respective works.

1.06 We further declare that while quoting the price, the due credit under MODVAT scheme, re-

christened as CENVAT scheme, as per relevant Government policies wherever applicable, have

been taken into account.

1.07 We, having studied the bidding document in three volumes relating to taxes & duties and hereby,

declare that if any income tax, charge on income tax or any other corporate tax is attracted under

the law, we agree to pay the same.

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

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

Technical Specifications and other bidding documents and drawings to ascertain the full scope of

work included in each item while filling in the related and prices. We agree that the entered rates

and prices shall be deemed to include the full scope as aforesaid, including overheads and

profits.

1.09 We understand that in the price schedule, if there is discrepancy between the unit price and total

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

1.10 We declare that prices for items left blank in the schedules will be deemed to have been included

in other items. The TOTAL for each schedule and the TOTAL of Grand summary shall be

deemed to be the total price for executing the facilities and sections thereof in complete

accordance with the contract, whether or not each item has been priced

2.0 CONSTRUCTION OF THE CONTRACT

2.01 We declare that we are making the offer on the basis of indivisible supply-cum- Erection

contract on a single source responsibility basis.

3.0 BID SECURITY( EMD)

We are enclosing DD no. dtd. Amounting to Rs. (Rupees only) issued

by bank branch, payable on Bhubaneswar towards Bid Security

against our above Bid. The Bid Security amount has been computed by adding the Estimated

Cost of the package no.s for which we are submitting our bid.

Page 33: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 33

4.0 EQUIPMENT PERFORMANCE GURANTEE

We declare that the ratings and performance figures of the equipment to be furnished and erected

by us are guaranteed. The Guaranteed particulars of different equipments are enclosed along

with our bid.

5.0 BID PRICING

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

of Bidders of Conditions of Contract, Volume-1 of the bid documents.

6.0 PRICE ADJUSTMENT

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

7.0 QUALIFICATION

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

you under clause 6.0 ‘Invitation for Bids’. Further we have filled in the information for

qualification requirements. In case you require any further information in this regard, we agree

to furnished the same in time

8.0 DEVIATIONS

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

and documents except for the variations and deviations all of which have been detailed out

exhaustively in the following schedules, irrespective of whatever has been stated to the

contrary anywhere else in our proposal.

a) Commercial Deviations Schedule

b) Cost of withdrawal of Deviations on Critical

c) Technical Deviation Schedule

8.02 We confirm that specified stipulation of following critical clauses are acceptable to us and no

deviations/exceptions are taken on any account whatsoever in the following clauses :

(a) Payment Terms :

(b) Bid Guarantee :

(c) Contract Performance Guarantee :

(d) Liquidated Damages for delay :

(e) Prices and Price Adjustment :

(f) Guarantee / Warrantees :

8.03 Further, we agree that the additional conditions, deviations, if any, found in our bid proposal

documents other than those stated in attached Deviation Schedules, save that pertaining to any

rebates offered, shall not be given effect to.

9.0 ADDITIONAL INFORMATION

We have included with this proposal additional information listed. We further confirm that such

additional information does not imply any additional deviation beyond those covered in

appropriate schedules and in case of any contradiction between these additional information and

other provisions of Bid, the latter prevail.

10.0 GURANTEE DECLARATION

Page 34: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 34

We guarantee that the equipment offered shall meet the rating and performance requirements

stipulated in this specification. The Guarantee Declaration which shall attract levy of liquidated

damages for non-performance is indicated in the relevant schedule.

11.0 BOUGHT-OUT AND SUB-CONTRACTED ITEM

We are furnishing herewith at appropriate Schedule, the detail of all major item of supply

amounting to more than 10% of our Bid Price, which were propose subletting giving detail of the

name of sub-contractor/sub-vendor and quantity for each item.

12.0 WORK SCHEDULE

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

complete the entire work from time to time, in accordance with schedule indicated in the

proposal. We fully understand that the time schedule stipulated in this proposal is the essence of

the contract, if awarded. The completion schedule of the various major key phases of the work is

indicated in the designated schedule.

13.0 CONTRACT PERFORMANCE GUARANTEE

We further agree that if our Bid is accepted we shall provide an irrevocable Bank guarantee

towards Contract Performance Guarantee, of value equivalent to ten percent (10%) of the

Contract Price initially valid up to the end of ninety (90) days after the end of the contract

warranty period in the form of Bank Guarantee in your favour within 30 (thirty) days from the

date of ‘Notice of Award of Contract’ and enter into a formal agreement with you immediately

thereafter.

14.0 CHECK LIST

We have included a check list duly filled in Schedule. We understand that only this check list,

commercial and technical deviation will be read out during the part-I bid opening before the

bidders present.

(For Joint Venture/consortium only)

We, the Partners of joint venture/ consortium submitting their Bid, do agree and confirm that in

case of Award of the Contract on the joint venture, we shall be jointly and severally responsible

for the execution of the contract in accordance with contract terms and conditions.

We, hereby declare that only the persons or firms interested in this proposal as principals are

named herein and that no other persons or firms other that those mentioned herein have any

interest in this proposal or in the contract to be entered into if we are awarded the contract, and

that this proposal is made without any connection with any other person, firm or party likewise

submitting a proposal and that this proposal is in all respect for and in good faith, without

collusion or fraud.

Dated this ………………………..day of ………………………………20…..

Thanking you,

Yours faithfully,

Page 35: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 35

(Signature of the Authorised Signatory)

Printed Name ……………………………

Designation ……………………………..

Common Seal off the company………..

(To be signed by lead partner case of Joint Venture) Signature of other partner (s) in case of

Joint Venture)

Printed Name …………………

Designation …………………..

Date : ………………………….

Place :

(Written power of Attorney of all signatories of the bid to commit the Bidder must be enclosed

with the Bid. In case of joint venture, the written Power of Attorney of all signatories from

respective partners must be enclosed with the Bid.

*** Applicable case of a Bid from Joint Venture of Firms. Further, the Bid must be signed by

each partner of the Joint venture.

Page 36: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 36

ANNEXURE – I (A)

U N D E R T A K I N G

Under the scope of the tender specification No_______________, We M/s ___________ do hereby

undertake to

1) Execute the Project covered under the above specification on Complete turnkey basis ( Supply and

Erection) and there shall be no deviation in any manner both for commercial & technical requirement as

stipulated in bid documents. We understand that our price offer shall not be considered if we are found unsuitable

in the minimum qualifying criteria.

2) Declare that, any other miscellaneous materials required as per site condition to execute the work in

complete manner which is not included in the price schedule, has been taken into consideration during quoting

the price for each scope. We understand that, the quoted sub scope price shall be considered as inclusive of these

extra required items.

3) Declare that, in the event of any deviation to scope of work we will submit the rate analysis (both

supply and erection), drawing (if required ) for the additional items not included in the price schedule before

execution of the deviated/extra work beyond the original scope of the work to the satisfaction of CESU.

( To be made in the company letter head)

Authorized Signatory and seal of the company

Page 37: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 37

ANNEXURE – II

DECLARATION FORM

To

Chief General Manager (Technical)

CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA

Head Office: IDCO TOWER, 2nd Floor, Janpath, Bhubaneswar-751022

Sir,

Having examined the above specifications together with the Tender terms and conditions referred to

therein

1 – I / We the undersigned do hereby offer to supply the materials covered there on in complete shape in

all respects as per the rules entered in the attached contract schedule of prices in the tender.

2 – I / We do hereby under take to have the materials delivered within the time specified in the tender.

3 – I / We do hereby guarantee the technical particulars given in the tender supported with necessary

reports from concerned authorities.

4 – I / We do hereby certify to have purchased a copy of the tender specifications by remitting Cash /

Demand draft & this has been duly acknowledged by you in your letter No…………Dt…………

5 – I / We do hereby agree to furnish the composite Bank Guarantee in the manner specified / acceptable

CESU& for the sum as applicable to me / us as per clause No.29 of Section -II of this specification

within fifteen days of issue of Letter of intent / Purchase Order , in the event of purchase order being

decided in my / us favour , failing which I / We clearly understand that the said LOI / P.O. shall be liable

to be withdrawn by the purchaser

Signed this…………….Day of……………………20…

Yours faithfully

(Signature of Bidder with Seal of Company)

(This form should be duly filled up by the Bidder & submitted along with the original copy of the

Tender)

Page 38: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 38

ANNEXURE – III

PROFORMA FOR CONTRACT PERFORMANCE BANK GUARANTEE

(To be executed on Rs. 100/- Non-judicial Stamp Paper purchased in the name of the BG Issuing

Bank)

This Guarantee Bond is executed this ____ day of ___________________________ by us,

_____________________________________________________ Bank at ___________________

P.O.__________ P.S. ____________Dist ________________ State __________

Whereas the Chief General Manager (Technical) CENTRAL ELECTRICITY SUPPLY UTILITY OF

ORISSA Head Office: IDCO TOWER, 2nd Floor, Janpath, Bhubaneswar-751022 a Body corporate/

Company ( CESU), constituted under the Electricity Act, 2003. (here in after called “Purchaser”) has

placed Work Order No._________ Dt.___________ (hereinafter called “Agreement”) with

M/s_________________(Lead partner) and M/s ________________________(JV Partner(s)) (hereinafter

called “the Contractor”) for supply and installation of ________________ (description of the works) and

whereas CESU has agreed (1) to exempt the Contractor from making payment of security deposit, (2) to

release 100% payment of the cost of materials as per the said agreement and (3) to exempt from

performance guarantee on furnishing by the Contractor to the CESU 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 the Purchaser 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 Purchaser an amount not

exceeding Rs._____________ (Rupees _______________________________ ) only against any loss or

damage caused to or suffered by the Purchaser 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 from the Purchaser stating that the

amount claimed is due by way of loss or damage caused to or suffered by Purchaser 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.

Page 39: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 39

3. We, the ________________________ Bank also undertake to pay to the Purchaser 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 irrevocable. The payment so made by us under this bond shall 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 effect 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 the Purchaser under by

virtue of the said Agreement have been fully paid and its claim satisfied or discharged or till Purchaser

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 our Bhubaneswar branch at

________________________ (Name, address of the Bhubaneswar branch and code No.) in writing on or

before __________________ (date) we shall be discharged from all liability under this guarantee

thereafter.

5. We, the _________________________ Bank further agree that the Purchaser 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 the Purchaser or

any indulgence by the Purchaser 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 the Purchaser 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.

Page 40: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 40

Our ………………………. branch at Bhubaneswar (Name & Address of the Bhubaneswar branch) is

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 at our Bhubaneswar branch a written claim or

demand and received by us at our Bhubaneswar branch 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:

(Mention the name of JV partner(s), if any)

(2) No. & date of the purchase order/ agreement:

(3) Amount of P.O. :

(4) Name of Materials :

(5) Name of the Bank:

(6) Amount of the Bank Guarantee:

(7) Name, Address and Code No. of the Bhubaneswar Branch of the Issuing Bank:

(8) Validity period or date up to which the agreement is valid:

(9) Signature of the Constituent Authority of the Bank with seal:

(10) Name & addresses of the Witnesses with signature:

(11) The Bank Guarantee shall be accepted only after getting confirmation from the respective Banks.

Page 41: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 41

ANNEXURE – IV

PROFORMA OF BANK GUARANTEE FOR ADVANCE PAYMENT

(To be stamped in accordance with Stamp Act)

(To be executed on Rs. 100/- Non-judicial Stamp Paper purchased in the name of the BG Issuing

Bank)

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

Date ............................

To

The Chief General Manager (Technical)

CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA

Head Office: IDCO TOWER, 2nd Floor, Janpath, Bhubaneswar-751022

Dear Sir,

In consideration of CESU (hereinafter referred to as the ‘Purchaser’, which expression shall, unless

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

having awarded to M/s.................. (Lead partner) and M/s ________________________(JV

Partner(s)) (hereinafter referred to as the "Contractor” which expression shall unless repugnant to

the context or meaning thereof, include its successors, administrators, executors and assigns), a

Contract by issue of Purchaser’s Letter of Award No.................. dated ................... and the same

having been acknowledged by the Contractor, resulting in a Contract bearing No.......................

dated .................. valued at ...................... for .................................................................. (scope of

work)................................... (hereinafter called the 'Contract’) and the Purchaser having agreed to

make an advance payment to the Contractor for performance of the above Contract amounting

................................. (in words and figures ) as an advance against Bank Guarantee to be furnished

by the Contractor.

We,.................................................................................................................................

(Name of the Bank)

having its Head Office at .............................. (hereinafter referred to as the ‘Bank’, which

expression shall, unless repugnant to the context or meaning thereof , include its successors,

administrators, executors and assigns ) do hereby guarantee and undertake to pay the

Purchaser, immediately on demand any or, all monies payable by the Contractor to the extent

of ..................................... as aforesaid at any time upto ........ @ ............... without any demur,

reservation, contest, recourse or protest and / or without any reference to the Contractor. Any

such demand made by the Purchaser on the Bank shall be conclusive and binding

notwithstanding any difference between the Purchaser and the Contractor or any dispute

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

Page 42: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 42

guarantee herein contained shall be irrevocable and shall continue to be enforceable till the

Purchaser discharges this guarantee.

The Purchaser shall have the fullest liberty without affecting in any way the liability of the Bank

under this guarantee, from time to time to vary the advance or to extend the time for

performance of the Contract by the Contractor. The Purchaser shall have the fullest liberty

without affecting this guarantee, to postpone from time to time the exercise of any powers.

Vested in them or of any right which they might have against the Contractor, and to exercise the

same at any time in any manner, and either to enforce or to forbear to enforce any covenants,

contained or implied, in the Contract between the Purchaser and the Contractor or any other

course or remedy or security available to the Purchaser. The Bank shall not be released of its

obligations under these presents by an exercise by the Purchaser of its liberty with reference to

the matters aforesaid or any of them or by reason of any other act or forbearance or other acts of

omission or commission on the part of the Purchaser or any other indulgence shown by the

Purchaser or by an other matter or thing, whatsoever, which under law would, but for this

provision have the effect of relieving the Bank.

Bank also agrees that the Purchaser at its option shall be entitled to enforce this Guarantee against the

Bank as a principal debtor, in the first instance without proceeding against the Contractor and

notwithstanding any security or other guarantee that the Purchaser may have in relation to the

Contractor'’ liabilities.

Notwithstanding anything contained hereinabove our liability under this guarantee is limited to

.................. and it shall remain in force upto and including ...........@ ........... and shall be extended from

time to time for such period (not exceeding one year ), as may be desired by M/s. ........................ on

whose behalf this guarantee has been given.

The Guarantee will not be discharged due to change in the name, style and constitution of the Bank and

or Contractor(s).

All other contentions in B.G will safe guard the interest of <Purchaser>.

We, the _________________________ Bank lastly undertake not to revoke this Guarantee during its

currency except with the previous consent of the <Purchaser> 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.

Page 43: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 43

The Bank Guarantee shall be valid up to _____________________ only.

Our ………………………. branch at Bhubaneswar (Name & Address of the Bhubaneswar branch) is

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 at our Bhubaneswar branch a written claim or

demand and received by us at our Bhubaneswar branch on or before Dt.__________ otherwise bank shall

be discharged of all liabilities under this guarantee thereafter.

For _____________________________________

(indicate the name of the Bank )

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

WITNESS

.................................................. ......................................................................

(Signature) (Signature)

......................................................... .....................................................................

(Name) (Name)

.......................................................... ...........................................................................

(Official Address) (Designation with Bank Stamp)

Attorney as per

Power of Attorney No...................

Dated ...........................................

@ This date shall be ninety (90) days after the schedule date of completion of the Contract.

Page 44: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 44

ANNEXURE – V

FORM OF POWER OF ATTORNEY FOR JOINT VENTURE

(On Non –Judicial Stamp Paper of Appropriate value

to be Purchased in the Name of Joint Venture)

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

hereunder…………………………….. have formed a joint Venture under the laws of

…………………………………………. and having our Head Office (s) at

……………………………….(hereinafter called the ‘Joint Venture’ which expression shall unless

repugnant to the context or meaning thereof, include its successors, administrators and assigns) acting

through M/s…………………………………. being the Partner in-charge do hereby constitute, nominate

and appoint M/s……………………………………………. a company incorporated under the laws of

…………..and having its Head Office at …………….as our duly constituted lawful Attorney

(hereinafter called “Attorney” or “Authorised Representative” or “Partner in charge”) to exercise all or

any of the powers for and on behalf of the joint venture in regard to specification No…………….. for

construction of ……………. (name of the package) of ………………. (name of the <Purchaser>)

(hereinafter called the “Purchaser”) and the bids for which have been invited by the Purchaser, to

undertake the following acts :

(i) To submit proposal and participate in the aforesaid Bid – Specification of the Purchaser

on behalf of the “Joint Venture”.

(ii) To negotiate with Purchaser the terms and conditions for award of the contract pursuant

to the aforesaid Bid and to sign the contract with the Purchaser for and on behalf of the

“Joint Venture”.

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

(iv) To receive, accept and execute the contract for and on behalf of the “Joint Venture”.

It is clearly understood that the Partner in-charge (Lead Partner) shall ensure performance of the

contracts(s) and if one or more Partner fail to perform their respective portion of the

contracts(s), the same shall be deemed to be a default by all the partners.

It is expressly understood that this power of Attorney shall remain valid binding and irrevocable

till completion of the Defect of liability period in terms of the contract.

The Joint Venture hereby agrees and undertakes to ratify and confirm all the whatsoever the said

Attorney/ Authorised Representative / Partner in-charge quotes in the bid, negotiates and signs

the Contract with the Purchaser and / or proposes to act on behalf of the Joint Venture by virtue

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

Page 45: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 45

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

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

for and on behalf of

the Partners of Joint Ventures

…………………………………

…………………………………

…………………………………

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

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

WITNESS

1. Signature …………………………………

Name …………………………………

Designation …………………………………

Occupation …………………………………

2. Signature …………………………………...

Name ……………………………………….

Designation …………………………………

Occupation …………………………………

Page 46: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 46

ANNEXURE – VI 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 BID SPECIFICATION NO.

……………………………………………………………. OF (Purchaser).

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 …………….

…………….……………………...…. ……………. (hereinafter 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 (Purchaser)., a

company incorporated under the ……………. having its. Registered Office at

……………………………………. (hereinafter called the "Purchaser). '

WHEREAS the Purchaser invited bids as per the above mentioned Specification for the design

manufacture, supply and erection, testing and commissioning of Equipment Materials stipulated in the

bidding documents under subject Package for

AND WHEREAS Annexure -A (Qualification Requirement of the Bidder), Section-SCC, Vol.-IA,

forming part of the bidding documents, stipulates that a Joint Venture of two or more qualified firms as

partners, meeting the requirement of Annexure-A, Section SCC as applicable may bid, provided the Joint

Venture fulfills all other requirements of Annexure-A, Section SCC 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 47: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 47

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 Purchaser vide proposal No dated by Lead Partner

based on the Joint Venture agreement between all the Partners under these presents and the bid in

accordance with the requirements of Annexure-A (Qualification Requirements of the Bidders), Section -

SCC 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 Purchaser 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 Purchaser 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 Purchaser 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 Purchaser, on its demand without any demur. It. shall not be

necessary or obligatory for the Purchaser 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 Purchaser, with respect to

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

said Joint Venture agreement, read in conjunction with the relevant conditions of the Contract shall,

however, not be limited in any way so as to restrict or limit the liabilities of any of the Partners of the

Joint Venture agreement.

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

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

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

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

responsibilities of the Partners under this Contract.

Page 48: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 48

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 Purchaser in the forms acceptable to purchaser for value of 10% of the Contract Price in

the currency/currencies of the Contract.

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

the Contract, and shall continue to be enforceable till the Purchaser 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 authorised 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 …………….…………….

Page 49: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 49

Name …………….…………….…………… Common Seal of the company

Designation…………….…………….… …………….…………….………….

WITNESSES :

1. …………….…………….…………. 2.…………….…………….………….

(Signature) (Signature)

Name …………..…………….……… Name …………….…………….………….

…………….…………….……………

…………….…………….………….

(official address) (Official address)

Page 50: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 50

ANNEXURE – VII (A)

LETTER OF COMPLIANCE OF QUALIFYING REQUIREMENT

(In case of Bidder being a Single Firm)

To

The Chief General Manager ( Technical )

CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA

Head Office: IDCO TOWER, 2nd Floor, Janpath, Bhubaneswar-751022

Dear Sir,

I/We ……………. (Name of Bidder) are submitting the bid as a single firm. In support of our meeting

the Qualifying requirements (QR) for bidders, stipulated in this tender specification, we furnish herewith

the details/documents etc. as follows.

Table – A : Previous Works Experience :

Package

Quoted

for

Description

of

Proposed

Works

Tender

Qty

Qty Installed & Commissioned

Sl. No. FY

Name

of

Client

WO Ref Qty

Installed

Documents provided

in proof of having

executed the works

during the relevant

FY.

Table – B : Average Annual Turnover :

Package Quoted for

Estimated Cost

of the Package

(Rs. in Lakh)

Annual Turnover Data

(Rs. in Lakh)

Financial Year

Turnover

(Rs. in Lakh)

2013-14

2014-15

2015-16

Total Estimated Cost of

the packages quoted for

Average Turnover

Page 51: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 51

Table – C : Access to Credit Facility :

Package Quoted for

Estimated Cost

of the Package

(Rs. in Lakh)

Liquid Assets as on

31.05.2017 Credit Facility

Description

(Rs. in

Lakh) Description

(Rs. in

Lakh)

Cash at Bank

Un Utilized

Cash Credit

Balance

Short term

Fixed

Deposits

Others (Pl

Specify)

One fifth of the total

Estimated Cost.

Total Liquid

Assets

Total Credit

Facility

Note- 1 : Continuation sheets, of like size and format, may be used as per Bidder’s requirements and

annexed to this Schedule.

2 : Bidder are required to furnish all the above data against their liquid assets from their

concerned Bank as on 31.05.2017 in Bank letter head only.

I/We declare that we are fulfilling the qualifying requirements as per clause no. 2.0 of Section – I,

Invitation for Bids (IFB).

For & on behalf of ………… (Name of the Bidder).

Page 52: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 52

ANNEXURE – VII (B)

LETTER OF COMPLIANCE OF QUALIFYING REQUIREMENT

(In case of Bidder being a Joint Venture / Consortium Firm)

To

The Chief General Manager (Technical)

CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA

Head Office: IDCO TOWER, 2nd Floor, Janpath, Bhubaneswar-751022

Dear Sir,

I/We ……………. (Name of Bidder) are submitting the bid as a single firm. In support of our meeting

the Qualifying requirements (QR) for bidders, stipulated in this tender specification, we furnish herewith

the details/documents etc. as follows.

Name of the members of the JV / Consortium

1.

2.

3.

Table – A : Previous Works Experience : Name of the Member (any one member only)

Package

Quoted

for

Description

of Proposed

Works

Tender

Qty

Qty Installed & Commissioned

Sl.

No. FY

Name of

Client WO Ref

Qty

Installed

Documents

provided in

proof of having

executed the

works during

the relevant

FY.

Page 53: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 53

Table – B : Average Annual Turnover : (All the members of JV/Consortium taken together)

Package

Quoted for

Estimate

d Cost of

the

Package

(Rs. in

Lakh)

Annual Turnover

(Rs. in Lakh)

Annual Turnover

(Rs. in Lakh)

Total Annual

Turnover

(Rs. in Lakh)

Name of

Member 1

Name of

Member 2

Name of

Member 2

Financial

Year

Turnover

(Rs. in

Lakh)

Financial

Year

Turnover

(Rs. in

Lakh)

Financial

Year

Turnover

(Rs. in

Lakh)

FY

2013 - 14

FY

2013 - 14

FY

2013 - 14

FY

2014 – 15

FY

2014 – 15

FY

2014 – 15

FY

2015 - 16

FY

2015 - 16

FY

2015 - 16

Total Total Total

Total

Estimated

Cost of the

packages

quoted for

Average

Turnover

Table – C : Access to Credit Facility : (All the members of JV/Consortium taken together)

Package

Quoted for

Estimated

Cost of the

Package

(Rs. in Lakh)

Liquid Assets as on 31.05.2017 Credit Facility

Member 1 Member 1

Description (Rs. In Lakh) Description (Rs. in

Lakh)

Cash at Bank

Un Utilized

Cash Credit

Balance

Short term Fixed

Deposits

Others (Pl

Specify)

Total Liquid

Assets

Total Credit

Facility

Liquid Assets as on 31.05.2017 Credit Facility

Member 2 Member 2

Description (Rs. In Lakh) Description (Rs. in

Lakh)

Cash at Bank

Un Utilized

Cash Credit

Page 54: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 54

Balance

Short term Fixed

Deposits

Others (Pl

Specify)

Total Liquid

Assets

Total Credit

Facility

Liquid Assets as on 31.05.2017 Credit Facility

Total for JV 3 Total for JV 3

Description (Rs. In Lakh) Description (Rs. in

Lakh)

Cash at Bank

Un Utilized

Cash Credit

Balance

Short term Fixed

Deposits

Others (Pl

Specify)

One fifth of

the total

Estimated

Cost.

Total Liquid

Assets

Total Credit

Facility

Note-1: Continuation sheets, of like size and format, may be used as per Bidder’s requirements and

annexed to this Schedule.

Note- 2 : Bidder are required to furnish all the above data against their liquid assets from their

concerned Bank as on 31.05.2017 in Bank letter head only.

I/We declare that we are fulfilling the qualifying requirements as per clause no. 2.0 of Section – I,

Invitation for Bids (IFB).

For & on behalf of ………… (Name of the Bidder).

(All members of JV / Consortium should sign).

Details of qualification and experience of key personnel proposed for carrying out the works

Sl.

No

Name of

Personnel

Degree/

Diploma Branch

Year

of

Passing

Past Experience

From To Name of

Employer

Position

Held

Responsibi

lities/

Relevant

experience

Page 55: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 55

Date: (Signature) …………………..

Place: ( Printed Name) ……………….

(Designation) …………………..

(Common Seal) …………………

Note: 1. Continuation sheets, of like size and format, may be used as per Bidder’s

requirements and annexed to this Schedule.

2. In case of Joint Venture, separate sheet for each partner of Joint Venture

should be used.

Details for sub-contracting elements amounting to more than 10% of bid price

Sl. No Item Description

Qty. proposed to be bought-out/

Sub- contracted Source of Supply

1.

2.

3.

Page 56: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 56

4.

5.

Date: (Signature) …………………..

Place: (Printed Name) ……………….

(Designation) …………………..

(Common Seal) …………………

Page 57: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 57

ANNEXURE – VIII

DETAILS OF COMMERCIAL DEVIATIONS

Bidder’s Name & Address

To

The Chief General Manager ( Technical )

CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA

Head Office: IDCO TOWER, 2nd Floor, Janpath, Bhubaneswar-751022

Dear Sirs,

Sub: Commercial Deviation for Construction of Name of the project.

The following are the Commercial Deviations and variations from and exceptions to the specifications

and documents for the subject Project. These deviations and variations are exhaustive. Except for these

deviations, the entire work shall be performed as per your specifications and documents

Volume/Clause Ref./Page No.

As specified in

the Specification

Commercial deviation and

variation to the specification

Date: (Signature) …………………..

Place: ( Printed Name) ……………….

(Designation) …………………..

(Common Seal) …………………

Note: 1. Continuation sheets, of like size and format, may be used as per Bidder’s

requirements and annexed to this Schedule.

2. This will be read out during opening of Part-I Bid.

Page 58: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 58

ANNEXURE – IX

DETAILS TECHNICAL DEVIATIONS

To

The Chief General Manager ( Technical )

CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA

Head Office: IDCO TOWER, 2nd Floor, Janpath, Bhubaneswar-751022

Dear Sirs,

Sub: Technical Deviation for Construction of ………………. Name of the Project.

The following are the Technical Deviations and variations from and exceptions to the specifications and

documents for the subject package. These deviations and variations are exhaustive. Except for these

deviations, the entire work shall be performed as per your specifications and documents

Volume/Clause Ref./Page No.

As specified in the

Specification / Relevant ISS

Technical deviation

and variation to the

specification

Date: (Signature) …………………..

Place: (Printed Name) ……………….

(Designation) …………………..

(Common Seal) …………………

Note: 1. Continuation sheets, of like size and format, may be used as per Bidder’s

requirements and annexed to this Schedule.

2. The deviations and variations, if any, shall be brought out separately for

each of the equipment.

3. This will be read out during opening of Part – I bid.

Page 59: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 59

ANNEXURE – X

ADDITIONAL INFORMATION

Bidder’s Name & Address

To

The Chief General Manager ( Technical )

CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA

Head Office: IDCO TOWER, 2nd Floor, Janpath, Bhubaneswar-751022

Dear Sirs,

We have enclosed with our proposal the following additional information for the subject, package.

Sl. No Brief description of Information Ref.& Page No.

Date: (Signature) …………………..

Place: (Printed Name) ……………….

(Designation) …………………..

(Common Seal) …………………

Note: Continuation sheets, of like size and format, may be used as per Bidder’s

requirements and annexed to this Schedule.

Page 60: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 60

ANNEXURE – XI BOUGHT OUT & SUB CONTRACTED ITEMS

To

The Chief General Manager (Technical)

CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA

Head Office: IDCO TOWER, 2nd Floor, Janpath, Bhubaneswar-751022

Dear Sir,

We hereby furnish the details of the items/sub-assemblies to buy for the purpose of subject package

Date:

N.B. :- :- a) Source of supply are restricted to 3 to 4 nos of reputed manufacturers.

(b) All the major materials having valid type test certificate from CPRI/ NABL accredited labolatory/

Govt approved laboratory within 5 year from the date of tender notification will be considered for the

project.

(Signature of Bidder)

Place: Dt

Sl. No Item description Source of Supply

1. ISI Marked 11 KV, 3 x 300 mm2 XLPE Armoured Cable ………………………..

2. ISI Marked LT 3.5 Core 25 mm2 AL. XLPE Armoured Cable …………………

3. 11 KV Jointing Kit for 3 x 300 mm2 cable …………………………………….

4. LT Jointing Kit for 31/2 x 25 mm2 cable …………………………………….

5. Joist Pole : ………………………………

6. HDPE Pipe : ……………………………………………………..

7. MS Channel & Angle : ………………..

8. 55 mm2 AAAC ……………………….

9. Insulator: ……………………….

10. 10/25/63 KVA, 11/0.23 / 0.4 KV Distribution Transformers

11. LT AB Cable : …………………………

12. PSC Pole :

13. Other major materials… ……………………..…………………………….

Page 61: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 61

ANNEXURE – XII

WORK COMPLETION SCHEDULE

To

The Chief General Manager ( Technical )

CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA

Head Office: IDCO TOWER, 2nd Floor, Janpath, Bhubaneswar-751022

Dear Sir,

We hereby declare that, the work shall be completed within 6 (Six) months from date of award of

contract as per following Work Completion Schedule which shall be followed by us

Sl. No Description of Work Period in Months( from the date of WO)

1 Completion of detailed engineering

2 Procurement of raw materials

3 Establishment of site office

4 Erection

(a) Commencement

(b) Completion

5 Testing & Pre-commissioning

(a) Commencement

(b) Completion

6 Commissioning

Date: (Signature of bidder) …………………..

Place:

Page 62: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 62

ANNEXURE – XIII

CHECK LIST

To

The Chief General Manager ( Technical )

CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA

Head Office: IDCO TOWER, 2nd Floor, Janpath, Bhubaneswar-751022

Dear Sir,

Sl.

No.

Item Description Status of the

Submission of

data

Remarks

1 2 3 4

1. Bid Guarantee Yes /No If yes please give details No,

amount, validity & date of issue.

2. Qualifying Data Yes /No

3. Commercial Deviation Yes /No

4. Technical Deviation Yes /No

5. Cost of withdrawn of

deviations

Yes /No

6. Bid validity Yes /No If yes state here the period.

7. Period of completion Yes/No

If, yes please state here the period of

completion.

8. Additional information offered

by bidder

State here briefly

N.B.:- The contents of this schedule will be read out during opening of Part-I Bid.

………………………

Signature of Bidder

Date & Seal:

N.B :-

1. The bid guarantee one original shall be furnished in sealed envelope appropriately

superscribed thereon.

2. All Schedules pertaining to prices (originals ) shall be furnished in a sealed envelope duly

superscribed thereon. Similarly one set of copies of such schedules shall be given in a

separate sealed envelope ( these are not to be opened during opening of Part –I ).

3. All other schedules, one set original shall be submitted in sealed envelope (these are to be

opened during Part –I bid opening )

Date: (Signature) …………………..

Place:

Page 63: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 63

ANNEXURE – XIV

PROFORMA OF INDEMNITY BOND TO BE EXECUTED BY THE CONTRACTOR

FOR THE EQUIPMENT HANDED OVER BY <PURCHASER> FOR PERFORMANCE

OF ITS CONTRACT

(Entire Equipment consignment in one lot )

(On non-Judicial stamp paper of appropriate Value )

INDEMNITY BOND

THIS INDEMNITY BOND is made this ............. day of ...........20 .............. by .................... a Company

registered under the Companies Act, 1956/ Partnership Firm / Proprietary Concern having its Registered

Office at .........................(hereinafter called as ‘Contractor’ or “Obligor” which expression shall include its

successors and permitted assigns ) in favour of <Purchaser>, a <Company/ Body Corporate> incorporated

under the <Companies Act, 1956 / Electricity Act-2003> having its <Registered Office/ Head Office> at <

Address> and its project at ............. ..... (hereinafter called “<Purchaser>”Which expression shall include

its successors and assigns ) :

WHEREAS <Purchaser> has awarded to the Contractor a Contract for ............... vide its Letter of Award /

Contract No.................... dated .................... and its Amendment No. .................. and Amendment

No.................. (applicable when amendments have been issued ) hereinafter called the “Contract”) in terms

of which <Purchaser> is required to handover various equipment to the Contractor for execution of the

Contract.

And WHERAS by virtue of Clause No............. of the said Contract, the Contractor is required to executive

an Indemnity Bond in favour of <Purchaser> for the Equipment handed over to it by <Purchaser> for the

purpose of performance of the Contract / Erection portion of the Contract (hereinafter called the

“Equipment”)

Page 64: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 64

NOW THEREFORE, This Indemnity Bond witnessth as follows :

1. That in consideration of various equipment as mentioned in the Contract, valued at Rs...

................ (Rupees ..................... ) handed over to the Contractor for the purpose of

performance of the Contract, the Contractor hereby undertakes to indemnify and shall keep

<Purchaser> indemnified, for the full value of the Equipment. The Contractor hereby

acknowledges receipt of the Equipment as per despatch title documents handed over to the

Contractor duly endorsed in their favour and detailed in the Schedule appended hereto. It is

expressly understood by the Contractor that handing over of the despatch title documents in

respect of the said Equipment duly endorsed by <Purchaser> in favour of the Contractor shall

be construed as handing over of the Equipment purported to be covered by such title

documents and the Contractor shall hold such Equipment is trust as a Trustee for and on behalf

of <PURCHASER> .

2. That the Contractor is obliged and shall remain absolutely responsible for the safe transit /

protection and custody of the Equipment at <PURCHASER> project Site against all risks,

whatsoever, till the Equipment are duly used / erected in accordance with the terms of the

Contract and the Plant / Package duly erected and commissioned in accordance with the terms

of the Contract, is taken over by <PURCHASER> . The Contractor undertakes to keep

<Purchaser> harmless against any loss or damage that may be caused to the Equipment.

3.

The Contractor undertakes that the Equipment shall be used exclusively for the performance/

execution of the Contract strictly in accordance with its terms and conditions and no part of the

equipment shall be utilized for any other work or purpose whatsoever. It is clearly understood by

the Contractor that non-observance of the obligations under this Indemnity Bond by the

Contractor shall inter-alia constitute a criminal breach of trust on the part of the Contractor for all

intents and purpose including legal / penal consequences .

4. That <PURCHASER> is and shall remain the exclusive Owner of the Equipment free from all

encumbrances, charges or liens of any kind, whatsoever. The Equipment shall at all times be

open to inspection and checking by Engineer0in Charge / Engineer or other employees/agents

authorised by him in this regard. Further, <Purchaser> shall always be free at all times to take

possession of the Equipment in whatever form the Equipment may be, if in its opinion the

Equipment are likely to be endangered, mis-utilised or converted to uses other than those

specified in the Contract, by any acts of omission or commission on the part of the Contractor

binds himself and undertakes to comply with the direction of demand of <Purchaser> to return

the Equipment without any demur or reservation.

Page 65: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 65

5.

That this indemnity Bond is irrevocable. If at any time any loss or damage occurs to the

Equipment or the same or any part thereof is misutilized in any manner whatsoever, then the

Contractor hereby agrees that the decision of the Engineer-in-Charge/Engineer of <Purchaser> as

to assessment of loss or damage to the Equipment shall be final and binding on the Contractor.

The Contractor binds itself and undertakes to replace the lost and/or damaged Equipment at its

own cost and/or shall pay the amount of loss of <Purchaser> without demur, reservation or

protest. This is without prejudice to any other right or remedy that may be available to

<Purchaser> against the Contractor under the Contract and under this Indemnity Bond.

6. NOW THE CONDITION of this Bond is that if the Contractor shall duly and punctually comply

with terms and conditions of this Bond to the satisfaction of <Purchaser>, THEN, the above

Bond shall be void, but otherwise, it shall remain in full force and virtue.

IN WITNESS WHEREOF, the Contractor has hereunto set its hand through its authorised

representative under the common seal of the Company, the day, month and year first above mentioned.

SCHEDULE

Particulars of

the Equipment

handed over

Quantity

Particulars of Dispatch Title

Documents Value of the

Equipment

Signature of

Attorney

(authorised

representative as

a token of receipt

RR / GR / No. /

Date of Bill of

Lading

Carrier

For an on behalf of

M/s..............................................

Page 66: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 66

WITNESS

1. 1. Signature ...................................... Signature .....................................

2. Name ........................................... Name ..........................................

3. Address........................................ Designation ................................

Authorised representative *

2. 1. Signature .....................................

2. Name .......................................... (Common Seal in case of Company)

3. Address .......................................

* Indemnity Bonds are to be executed by the authorised person and (i) in case of Contracting Company

under common seal of the Company or (ii) having the Power of Attorney issued under common seal of

the company with authority to execute Indemnity Bonds, (iii) In case of (ii), the original Power of

Attorney if it is specifically for this Contract or a Photostat copy of the Power of Attorney if it is General

Power of Attorney and such documents should be attached to Indemnity Bond.

Page 67: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 67

ANNEXURE – XV

PROFORMA OF INDEMNITY BOND TO BE EXECUTED BY THE CONTRACTOR

FOR THE EQUIPMENT HANDED OVER IN INSTALMENTS BY <PURCHASER>

FOR PERFORMANCE OF ITS CONTRACT

(On non-Judicial stamp paper of appropriate Value )

INDEMNITY BOND

THIS INDEMNITY BOND is made this ............. day of ...........20 .............. by .................... a Company

registered under the Companies Act, 1956/ Partnership Firm / Proprietary Concern having its Registered

Office at .........................(hereinafter called as ‘Contractor’ or “Obligor” which expression shall include

its successors and permitted assigns ) in favour of <Purchaser>, a <Company/ Body Corporate>

incorporated under the <Companies Act, 1956/ Electricity Act-2003> having its <Registered Office/

Head Office> at <Address> and its project at ............... ..... (hereinafter called “<PURCHASER>

”Which expression shall include its successors and assigns ) :

WHEREAS <PURCHASER> has awarded to the Contractor a Contract for ............... vide its Letter of

Award / Contract No.................... dated .................... and its Amendment No. .................. and

Amendment No.................. (applicable when amendments have been issued ) hereinafter called the

“Contract”) in terms of which <PURCHASER> is required to handover various equipment to the

Contractor for execution of the Contract.

And WHERAS by virtue of Clause No............. of the said Contract, the Contractor is required to

executive an Indemnity Bond in favour of <PURCHASER> for the Equipment handed over to it by

<PURCHASER> for the purpose of performance of the Contract / Erection portion of the Contract

(hereinafter called the “Equipment”)

NOW THEREFORE, This Indemnity Bond witnessth as follows :

1. That in consideration of various equipment as mentioned in the Contract, valued at Rs...

................ (Rupees .....................) handed over to the Contractor for the purpose of performance

of the Contract, the Contractor hereby undertakes to indemnify and shall keep <PURCHASER>

indemnified, for the full value of the Equipment. The Contractor hereby acknowledges receipt of

the Equipment as per dispatch title documents handed over to the Contractor duly endorsed in

their favour and detailed in the Schedule appended hereto. It is expressly understood by the

Contractor that handing over of the despatch title documents in respect of the said Equipment

duly endorsed by <PURCHASER> in favour of the Contractor shall be construed as handing

over of the Equipment purported to be covered by such title documents and the Contractor shall

hold such Equipment is trust as a Trustee for and on behalf of <PURCHASER> .

Page 68: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 68

2. That the Contractor is obliged and shall remain absolutely responsible for the safe transit /

protection and custody of the Equipment at <PURCHASER> project Site against all risks,

whatsoever, till the Plant / Package duly erected and commissioned in accordance with the terms

of the Contract, is taken over by <PURCHASER> . The Contractor undertakes to keep

<PURCHASER> harmless against any loss or damage that may be caused to the Equipment.

3. The Contractor undertakes that the Equipment shall be used exclusively for the performance /

execution of the Contract strictly in accordance with its terms and conditions and no part of the

equipment shall be utilised for any other work or purpose, whatsoever. It is clearly understood by

the Contractor that non-observance of the obligations under this Indemnity Bond by the Contractor

shall inter-alia constitute a criminal breach of trust on the part of the Contractor for all intents and

purpose including legal / penal consequences.

4. That <PURCHASER> is and shall remain the exclusive Owner of the Equipment free from all

encumbrances, charges or liens of any kind, whatsoever. The Equipment shall at all time be open

to inspection and checking by Engineer-in-Charge / Engineer or other employees / agents

authorized by him in this regard. Further , <PURCHASER> shall always be free at all times to

take possession of the Equipment in whatever from the Equipment may be, if in its opinion the

Equipment are likely to be endangered, mis-utilised or converted to use other than those specified

in the Contract, by any acts of omission or commission on the part of the Contractor or any other

person or on account of any reason, whatsoever, and the Contractor binds himself and undertakes

to comply with the directions of demand of <PURCHASER> to return the equipment without any

demur or reservation.

5. That this Indemnity Bond in irrevocable. If at any time any loss or damage occurs to the

Equipment or the same or any part thereof is mis-utilized in any manner whatsoever, then the

Contractor hereby agrees that the decision of the Engineer-in-Charge / Engineer of

<PURCHASER> as to assessment of loss or damage to the Equipment shall be final and binding

on the contractor. The Contractor binds itself and undertakes to replace the lost and / or damaged

Equipment as its own cost and / or shall pay the amount of loss to <PURCHASER> without any

demur, reservation or protest. This is without prejudice to any other right to remedy that may be

available to <PURCHASER> against the Contractor under the Contract and under this Indemnity

Bond.

6. NOW THE CONDITION of this Bond is that if the Contractor shall duly and punctually comply

with the terms and conditions of this Bond to the satisfaction of <PURCHASER> , then above

Bond shall be void, but otherwise, it shall remain in full force and virtue.

IN WITNESS WHEREOF, the Contractor has hereunto set its hand through its authorized representative

under the common seal of the Company, the day, month and year first above mentioned.

Page 69: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 69

SCHEDULE No. 1

Particulars of

the Equipment

handed over

Quantity Particulars of Despatch Title

Documents

Value of the

Equipment

Signature of

Attorney

(authorized

representative as

a token of receipt

RR / GR / No. /

Date of Bill of

Lading

Carrier

(Please

number

subsequent

schedules )

For an on behalf of M/s..............................................

WITNESS

1. 1. Signature ...................................... Signature ....................................

.

2. Name ........................................... Name ..........................................

3. Address........................................ Designation ..............................

Page 70: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 70

ANNEXURE – XVI

SELF DECLARATION FORM

Name Of The Purchaser :………………………………

Tender No :……………………………………………….

Sir,

1. I/We the undersigned do hereby declare that, I/We have never been blacklist and/or there were

no debarring actions against us for any default in supply of material/ equipments or in the

performance of the contract entrusted to us in any of the electricity utilities of India.

2. In the event of any such information pertaining to the aforesaid matter found at any given point

of time either during the course of the contract or at the bidding stage, may bid/ contract shall be

liable for truncation/ cancellation /termination without any notice at the sole discretion of the

purchaser.

Place :

Date :

Yours faithfully,

Signature of the bidder with seal.

( This form shall be duly filled-up and signed

by the bidder and submitted along with

the original copy of the bid).

Page 71: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 71

ANNEXURE – XVII

CENTRAL ELECTRICITY AUTHORITY

F.NoCEA/TETD/MP/R/02/2011:- In exercise of the powers conferred by section 177 read with clause (

C) of Section 73 of the Electricity Act,2003 (36 of 2003), the Central Electricity Authority hereby makes

the following regulations, namely:-

1 Short title and commencement:- (1) These regulations may be called the Central

Electricity Authority (Safety Requirements for Construction, Operation and Maintenance

of Electrical Plants and Electric Lines) Regulations,2011

(2) They shall come into force on the date of their publication in the Official Gazette

Definition:- (1) In these regulations, unless the context otherwise requires:-

(a) “ Act” means the Electricity Act,2003:

(b) “ Contractor” means a person or an agency who undertake to produce a given result, not

merely supply of goods or articles of manufacture but including civil works or erection of

equipment or testing and commissioning of equipment or operation and maintenance of

equipment and includes a sub-contractor:

(c) Owner” means a company or body corporate or association or body of individuals,

whether incorporated or not, or artificial juridical person, which owns or operates or

maintains electrical plants or electric lines and includes:-

(i) “Occupier” as defined in the Factories Act, 1948 (63 of 1948; Provided that where number

of employees, including contract workers is two hundred and fifty or less, the safety

committee shall be constituted by the Owner for a group of electrical plants or electric

lines, as the case may be.

(b) The safety committee shall promote co-operation between the workers and the

management for maintaining proper safety and health at our place

(c) The safety committee shall meet at lese once in a month during construction stage and

once in three months during operation and maintenance of electrical plants and electric

lines and the decisions and recommendations of the safety committee shall be complied

with by the Owner within the time limit as decided by the safety committee

7

(1)

Safety provisions relating to contractor :-

The Owner shall incorporate the safety provisions in the contract document which are

required to be complied by the contractor’s employees during execution of the contract

to facilitate safe working during execution of the work.

Page 72: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 72

(2) The Contractor shall observe safety requirements as laid down in the contract and in case

of sub-contract, it shall be the responsibility of main contractor that all safety

requirements are followed by the employees and staff of the sub-contractor.

(3) The contractor employing tow hundred employees or more, including contract worker,

shall have a safety co-ordination in order to ensure the implementation of safety

requirements of the contract and a contractor with lesser number of employees to act as

safety co-ordinator, who shall liaise with the safety officer on matters relating to safety

and his name shall be displayed on the notice board at a prominent place at the work site.

(4) The contractor shall be responsible for non-compliance of the safety measures,

implications, injuries, fatalities and compensation arising out of such situations or

incidents.

(5) In case of any accident, the contractor shall immediately submit a statement of the same

to the Owner and the safety officer, containing the details of the accident, any injury or

casualties , extent of property damage and remedial action taken to prevent recurrence

and a addition, the contractor shall submit a monthly statement of the accidents to the

Owner at the end of each month.

CENTRAL ELECTRICITY AUTHORITY

NOTIFICATION

New Delhi, the 20th September,2010

No.CEI/1/59/CEA/El.:- In exercise of the powers conferred by section 177 of the Electricity

Act,2003 (36 of 2003); the Central Electricity Authority hereby makes the following

regulations for measures relating to Safety and Electric Supply namely:-

Chapter-I

(1) Short title and Commencement:- (1) These regulations may be called the Central Electricity

Authority (Measures relating to Safety and Electric Supply) Regulations,2010

(2) They shall come into force on the date of their final publication in the official Gazette

(2) Definitions:- (1) In these regulations, unless the context otherwise requires,

(a) “Act” means the Electricity Act,2003

(b) “accessible” means within physical reach without the use of any appliance or special effort;

(c) “ ampere” means a unit of electric current and is a constant current which flowing in two

parallel straight conductors of infinite length of negligible cross section and placed at a

distance of one meter apart in a vacuum will produce a force of 2 x 10-7 . Newton per meter

length between the conductors;

(d) “apparatus” means electrical apparatus and includes all machines, fittings, accessories and

appliances in which conductors are used;

Page 73: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 73

(e) “bare” means not covered with insulating materials;

(f) “ cable” means a length of insulated single conductor (solid or standard) or of two or more

such conductors each provided with its own insulation, which are laid up together. Such

insulated conductor or conductors may or may not be provided with an overall mechanical

protective covering;

(g) “ circuit” means an arrangement of conductor or conductors for the purpose of conveying

electricity and forming a system or a branch of a system;

(h) “circuit breaker” means a device, capable of making and breaking the circuit under all

conditions, and unless otherwise specified, so designed as to break the current

automatically under abnormal conditions;

(i) “ concentric cable” means a composite cable comprising an inner conductor which is

insulated and one or more outer conductors which are

Chapter-II

(3) Designating person(s) to operate and carry out the work on electrical lines and apparatus:-

(1) A supplier or a consumer, or the owner, agent or manager of a name, or the agent of

any company operating I an oil-field or the owner of a drilled well in an oil field or a

contractor who has entered into a contract with a supplier or a consumer to carry out

duties incidental to the generation, transformation, transmission, conversion, distribution

or use of electricity shall designate persons for the purpose operation and maintenance of

Electrical lines and apparatus.

(2) The Supplier or consumer or the owner, agent or manager of a mine or the agent of any

company operating in an oil-field or the owner of a drilled well in an oil field or a contractor

referred to on sub-regulation(1) shall maintain a register where in the names of the

designated persons and the purpose for which they are engaged shall be entered.

(3) No person shall be designated under sub-regulation(1) unless:-

(i) He possesses a certificate of competency or electrical work permit, issued by the

Appropriate Government.

(ii) His name is entered in the register referred to in sub-regulation(2)

(4) Inspection of designated officers and other safety measures:-

(1) The register maintained under sub-regulation(2) of regulation 3 shal;l be produced

before the Electrical Inspector when required by him.

(2) of If on inspection, the Electrical Inspector finds that the designated person does not

fulfill the required qualification, he shall recommend the removal of the name of such

persons from the register.

(5) Electrical Safety Officer:- (1) All suppliers of electricity including generating companied,

transmission companies and distribution companies shall designate an Electrical Safety

Officer for ensuring observation of safety measures specified under these regulation in

Page 74: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 74

their organization for construction, operation and maintenance of power stations, sub-

stations, transmission and distribution lines.

(2) The electrical Safety Officer shall be an Electrical Engineering degree holder with at least ten

years of experience in operation and maintenance of electricity plants or an Electrical

Engineering Diploma holder with at least fifteen years of experience in operation and

maintenance of electric plant.

(3) The Electrical Safety Officer designated under sub-regulation(1) shall ensure periodic

inspection of such installations, get them tested and keep a record thereof and such records

shall be made available to the Electrical Inspector if and when required.

(4) For every factory registered under Factory Act,1948, where more than 250 KW of electrical

load is connected, the management of the factory shall designate a person having

qualification specified in sub-regulation(2) for ensuring the person having qualification

specified in sub-regulation(2) for ensuring the observation of the safety provisions laid

under the Act and the regulations made there under, who shall periodically inspect such

installation, get them tested and keep a record thereof and such records shall be made

available to the Electrical Inspector if and when required.

6 Safety measures for operation and maintenance of electric plants:-

(1) Engineers and supervisions appointed to operate aor undertake maintenance of any part or

whole of a thermal power generating station and a hydro power plant together with the

associated sub-station shall hold diploma in Engineering from a recognized institute, or a

degree in Engineering from a university.

(2) The Technicians to assist engineers or supervisors shall possess a certificate in appropriate

trade, preferably with a tow years course from a Industrial Training Institute recognized by

the Central Government or the State Government.

(3) Engineers, supervisors and Technicians engaged for operator and maintenance of electric

plants should have successfully undergone the type of training as specified in Schedule-I

Provided that the existing employees shall have to undergo the training mentioned in sub-

regulation (3) within three years from the date of coming into force of these regulations.

(4) The owner of every thermal power generating station and hydro power plant together with

their associated sub-station shall arrange for training of personnel engaged in the

operation and maintenance of his generating station along with associated sub-station in

his own institute or any other institute recognized by the Central Government or the State

Government.

Provided that separate training shall be given to the person engaged in operation and

maintenance of thermal power stations and hydro power stations including associated sub-

stations.

Page 75: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 75

7 Safety measures for operation and maintenance of transmission, distribution systems:-

(1) Engineers or supervisors engaged in operation and maintenance of transmission and

distribution systems shall hold diploma in electrical, mechanical, electronics and

instrumentation Engineering from a recognized institute or university.

(2) The Technician to assist engineers or supervisors shall posses a certificate in appropriate

trade, preferably with a two year course from a Industrial Training Institute recognized by

the Central Government or State Government.

(3) Engineers, supervisors and Technicians engaged for operation and maintenance of

transmission and distribution systems electric plants should have successfully undergone

the type of training as specified in Schedule-II.

Provided that the existing employees shall have no undergo the training mentioned in sub-

regulation (3) within three years from the date of coming into force of these regulations.

(4) Owner of every transmission or distribution system shall arrange for training of their

personnel engaged in the operation and maintenance of transmission and distribution

system in his institute or any other institute recognized by the Central Government or State

Government.

8 Keeping of records and inspection thereof:-

(1) The generating company or licensee shall maintain records of the maps, plans and sections

relating to supply of transmission of electricity and submit the same to the Electrical

Inspector for inspection as and when required by him.

(2) The Electrical Inspector shall supply a copy of report of Inspection referred to in Sub-

regulation (1) to the generating company or Licensee as the case may be.

9 Deposit of Maps

When Licensee has been granted two set of maps showing as regards such Licensee the

particulars specified in application for Licensee shall be signed and dated to correspond

with date of notification of grant of the Licensee by an officer designated by the

appropriate commission in this behalf, one set of such map shall be retained by the said

officer and the other one shall be furnished to Licensee.

0 Deposit of printed copies:-

(1) Every person who granted a Licensee shall within 30 days of the grant thereof, have copies

of the Licensee and maps showing the areas of supply as specified in the Licensee to

exhibit the same for public inspection at all reasonable times at his head office, his local

office, if any, and at the office of the every local authorities within the area of supply.

(2) Every such licensee shall, within the aforesaid period of third days, supply free of charge

one copy of the license along with the relevant maps to every local authority within the

area of supply and shall also make necessary arrangement for sale of printed copied of the

licensee and map to all persons applying for same, at a price to be notified by the

Page 76: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 76

appropriate Govt. from time to time.

11 Plan for area of supply to be made and kept open for inspection

(1) The licensee shall after commencing to supply electricity forthwith cause a plan to be made

in electronic form, of the area of supply and shall cause to be mart thereon the alignment

and the case of underground works the approximate depth below the surface of all the

existing electric supply lines street distributing boxes and other was and shall once in every

year cause that plan to be duly corrected so as to show the electric supply lines street

distributing boxes and other works further time is being in position and shall also if so

required by an Electrical Inspector caused to be made section showing the approximate

level of all his existing underground works other than service lines.

(2) Every plan shall be drawn to such horizontal and vertical scale as the Appropriate

Commission may enquire.

Provided that no scale shall be required unless maps of the locality on that scale are for the

time being available to the public.

(3) Every plan and section so made or corrected, or a copy thereof, marked with the date when

it was made or corrected, shall be kept by the licensee at his

Page 77: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 77

ANNEXURE – XVIII

List of OSM materials

Sl No Particulars Unit Qty

1 100x116 mm RS Joist 10mtr. Long No / MT 28 / 5.4

2 125x75mm RS Joist 8Mtr long No / MT 6 / 0.7

3 LT stay set complete Set 17

4 11 KV L. A. No 121

5 11KV Disc Insulator (B&S Type) (70KN) No 594

6 M/S Nuts & Bolts with washer (Different size) Kg 1183

7 AB Cable( 3 x 35 + 1x25mm2 ) KM 0.22

8 3 1/2 x95mm2 PVC cable for 63KVA Tfr Mtr 15

9 LT Dist Box including Kit Kat for 16KVA Tfr No 5

Page 78: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 78

SECTION – V

TECHNICAL SPECIFICATION

Turn key execution for shifting & conversion of the existing 11 KV and LT OH lines & substations to UG Cabling & OH system in different Railway crossings over the new Khordha- Bolangir railway line ( Ch. 105.600 to Ch. 138.679 ) under NED, Nayagarh.

Page 79: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 79

1.0. INTRODUCTION:

The CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA, hereinafter called

CESU/OWNER will receive Bids in respect of Total Turn key execution for shifting &

conversion of the existing 11 KV and LT OH lines & substations to UG Cabling & OH system in

different Railway crossings over the new Khordha- Bolangir railway line ( Ch. 105.600 to Ch.

138.679 ) under NED, Nayagarh.

2.0. NATURE OF WORK:

The work covered by this Specification as specified herein and in the attached Schedules. The total work

will form a part of the CESU’s distribution System.

3.0. The detailed scope of the work shall include ;

a) Detailed survey of the proposed area and routes.

b) Providing Engineering drawing, data, GTP, operational manual, etc for the Purchaser’s

approval;

c) Complete manufacture, including shop pre dispatch/ testing & supply of all materials /

equipments from the approved vendor or from his manufacturing units.

d) Receipt, storage, preservation and conservation of equipment at the site.

e) Packing and transportation, loading, unloading of non OSM items from manufacturer’s

works and the OSM items from any CESU store to work site

f) Reliability tests and performance and guarantee tests on completion of commissioning.

g) Loading, unloading and transportation as required.

h) Storing before erection

i) Dismantled materials (if any) from site are to be handed over to Engineer In charge and

return of the same to CESU store (Bhubaneswar / Choudwar )

j) Construction of 11KV Line with 55mm2 AAAC using 11 Mtr long 150x150 mm RS Joist

pole- 1.5 KM

k) Construction of 11KV Line with 55mm2 AAAC using 10 Mtr long 116x100mm RS Joist

pole- 1.8 KM

l) Construction of 11KV Line with 55mm2 AAAC using 9 Mtr long 300Kg PSC Pole – 4.94

KM

m) Construction of 11KV DP using 10 mtr long 150x150mm RS Joist – 36 Nos

n) Construction of 25KVA, 11 / 0.4 KV DP mounted S/S over 9 Mtr. Long 300 Kg. PSC Pole

– 1 No.

o) Upgradation of S/S capacity from 25KVA , 11 / 0.4 KV to 63 KVA , 11 / 0.4 KV – 1 No.

p) Construction of 10KVA, 11 / 0.23KV S/S ( with / without DT) over 9 Mtr. Long PSC pole –

5 Nos.

q) Erection of LT pole 8 Mtr long 125x75mm RS Joist for raising of UG cable – 6 Nos.

r) Construction of LT line with 8 Mtr 200KG PSC Pole & ABC(1x35+1 x25mm2) – 1 KM

s) Construction of LT line on existing Pole & ABC (3x35+1 x 25mm2) – 0.2 KM.

t) Construction of 11 KV line with 3x300mm2 11KV XLPE UG Cable (main and spare ) in

HDD method in HDPE pipe including looping and raising of cable = 6790 Mtr

u) Construction of LT line with UG Cable (3 1/2 C, 25mm2) Al armoured Cable (main and

spare ) in HDD method in HDPE pipe including looping and raising of cable = 1710 Mtr

v) Cable route marking by standard methodology

Page 80: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 80

w) Construction of loop chamber and Cable looping inside loop chamber

x) Construction of inspection chamber

y) Dismantling of 11KV Conductor – 153 Span

z) Dismantling of 8Mtr long 200Kg PSC pole – 150 Nos

aa) Dismantling of 9Mtr long 300Kg PSC Pole – 19 Nos

bb) Dismantling of 1P2W conductor/ABC – 20 Span

cc) Dismantling of 10KVA, 11/0.23KV S/S – 6 Nos out of which 4 nos of transformer shall be

utilized in new location DT S/s and 2 nos of transformer shall be returned CESU store.

dd) Dismantling of 25 KVA, 11/0.4 KV S/S -1 No & the transformer shall be returned to CESU

store.

ee) Dismantling of 2P2W conductor/ABC – 8 Span

ff) Complete earthing of required equipments / installations with supply of Charcoal, salt &

construction of earth pit with cover etc.

gg) Clearance from Govt. authority like Municipal/ NAC/ Forest Dept/ R&B /NHAI / Railway

or any other department if any.

hh) Rectify any damage occur during execution to its original position.

ii) Provide other miscellaneous materials required as per site condition to execute the work in

complete manner

jj) Facilitating for getting the complete inspection report from the Electrical Inspector after

completion of above work. However all statutory dues towards the said inspection shall be

paid by CESU.

4.0. TECHNICAL SPECIFICATIONS FOR SUPPLY OF MATERIALS:

The supply of all the required materials (except OSM materials) for this TOTAL TURN KEY

project is in the scope of the contractor. The technical specifications for the major materials

required are dealt herewith in the following sections. The following is the list of the Technical

specifications for materials / equipments

All the major materials should be of reputed make and should have valid type test

certificate (within 5 year) from CPRI/ NABL accredited laboratory / Govt. approved

laboratory is only be consider for this project.

Page 81: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 81

Location wise Scope of work

S.N

KM Location

Place Particulars of the Work

Major Scope of Work

Particulars Unit Qty

1 105.600

(11KV) Andharakot

Shifting & Erection of 11KV3Ph

3W OH line to avoid Railway

crossing under Electrical Section

Dasapalla

11KV Line with 116x100mm RS Joist (10 Mtr) &

55mm2 AAAC Km 0.4

11KV DP with 150x150mm RS Joist (10Mtr) No 1

Dismantling of 11KV Line materials Span 17

2 105.800

(11KV) Andharakot

Conversion of 11KV3Ph 3W OH

line to UG Cable using

3x300mm2 11Kv XLPE Cable

due to Railway Crossing under

Electrical Section Dasapalla

11KV DP with 150x150mm RS Joist (10Mtr) No 2

Dismantling of 11KV Line materials Span 4

Laying of 3x300mm2 11KV XLPE Cable with spare

by HDD Method Mtr 640

3 106.084

(11KV) Andharakot

Shifting & Erection of 11KV3Ph

3W OH line to avoid Railway

crossing under Electrical Section

Dasapalla

11KV Line with 116x100mm RS Joist (10 Mtr) &

55mm2 AAAC Km 0.7

Dismantling of 11KV Line Span 8

4 107.299

(11KV)

Kunjabanaga

rah

Conversion of 11KV3Ph 3W OH

line to UG Cable using

3x300mm2 11Kv XLPE Cable

due to Railway Crossing under

Electrical Section Dasapalla

11KV Line DP with 150x150mm RS Joist (10Mtr) No 2

Dismantling of 11KV Line materials Span 1

Laying of 3x300mm2 11KV XLPE Cable with spare

by HDD Method Mtr 260

5 109.980

(11KV)

Nij-

Andharakot

Conversion of 11KV3Ph 3W OH

line to UG Cable using

3x300mm2 11Kv XLPE Cable

due to Railway Crossing under

Electrical Section Dasapalla

11KV Line DP with 150x150mm RS Joist (10Mtr) No 2

Dismantling of 11KV Line materials Span 1

Laying of 3x300mm2 11KV XLPE Cable with spare

by HDD Method Mtr 280

6 112.826

(11KV) Saliagochha

Conversion of 11KV3Ph 3W OH

line to UG Cable using

3x300mm2 11Kv XLPE Cable

due to Railway Crossing under

Electrical Section Dasapalla

11KV Line DP with 150x150mm RS Joist (10Mtr) No 2

Dismantling of 11KV Line materials Span 1

Laying of 3x300mm2 11KV XLPE Cable with spare

by HDD Method Mtr 260

7 114.031

(11KV) Rangamatia

Conversion of 11KV3Ph 3W OH

line to UG Cable using

3x300mm2 11Kv XLPE Cable

due to Railway Crossing under

Electrical Section Dasapalla

11KV Line DP with 150x150mm RS Joist (10Mtr) No 2

Dismantling of 11KV Line materials Span 1

Laying of 3x300mm2 11KV XLPE Cable with spare

by HDD Method Mtr 260

8 115.540

(11KV) Rangamatia

Conversion of 11KV3Ph 3W OH

line to UG Cable using

3x300mm2 11Kv XLPE Cable

due to Railway Crossing under

Electrical Section Dasapalla

11KV Line DP with 150x150mm RS Joist (10Mtr) No 3

Dismantling of 11KV Line materials Span 1

11KV Line with 9 Mtr long PSC Pole & 55mm2

AAAC Km 0.4

Laying of 3x300mm2 11KV XLPE Cable with spare

by HDD Method Mtr 220

9 118.539

(11KV) Aswinibrena

Conversion of 11KV3Ph 3W OH

line to UG Cable using

3x300mm2 11Kv XLPE Cable

due to Railway Crossing under

Electrical Section Dasapalla

11KV Line DP with 150x150mm RS Joist (10Mtr) No 2

Dismantling of 11KV Line materials Span 6

11KV Line with 9 Mtr long PSC Pole & 55mm2

AAAC Km 0.24

Laying of 3x300mm2 11KV XLPE Cable with spare

by HDD Method Mtr 380

Page 82: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 82

10 119.186

(11KV) Aswinibrena

Conversion of 11KV3Ph 3W OH

line to UG Cable using

3x300mm2 11Kv XLPE Cable

due to Railway Crossing under

Electrical Section Dasapalla

11KV Line DP with 150x150mm RS Joist (10Mtr) No 2

Dismantling of 11KV Line materials Span 19

11KV Line with 9 Mtr long 300KG PSC Pole &

55mm2 AAAC Km 1

Laying of 3x300mm2 11KV XLPE Cable with spare

by HDD Method Mtr 500

11 119.813

(11KV) Gopalpur

Conversion of 11KV3Ph 3W OH

line to UG Cable using

3x300mm2 11Kv XLPE Cable

due to Railway Crossing under

Electrical Section Dasapalla

11KV Line DP with 150x150mm RS Joist (10Mtr) No 2

Dismantling of 11KV Line materials Span 19

11KV Line with 9 Mtr long PSC Pole & 55mm2

AAAC Km 1

Laying of 3x300mm2 11KV XLPE Cable with spare

by HDD Method Mtr 670

12

121.027

(S/S & LT

Line)

Jhintikibari

Conversion of LT OH line to UG

Cable using 31/2

Core 25mm2

Alluminium armourded LT Cable

& shifting of existing 10KVA SS

inside Railway boundary under

Electrical Section Dasapalla

LT Line with 8 Mtr long 125x75 mm RS Joist Pole No 2

11KV Line with 150x150mm RS Joist (11Mtr) with

55mm2 AAAC Km 0.8

Dismantling of 11KV Line materials Span 12

Dismantling of ABC materials Span 1

Construction of 10KVA Substation (without DT) &

dismantling of old line No 1

Laying of LT UG Cable using 31/2

Core 25mm2

Alluminium armourded with spare by HDD

Method

Mtr 1210

13 121.820

(11KV)

Buguda

Colony

Conversion of 11KV3Ph 3W OH

line to UG Cable using

3x300mm2 11Kv XLPE Cable

due to Railway Crossing under

Electrical Section Dasapalla

11KV Line DP with 150x150mm RS Joist (10Mtr) No 2

Dismantling of 11KV Line materials Span 10

11KV Line with 150x150mm RS Joist (11Mtr) with

55mm2 AAAC Km 0.7

Laying of 3x300mm2 11KV XLPE Cable with spare

by HDD Method Mtr 1020

14 122.948

(11KV) Buguda

Conversion of 11KV3Ph 3W OH

line to UG Cable using

3x300mm2 11Kv XLPE Cable

due to Railway Crossing under

Electrical Section Dasapalla

11KV Line DP with 150x150mm RS Joist (10Mtr) No 2

Dismantling of 11KV Line materials Span 30

11KV Line with 9 Mtr long 300Kg PSC Pole &

55mm2 AAAC Km 2

Laying of 3x300mm2 11KV XLPE Cable with spare

by HDD Method Mtr 340

15 129.362

(LT Line) Jamusahi

Conversion of LT OH line to UG

Cable using 31/2 Core 25mm2

Alluminium armourded LT Cable

& shifting of existing 10KVA SS

inside Railway boundary under

Electrical Section Dasapalla

LT Line with 8 Mtr long 125x75 mm RS Joist Pole No 2

Const of LT line with 8 Mtr long 200Kg PSC Pole

& ABC (1x35+25mm2) Km 0.25

Laying of LT UG Cable using 31/2

Core 25mm2

Alluminium armourded with spare by HDD

Method

Mtr 200

Dismantling of 10KVA DT and materials No 1

Dismantling of 11KV Line materials Span 4

Dismantling of ABC Line materials Span 1

Construction of 10KVA Substation (without DT) &

dismantling of old line No 1

16 130.062

(11KV) Gunduribari

Conversion of 11KV3Ph 3W OH

line to UG Cable using

3x300mm2 11Kv XLPE Cable

due to Railway Crossing under

Electrical Section Dasapalla

11KV Line DP with 150x150mm RS Joist (10Mtr) No 2

Dismantling of 11KV Line materials Span 1

Laying of 3x300mm2 11KV XLPE Cable with spare

by HDD Method & dismantling of old line Mtr 240

17 130.108

(11KV &

SS & LT

Gunduribari Shifting of LT OH line and

Substation inside Railway

boundary & construction of the

Construction of 10KVA Substation & dismantling

of old line No 1

Page 83: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 83

11KV Line with 9 Mtr long 300Kg PSC Pole &

55mm2 AAAC Km 0.1

Dismantling of ABC Line materials Span 2

Const of LT line with 8 Mtr long 200Kg PSC Pole

& ABC (1x35+25mm2) Km 0.1

18

130.177

(11KV, SS

& LT Line)

Gunduribari

Shifting of LT OH line and

Substation inside Railway

boundary & construction of the

same under Electrical Section

Dasapalla

Construction of 10KVA Substation (without DT) &

dismantling of old line No 1

11KV Line with 9 Mtr long 300Kg PSC Pole &

55mm2 AAAC Km 0.1

Dismantling of 10KVA DT and materials No 1

Dismantling of 11KV Line materials Span 4

Const of LT line with 8 Mtr long 200Kg PSC Pole

& ABC (1x35+25mm2) Km 0.25

19 132.251

(11KV) Jahnipadar

Conversion of 11KV3Ph 3W OH

line to UG Cable using

3x300mm2 11Kv XLPE Cable

due to Railway Crossing under

Electrical Section Dasapalla

11KV Line DP with 150x150mm RS Joist (10Mtr) No 2

Dismantling of 11KV Line materials Span 1

Laying of 3x300mm2 11KV XLPE Cable with spare

by HDD Method & dismantling of old line Mtr 320

20 132.900(1

1KV Gura

Conversion of 11KV3Ph 3W OH

line to UG Cable using

3x300mm2 11Kv XLPE Cable

due to Railway Crossing under

Electrical Section Dasapalla

11KV Line DP with 150x150mm RS Joist (10Mtr) No 2

Dismantling of 11KV Line materials Span 1

Laying of 3x300mm2 11KV XLPE Cable with spare

by HDD Method & dismantling of old line Mtr 320

21 132.977

(LT Line) Gura

Conversion of LT OH line to UG

Cable using 31/2 Core 25mm2

Alluminium armourded LT Cable

inside Railway boundary under

Electrical Section Dasapalla

LT Line with 8 Mtr long 125x75 mm RS Joist Pole No 2

Dismantling of ABC Line materials Span 1

Laying of LT UG Cable using 31/2

Core 25mm2

Alluminium armourded with spare by HDD

Method

Mtr 300

22 133.028

(11KV) Gura

Conversion of 11KV3Ph 3W OH

line to UG Cable using

3x300mm2 11Kv XLPE Cable

due to Railway Crossing under

Electrical Section Dasapalla

11KV Line DP with 150x150mm RS Joist (10Mtr) No 2

Dismantling of 11KV Line materials Span 1

Laying of 3x300mm2 11KV XLPE Cable with spare

by HDD Method & dismantling of old line Mtr 300

23

133.086

(SS & LT

Line)

Gura

Up gradation of existing 25KVA

SS to 63KVA to avoid 11KV line

crossing the Railway line under

Electrical Section Dasapalla

Upgradation of existing 25KVA SS to 63KVA No 1

Dismantling of 10KVA DT and materials No 1

Dismantling of 25KVA DT and materials No 1

Dismantling of 11KV Line materials Span 6

Dismantling of ABC Line materials Span 4

Const of LT line with 8 Mtr long 200Kg PSC Pole

& ABC (1x35+25mm2) Km 0.1

24 135.957

(11KV) Phalapaju

Conversion of 11KV3Ph 3W OH

line to UG Cable using

3x300mm2 11Kv XLPE Cable

due to Railway Crossing under

Electrical Section Dasapalla

11KV Line DP with 150x150mm RS Joist (10Mtr) No 2

Dismantling of 11KV Line materials Span 1

Laying of 3x300mm2 11KV XLPE Cable with spare

by HDD Method & dismantling of old line Mtr 340

25

136.397

(11KV, SS

& LT Line)

Phalapaju

Shifting of LT OH line and

Substation inside Railway

boundary & construction of the

same under Electrical Section

Dasapalla

Construction of 10KVA Substation (without DT) &

dismantling of old line No 1

Dismantling of 10KVA DT and materials No 1

Dismantling of 11KV Line materials Span 6

Dismantling of ABC Line materials Span 4

11KV Line with 9 Mtr long 300Kg PSC Pole &

55mm2 AAAC Km 0.1

Const of LT line with 8 Mtr long 200Kg PSC Pole

& ABC (1x35+25mm2) Km 0.3

Page 84: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 84

Sl Particulars of the Materials Uni Details of location

26

136.486 (

SS & LT

Line)

Phalapaju

Shifting of LT OH line and

Substation inside Railway

boundary & construction of the

same under Electrical Section

Dasapalla

Construction of 25KVA Substation (with DT) &

dismantling of old line and 10KVA SS No 1

Dismantling of 10KVA DT and materials No 1

Dismantling of ABC Line materials Span 7

Const of LT line on existing pole with ABC

(3x35+25mm2) Km 0.2

27 138.474

(11KV) Banigochha

Conversion of 11KV3Ph 3W OH

line to UG Cable using

3x300mm2 11Kv XLPE Cable

due to Railway Crossing under

Electrical Section Dasapalla

11KV Line DP with 150x150mm RS Joist (10Mtr) No 2

Dismantling of 11KV Line materials Span 1

Laying of 3x300mm2 11KV XLPE Cable with spare

by HDD Method & dismantling of old line Mtr 440

28 138.679

(11KV) Banigochha

Shifting & Erection of 11KV3Ph

3W OH line to avoid Railway

crossing under Electrical Section

Dasapalla

11KV Line with 100x116mm RS Joist Pole (10 Mtr

long) & 55mm2 AAAC Km 0.7

Dismantling of Old 11KV Line materials Span 5

Page 85: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 85

No t

An

dh

ara

ko

t (L

oca

tio

n

10

5.6

00

)

An

dh

ara

ko

ta (

Loca

tio

n

10

5.8

00

)

An

dh

ara

ko

t (L

oca

tio

n

10

6.0

84

)

K

un

jab

an

ag

arh

(Lo

cati

on

10

7.2

99

)

Nij

-An

dh

ara

ko

ta(L

oca

tio

n

10

9.9

80

)

Sa

liag

och

ha

(Lo

cati

on

11

2.8

26

)

Ra

ng

am

ati

a(L

oca

tio

n

11

4.0

31

)

Ra

ng

am

ati

a(L

oca

tio

n

11

5.5

40

)

Asw

inib

are

na

(Lo

cati

on

11

8.5

39

)

Asw

inib

are

na

(Lo

cati

on

11

9.1

86

)

1 2 3 4 5 6 7 8 9 10

Qty Qty Qty Qty Qty Qty Qty Qty Qty Qty

1 150x150mm RS Joist 11mtr.

Long No

2 150x150mm RS Joist 10mtr.

Long No 2 4 4 4 4 4 6

4

4

3 100x116 mm RS Joist 10mtr.

Long (OSM) No 6 10

4 8Mtr long 200KG PSC pole No

5 8Mtr long Joist 125x75mm

RS Joist (OSM) No

6 9Mtr long 300Kg PSC pole No 6

4

17

7 100x50x6MM MS Channel Kg 247 200 155 200 200 200 200 447

355

355

8 75x40x6mm MS Channel Kg 136.4 150 20.4 150 150 150 150 266

150

150

9 65x65x6mm MS Angle Kg 100 100 100 100 100 100

100

100

10 50x50x6mm MS Angle Kg 72 72

11 11 KV V cross Arm (10.2 K.g.

each ) No 6 8 5

3

14

12 Top bracket 75x40mm MS

channel ( 1.3kg each)/ No 6 8 5 3 14

13 Back Clamp for V cross Arm

(1.70Kg each) No 6 8 5 3 14

14 11KV AB switch 3pole

200Amp Set

15 11KV HG Fuse 3 Pole

(400AmP) Set

16 11KV HT Stay Set Complete Set 7 4 4 4 4 4 4 11 7 10

17 7/10 SWG G.I. Stay wire Kg 70 40 40 40 40 40 40 110 70 100

18 11KV HT stay insulator No 7 4 4 4 4 4 4 11 7 10

19 11KV H.T. Stay Clamps

(1.95Kg/Pair) Pair 7 4 4 4 4 4 4 11 7 10

20 LT stay set complete (OSM) Set

21 7/12 SWG stay wire Kg

22 LT stay clamp Pair

23 LT stay insulator No

24 No.6 GI wire Kg

Page 86: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 86

25 11 KV L. A (12 Kv, 10 KA)

(OSM) No 3 6 6 6 6 6 9 6 6

26 11KV G.I. Pins No 18 30 18 12 51

27 11KV pin insulator No 18 30 18 12 51

28 25x6mm G.I. Flat for

Earthings Kg 100 100 100 100 100 100 100 100

29 40mm dia 3mtr long Heavy

gauge G.I. pipe earthing No 0 6 0 6 6 6 6 8 6 6

30 No-8 GI wire (for 1

Guarding) Kg 35 35

31 GI I hook (for Guarding) No 10 10

32 55 mm2 AAAC KM 1.25 2.15 1.23 0.75 3.09

33 GI barbed wire anti climbing

device 2 Kg. Per support Kg 12 20 12 6 34

34 11KV Disc Insulator (B&S

Type) (70KN) (OSM) No 30 12 36 12 12 12 12 42 30 48

35 11KV H/W fitting for (B & S) No 15 6 18 6 6 6 6 21 15 24

36 M/S Nuts & Bolts with

washer (Different size) (OSM) Kg 33 30 30 30 30 30 30 63 42 81

37 1x35+1X25 mm^2 LT XLPE

ABC KM

38 AB Cable( 3 x 35 + 1x25mm2

) (OSM) Km

39 Dead end clamp No

40 Suspension Clamp with I

hook No

41 Concrete slab for base

plate(2ftx2ftx2") No 6 4 17

42 Red oxide paint Ltr 7 4 12 4 4 4 4 5 5 9

43 Alluminium paint Ltr 6 4 12 4 4 4 4 5 5 9

44 Black paint Ltr 2 1 3 1 1 1 1 1 1 1

45 Earthing of Support ( Coil

Type ) No 6 10 6 4 17

46

Concreting of support C.C -

1:3:6 using 20mm BHG metal

size – 5’6”x2'x2' = 22CFT =

0.620 Cum

Padding of pole pit CC 1: 4: 8

using 40 mm BHG metal size

900x600x150mm = 0.081

Total : 0.701 Cum

No 8 4 10 4 4 4 4 8 6 7

47

Couping of support section

15''x15'' ( 3.9Cft) height 2'-6'

( 1' - 6'' above G.L & 1' - 0'

below G.L ) in C.C 1:2:4 using

12mm BHG metal & curing

for 5 days

No 8 4 10 4 4 4 4 6 4 4

Page 87: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 87

48

Materials for Massonary

work for Earth Pit,Charcoal,

Salt etc including

construction of earthing

chamber (Size: 2'x2') and RCC

slab cover

No 0 6 6 6 6 6 6 6 6

49

Fixing of stay set with 0.5

Cum cement concret

foundation 1:3:6 size (

900mmx600mmx900mm)

using 40mm BHG metal with

all labour and material

except stay set , stay wire ,

stay insulator .

No 7 4 4 4 4 4 4 11 7 10

50 Transformer Mounting

Bracket No

51 11KG HG Fuse 2pole 200Amp Set

52 11KG AB Switch 2pole

200Amp Set

53 16mm2 PVC Cable (2Core) Mtr

54

Barbed fencing (Size: 15ft

x10 ft ) with construction

retaining wall upto 0.5 mtr,

erection of RCC fencing post,

sand filling and metal

spreading, Fixing of Iron grill

gate as per CESU

specification

No

55 10KVA, 11/0.23KV S/S No

56 63KVA, 11/0.4KV S/S No

57 LT Dist Box for 63KVA S/S No

58 25KVA, 11/0.4KV S/S No

59 LT Dist Box for 25KVA S/S No

60 3 1/2 x35mm2 PVC cable for

25KVA Tfr mtr

61 3 1/2 x95mm2 PVC cable for

63KVA Tfr (OSM) Mtr

62 LT Dist Box incl Kit Kat for 16

KVA Tfr (OSM) No

63 Sundries LS

UG CABLE

64

Supply of Three Core 300

mm2 11KV Alluminium XLPE

insulation armoured UG

cable (Extruded type, ISI

marked) (main and spare) for

laying of cable including

looping and raising.

mtr 640 260 280 260 260 220 380 500

65 Outdoor Termination kit

(Heat Shrinkable Type ) for No 4 4 4 4 4 4.00 4 4

Page 88: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 88

11 KV 300mm2 3 core cable

66

Straight through Out Door

jointing kit (Heat Shrinkable

Type ) for 11 KV 300 mm2 3

Core Cable

No 2 2

67 Route and joint indicating

stones with M.S. Anchor rod No 4 4 4 4 4 4.00 4 4

68

160mm (6mtrs length) dia

HDPE pipe (PE-80-PNS) ISI

mark(fire proof) with all

accessories for raising of

cable at both end of DP with

all accessories

Mtr 24 24 24 24 24 24.00 24 24

69

Supply of 200mm dia HDPE

casing pipe (PE-80-PNS) ISI

mark (fire proof) with all

accessories for laying 11KV

XLPE Cable

mtr 540 160 180 160 160 120.00 280 400

70

Supply of 31/2core 25mm2

Alluminum armoured LT UG

cable (Extruded type, ISI

marked) (main and spare)

including looping and raising

of Cable

mtr 0 0 0 0 0 0 0 0 0 0

71

31/2core 25mm2 LT cable

Outdoor Termination kit

(Heat Shrinkable Type )

No 0 0 0 0 0 0 0 0 0 0

72

Supply of 100mm dia HDPE

casing pipe (PE-80-PNS) ISI

mark(fire proof) with

accessories for laying LT XLPE

Cable

mtr 0 0 0 0 0 0 0 0 0 0

73

Inspection chamber for

straight through joint of size

5 ft x 4 ft x 4 ft including rise

of minimum 1.5ft from the

ground level in KB brick of

wall thickness of 15 inch with

1 inch plastering (1:4) with

RCC (1:3:6) cover of at least

4” thick with proper lifting

arrangement with the

provision of cable in and out

arrangement in the chamber

complete including supply of

all materials, full sand filling,

labour, T&P, transportation

etc as per the direction of

the Engineer in charge.

No 2 2

74

Laying of HT cable (main

+spare) through 200 mm dia

HDPE pipe by HDD method

with excavation in all type of

soil with T&P and high

pressure testing

mtr 540 160 180 160 160 120 280 400

Page 89: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 89

75

Laying of LT cable (main

+spare) through 100 mm dia

HDPE pipe by HDD method

with excavation in all type of

soil with T&P and high

pressure testing

mtr

76

Laying of balance HT cable

for looping in loop chamber

and raising at DP structure

mtr 0 100 0 100 100 100 100 100 100 100

77

Laying of balance LT cable for

looping in loop chamber and

raising at single pole

structure

mtr 0 0 0 0 0 0 0 0 0 0

78

Cable loop chamber of size 4

mtr x4 mtrx 1.5mtr including

rise of minimum 1.5 ft from

the ground level in KB brick

of wall thickness of 15 inch

with 1 inch plastering (1:4)

with RCC (1:3:6) cover of at

least 4” thick with proper

lifting arrangement with the

provision of cable in and out

arrangement in the chamber

complete including supply of

all materials, full sand filling,

labour, T&P, transportation

etc as per the direction

No 2 2 2 2 2 2 2 2

LABOUR COMPONENT

79

11KV Conductor with

accessories and

transportation to CESU store

Spa

n 17 4 1 1 1 1 1 6 19

80

8Mtr long 200Kg PSC pole

and transportation to CESU

store

No 15 3 7 2 2 2 2 2 6 18

81

9Mtr long 300Kg PSC Pole

and transportation to CESU

store

No

82

1P2W conductor/ ABC with

accessories and

transportation to CESU store

Spa

n

83

Dismantling of 10KVA,

11/0.23KV Transformer with

accessories and return to

CESU store

No

84

Dismantling of 10KVA,

11/0.23KV Transformer with

accessories and fixing of

Transformer at new DT

location

No

85

Dismantling of 25KVA,

11/0.23KV Transformer with

accessories and return to

CESU store

No

86

2P2W conductor/ABC with

accessories and

transportation to CESU store

Spa

n 8

Page 90: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 90

Sl

No Particulars of the Materials

Uni

t

Go

pa

lpu

r(Lo

cati

on

11

9.8

13

)

Jhin

tik

iba

ri (

Loca

tio

n

12

1.0

27

)

Bu

gu

da

Co

lon

y(L

oca

tio

n

12

1.8

20

)

Bu

gu

da

(Lo

cati

on

12

2.9

48

)

Ja

mu

sah

i (Lo

cati

on

12

9.3

62

)

Gu

nd

uri

ba

ri(L

oca

tio

n

13

0.0

62

)

Gu

nd

uri

ba

ri (

Loca

tio

n

13

0.1

08

)

Gu

nd

uri

ba

ri (

Loca

tio

n

13

0.1

77

)

Jan

ipa

da

r(Lo

cati

on

13

2.2

51

)

Gu

ra(L

oca

tio

n 1

32

.90

0)

11 12 13 14 15 16 17 18 19 20

Qty Qty Qty Qty Qty Qty Qty Qty Qty Qty

1 150x150mm RS Joist 11mtr. Long No 12

2 150x150mm RS Joist 10mtr. Long No

4 4 4 4 4 4

3 100x116 mm RS Joist 10mtr. Long

(OSM) No

4 8Mtr long 200KG PSC pole No 6 2 6

5 8Mtr long Joist 125x75mm RS Joist

(OSM) No 2 2

6 9Mtr long 300Kg PSC pole No

17 15 34 1 3 3

7 100x50x6MM MS Channel Kg

355

176.

64 355

509.

2

22.0

8 200

74.

08

74.0

8 200 200

8 75x40x6mm MS Channel Kg

150

55.7

6 150 150

55.7

6 150

55.

76

55.7

6 150 150

9 65x65x6mm MS Angle Kg

100 100 100 100 100 100

10 50x50x6mm MS Angle Kg 15.7

5

15.7

5

15.

75

15.7

5

11 11 KV V cross Arm (10.2 K.g. each ) No

14 12 10 28 1 1

12 Top bracket 75x40mm MS channel

( 1.3kg each) No 14 12 10 28 1 1

13 Back Clamp for V cross Arm 1.70Kg

each No 14 12 10 28 1 1

14 11KV AB switch 3pole 200Amp Set 0 1 1 1

15 11KV HG Fuse 3 Pole(400AmP) Set

16 11KV HT Stay Set Complete Set 10 5 7 16 2 4 3 3 4 4

17 7/10 SWG G.I. Stay wire Kg 100 50 70 160 20 40 30 30 40 40

18 11KV HT stay insulator No 10 5 7 16 2 4 3 3 4 4

19 11KV H.T. Stay Clamps

(1.95Kg/Pair) Pair 10 5 7 16 2 4 3 3 4 4

20 LT stay set complete (OSM) Set 2 4 3 2

21 7/12 SWG stay wire Kg 20 40 30 20

22 LT stay clamp Pair 2 4 3 2

23 LT stay insulator No 2 4 3 2

24 No.6 GI wire Kg 30 30 10 10

Page 91: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 91

25 11 KV L. A (12 Kv, 10 KA) (OSM) No 6 2 6 6 2 6 2 2 6 6

26 11KV G.I. Pins No 51 42 36 102 6 6

27 11KV pin insulator No 51 42 36 102 6 6

28 25x6mm G.I. Flat for Earthings Kg 100 10 100 100 10 100 10 10 100 100

29 40mm dia 3mtr long Heavy gauge

G.I. pipe earthing No 6 3 6 6 3 6 3 3 6 6

30 No-8 GI wire (for Guarding) Kg

31 GI I hook (for Guarding) No

32 55 mm2 AAAC Km 3.09 3.09 2.15 6.18 0.3

2 0.32

33 GI barbed wire anticlimbing device

2 Kg. Per support Kg 34 34 24 68 4 4

34 11KV Disc Insulator (B&S Type)

(70KN) (OSM) Nos 48 36 48 84 12 12 12 12 12

35 11KV H/W fitting for (B & S) Nos 24 18 24 42 6 6 6 6 6

36 M/S Nuts & Bolts with washer

(Different size) (OSM) Kg 81 81 66 132 33 30 28 29 30 30

37 1x35+1X25 mm^2 LT XLPE ABC KM 0.26 0.1

1 0.26

38 AB Cable( 3 x 35 + 1x25mm2 )

(OSM) Km

39 Dead end clamp No 2 2 2

40 Suspension Clamp with I hook No 4 1 4

41 Concrete slab for base

plate(2ftx2ftx2") No 17 15 34 7 5 9

42 Red oxide paint Ltrs 9 5 17 14 4 0.5 0.5 4 4

43 Alluminium paint Ltrs 9 5 17 14 4 0.5 0.5 4 4

44 Black paint Ltrs 1 4 1 1 1 1

45 Earthing of Support ( Coil Type ) No. 17 14 12 34 2 3 4

46

Concreting of support C.C - 1:3:6

using 20mm BHG metal size –

5’6”x2'x2' = 22CFT = 0.620 Cum

Padding of pole pit CC 1: 4: 8 using

40 mm BHG metal size

900x600x150mm = 0.081

Total : 0.701 Cum

No 7 6 16 10 3 4 2 2 4 4

47

Couping of support section 15''x15''

( 3.9Cft) height 2'-6' ( 1' - 6'' above

G.L & 1' - 0' below G.L ) in C.C 1:2:4

using 12mm BHG metal & curing for

5 days

Nos 4 3 16 4 3 4 1 1 4 4

48

Materials for Massonary work for

Earth Pit, Charcoal, Salt etc

including construction of earthing

chamber (Size: 2'x2') and RCC slab

cover

No. 6 3 6 6 3 6 3 3 6 6

Page 92: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 92

49

Fixing of stay set with 0.5Cum

cement concret foundation 1:3:6

size ( 900mmx600mmx900mm)

using 40mm BHG metal with all

labour and material except stay set ,

stay wire , stay insulator .

No 10 7 7 16 6 4 6 5 4 4

50 Transformer Mounting Bracket No 1 1 1 1

51 11KG HG Fuse 2pole 200Amp Set 1 1 1 1

52 11KG AB Switch 2pole 200Amp Set 1

53 16mm2 PVC Cable (2Core) Mtr 9 9 9 9

54

Barbed fencing (Size: 15ft x10 ft )

with construction retaining wall

upto 0.5 mtr, erection of RCC

fencing post, sand filling and metal

spreading, Fixing of Iron grill gate as

per CESU specification

No 1 1 1 1

55 10KVA, 11/0.23KV S/S No 1

56 63KVA, 11/0.4KV S/S No

57 LT Dist Box for 63KVA S/S No

58 25KVA, 11/0.4KV Trf. No

59 LT Dist Box for 25KVA Trf. No

60 3 1/2 x35mm2 PVC cable for 25KVA

Tfr mtr

61 3 1/2 x95mm2 PVC cable for 63KVA

Tfr(OSM) Mtr

62 LT Dist Box incl Kit Kat for 16 KVA

Tfr (OSM) No 1 1 1 1

63 Sundries LS

UG CABLE

64

Supply of Three Core 300 mm2

11KV Alluminium XLPE insulation

armoured UG cable (Extruded type,

ISI marked) (main and spare) for

laying of cable including looping and

raising.

mtr 670 1020 340 240 320 320

65

Outdoor Termination kit (Heat

Shrinkable Type ) for 11 KV

300mm2 3 core cable No 4 4 4 4 4 4

66

Straight through Out Door jointing

kit (Heat Shrinkable Type ) for 11 KV

300 mm2 3 Core Cable No 2 2

67 Route and joint indicating stones

with M.S. Anchor rod No 4 4 4 4 4 4 4 4

Page 93: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 93

68

160mm (6mtrs length) dia HDPE

pipe (PE-80-PNS) ISI mark(fire

proof) with all accessories for

raising of cable at both end of DP

with all accessories

Mtr 24 24 24 24 24 24

69

Supply of 200mm dia HDPE casing

pipe (PE-80-PNS) ISI mark (fire

proof) with all accessories for laying

11KV XLPE Cable

mtr 570 920 240 140 220 220

70

Supply of 3½ core 25mm2

Alluminum armoured LT UG cable

(Extruded type, ISI marked) (main

and spare) including looping and

raising of Cable

mtr 1210 200

71

31/2core 25mm2 LT cable Outdoor

Termination kit (Heat Shrinkable

Type )

No 4 4

72

Supply of 100mm dia HDPE casing

pipe (PE-80-PNS) ISI mark(fire

proof) with accessories for laying LT

XLPE Cable

mtr 1110 100

73

Inspection chamber for straight

through joint of size 5 ft x 4 ft x 4 ft

including rise of minimum 1.5ft

from the ground level in KB brick of

wall thickness of 15 inch with 1 inch

plastering (1:4) with RCC (1:3:6)

cover of at least 4” thick with

proper lifting arrangement with the

provision of cable in and out

arrangement in the chamber

complete including supply of all

materials, full sand filling, labour,

T&P, transportation etc as per the

direction of the Engineer in charge.

No 2 2

74

Laying of HT cable (main +spare)

through 200 mm dia HDPE pipe by

HDD method with excavation in all

type of soil with T&P and high

pressure testing

mtr 570 920 240 140 220 220

75

Laying of LT cable (main +spare)

through 100 mm dia HDPE pipe by

HDD method with excavation in all

type of soil with T&P and high

pressure testing

mtr 1110 100

76

Laying of balance HT cable for

looping in loop chamber and raising

at DP structure

mtr 100 0 100 100 0 100 0 0 100 100

77

Laying of balance LT cable for

looping in loop chamber and raising

at single pole structure

mtr 0 100 0 0 100 0 0 0 0 0

Page 94: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 94

78

Cable loop chamber of size 4 mtr x4

mtrx 1.5mtr including rise of

minimum 1.5 ft from the ground

level in KB brick of wall thickness of

15 inch with 1 inch plastering (1:4)

with RCC (1:3:6) cover of at least 4”

thick with proper lifting

arrangement with the provision of

cable in and out arrangement in the

chamber complete including supply

of all materials, full sand filling,

labour, T&P, transportation etc as

per the direction

No 2 2 2 2 2 2 2 2

LABOUR COMPONENT

79 11KV Conductor with accessories

and transportation to CESU store

Spa

n 19 12 10 30 4 1 4 1 1

80 8Mtr long 200Kg PSC pole and

transportation to CESU store No 17 11 9 29 2 2 2 2

81 9Mtr long 300Kg PSC Pole and

transportation to CESU store No 3 3

82

1P2W conductor/ ABC with

accessories and transportation to

CESU store

Spa

n 1 1 2

83

Dismantling of 10KVA, 11/0.23KV

Transformer with accessories and

return to CESU store

No

84

Dismantling of 10KVA, 11/0.23KV

Transformer with accessories and

fixing of Transformer at new DT

location

No 1 1 1

85

Dismantling of 25KVA, 11/0.23KV

Transformer with accessories and

return to CESU store

No

86

2P2W conductor/ABC with

accessories and transportation to

CESU store

Spa

n

Page 95: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 95

Sl

No Particulars of the Materials Unit

TOTAL

Gu

ra(L

oca

tio

n 1

32

.97

7)

Gu

ra(L

oca

tio

n 1

33

.02

8)

Gu

ra (

Loca

tio

n 1

33

.08

6)

Ph

ala

pa

ju(L

oca

tio

n

13

5.9

57

)

Ph

ala

pa

ju (

Loca

tio

n

13

6.3

97

)

Ph

ala

pa

ju (

Loca

tio

n

13

6.4

86

)

Ba

nig

och

ha

(Lo

cati

on

13

8.4

74

)

Ba

nig

och

ha

(Lo

cati

on

13

8.6

79

)

21 22 23 24 25 26 27 28

Qty Qty Qty Qty Qty Qty Qty Qty Qty

1 150x150mm RS Joist 11mtr. Long No 12

2 150x150mm RS Joist 10mtr. Long No 4 4 4 72

3 100x116 mm RS Joist 10mtr. Long

(OSM) No 12 28

4 8Mtr long 200KG PSC pole No 2 7 23

5 8Mtr long Joist 125x75mm RS Joist

(OSM) No 2 6

6 9Mtr long 300Kg PSC pole No 3 2 105

7 100x50x6MM MS Channel Kg 200 200 74.08 103.04 200 206 5707.36

8 75x40x6mm MS Channel Kg 150 150 55.76 89.76 150 20.4 3211.76

9 65x65x6mm MS Angle Kg 100 100 100 1700

10 50x50x6mm MS Angle Kg 15.75 81 303.75

11 11 KV V cross Arm (10.2 K.g. each ) No 1 11 114

12 Top bracket 75x40mm MS channel (

1.3kg each)/ No 1 11 114

13 Back Clamp for V cross Arm 1.70Kg

each No 1 11 114

14 11KV AB switch 3pole 200Amp Set 1 1 5

15 11KV HG Fuse 3 Pole(400AmP) Set 1 1

16 11KV HT Stay Set Complete Set 4 4 3 2 4 4 138

17 7/10 SWG G.I. Stay wire Kg 40 40 30 20 40 40 1380

18 11KV HT stay insulator No 4 4 3 2 4 4 138

19 11KV H.T. Stay Clamps(1.95Kg/Pair) No 4 4 3 2 4 4 138

20 LT stay set complete (OSM) Set 2 2 2 17

21 7/12 SWG stay wire Kg 20 20 20 170

22 LT stay clamp Pair 2 2 2 17

23 LT stay insulator No 2 2 2 17

24 No.6 GI wire Kg 20 10 20 130

25 11 KV L. A (12 Kv, 10 KA) (OSM) No 6 6 2 3 6 121

Page 96: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 96

26 11KV G.I. Pins No 6 36 414

27 11KV pin insulator No 6 36 414

28 25x6mm G.I. Flat for Earthings Kg 100 100 10 20 100 1770

29 40mm dia 3mtr long Heavy gauge G.I.

pipe earthing No 0 6 6 3 5 6 122

30 No-8 GI wire (for Guarding) Kg 0 35 105

31 GI I hook (for Guarding) No 0 10 30

32 55 mm2 AAAC Km 0 0.32 0.04 2.15 26.13

33 GI barbed wire anti climbing device 2

Kg. Per support Kg 0 4 24 280

34 11KV Disc Insulator (B&S Type) (70KN)

(OSM) No 0 12 12 12 12 24 594

35 11KV H/W fitting for (B & S) No 0 6 6 6 6 12 297

36 M/S Nuts & Bolts with washer

(Different size) (OSM) Kg 10 30 41 30 31 36 30 36 1183

37 1x35+1X25 mm^2 LT XLPE ABC Km 0 0 0.12 0 0.31 0 0 1.06

38 AB Cable( 3 x 35 + 1x25mm2 ) (OSM) Km 0 0 0 0.22 0 0 0.22

39 Dead end clamp No 0 0 2 0 2 0 0 0 10

40 Suspension Clamp with I hook No 0 0 5 0 5 0 0 0 19

41 Concrete slab for base plate

(2ftx2ftx2") No 0 0 2 0 10 2 0 0 128

42 Red oxide paint Ltrs 0 4 0 4 0.5 2 4 13 143.5

43 Alluminium paint Ltrs 0 4 0 4 0.5 2 4 13 142.5

44 Black paint Ltrs 0 1 0 1 0 0 1 3 28

45 Earthing of Support ( Coil Type ) No. 0 0 1 0 4 0 12 146

46

Concreting of support C.C - 1:3:6 using

20mm BHG metal size – 5’6”x2'x2' =

22CFT = 0.620 Cum

Padding of pole pit CC 1: 4: 8 using 40

mm BHG metal size 900x600x150mm

= 0.081

Total : 0.701 Cum

No 2 4 4 2 2 4 12 147

47

Couping of support section 15''x15'' (

3.9Cft) height 2'-6' ( 1' - 6'' above G.L &

1' - 0' below G.L ) in C.C 1:2:4 using

12mm BHG metal & curing for 5 days

No 2 4 4 1 2 4 12 125

48

Materials for Massonary work for

Earth Pit,Charcoal, Salt etc including

construction of earthing chamber

(Size: 2'x2') and RCC slab cover

No 0 6 6 3 5 6 122

Page 97: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 97

49

Fixing of stay set with 0.5Cum cement

concrete foundation 1:3:6 size (

900mmx600mmx900mm) using 40mm

BHG metal with all labour and material

except stay set , stay wire , stay

insulator .

No 2 4 2 4 5 2 4 4 155

50 Transformer Mounting Bracket No 1 5

51 11KG HG Fuse 2pole 200Amp Set 1 5

52 11KG AB Switch 2pole 200Amp Set 0 1

53 16mm2 PVC Cable (2Core) Mtr 9 45

54

Barbed fencing (Size: 15ft x10 ft ) with

construction retaining wall upto 0.5

mtr, erection of RCC fencing post, sand

filling and metal spreading, Fixing of

Iron grill gate as per CESU specification

No 1 1 6

55 10KVA, 11/0.23KV Trf. No 1

56 63KVA, 11/0.4KV Trf. No 1 1

57 LT Dist Box for 63KVA S/S No 1 1

58 25KVA, 11/0.4KV Trf. No 1 1

59 LT Dist Box for 25KVA S/S No 1 1

60 3 1/2 x35mm2 PVC cable for 25KVA Tfr mtr 15 15

61 3 1/2 x95mm2 PVC cable for 63KVA

Tfr(OSM) Mtr 15 15

62 LT Dist Box incl Kit Kat for 16 KVA Tfr

(OSM) No 1 5

63 Sundries LS 1

UG CABLE

64

Supply of Three Core 300 mm2 11KV

Alluminium XLPE insulation armoured

UG cable (Extruded type, ISI marked)

(main and spare) for laying of cable

including looping and raising.

mtr 300 340 440 6790

65

Outdoor Termination kit (Heat

Shrinkable Type ) for 11 KV 300mm2 3

core cable No 4 4 4 68

66

Straight through Out Door jointing kit

(Heat Shrinkable Type ) for 11 KV 300

mm2 3 Core Cable No 8

67 Route and joint indicating stones with

M.S. Anchor rod No 4 4 4 4 80

68

160mm (6mtrs length) dia HDPE pipe

(PE-80-PNS) ISI mark(fire proof) with

all accessories for raising of cable at

both end of DP with all accessories

Mtr 24 24 24 408

Page 98: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 98

69

Supply of 200mm dia HDPE casing pipe

(PE-80-PNS) ISI mark (fire proof) with

all accessories for laying 11KV XLPE

Cable

mtr 200 240 340 5090

70

Supply of 31/2core 25mm2 Alluminum

armoured LT UG cable (Extruded type,

ISI marked) (main and spare) including

looping and raising of Cable

mtr 300 1710

71

31/2core 25mm2 LT cable Outdoor

Termination kit (Heat Shrinkable Type

)

No 4 12

72

Supply of 100mm dia HDPE casing pipe

(PE-80-PNS) ISI mark(fire proof) with

accessories for laying LT XLPE Cable

mtr 200 1410

73

Inspection chamber for straight

through of size 5 ft x 4 ft x 4 ft

including rise of minimum 1.5ft from

the ground level in KB brick of wall

thickness of 15 inch with 1 inch

plastering (1:4) with RCC (1:3:6) cover

of at least 4” thick with proper lifting

arrangement with the provision of

cable in and out arrangement in the

chamber complete including supply of

all materials, full sand filling, labour,

T&P, transportation etc as per the

direction of the Engineer in charge.

No 8

74

Laying of HT cable (main +spare)

through 200 mm dia HDPE pipe by

HDD method with excavation in all

type of soil with T&P and high

pressure testing

mtr 200 240 340 5090

75

Laying of LT cable (main +spare)

through 100 mm dia HDPE pipe by

HDD method with excavation in all

type of soil with T&P and high

pressure testing

mtr 200 1410

76

Laying of balance HT cable for looping

in loop chamber and raising at DP

structure

mtr 0 100 0 100 0 0 100 0 1700

77

Laying of balance LT cable for looping

in loop chamber and raising at single

pole structure

mtr 100 0 0 0 0 0 0 0 300

78

Cable loop chamber of size 4 mtr x4

mtrx 1.5mtr including rise of minimum

1.5 ft from the ground level in KB brick

of wall thickness of 15 inch with 1 inch

plastering (1:4) with RCC (1:3:6) cover

of at least 4” thick with proper lifting

arrangement with the provision of

cable in and out arrangement in the

chamber complete including supply of

all materials, full sand filling, labour,

T&P, transportation etc as per the

direction

No 2 2 2 2 40

LABOUR COMPONENT

Page 99: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 99

79 11KV Conductor with accessories and

transportation to CESU store Span 1 6 1 6 1 5 153

80 8Mtr long 200Kg PSC pole and

transportation to CESU store No 2 2 4 2 5 2 150

81 9Mtr long 300Kg PSC Pole and

transportation to CESU store No 5 4 4 19

82

1P2W conductor/ ABC with

accessories and transportation to

CESU store

Span 1 4 4 7 20

83

Dismantling of 10KVA, 11/0.23KV

Transformer with accessories and

return to CESU store

No 1 1 2

84

Dismantling of 10KVA, 11/0.23KV

Transformer with accessories and

fixing of Transformer at new DT

location

No 1 4

85

Dismantling of 25KVA, 11/0.23KV

Transformer with accessories and

return to CESU store

No 1 1

86 2P2W conductor/ABC with accessories

and transportation to CESU store Span 8

Page 100: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 100

TECHNICAL SPECIFICATION FOR CONSTRUCTION OF

11KV DISTRIBUTION LINES

1.0 NATURE OF WORK

The work covered by this Specification is for 11 kV distribution lines as specified herein and in the

attached Schedules. The overhead distribution lines will form part of the CESU’s distribution System.

1.1 GENERAL PARTICULARS OF THE SYSTEM

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

which the Works will form a part —

The system will be in continuous operation during the varying atmospheric and climatic

conditions occurring at all seasons.

1.2 SCOPE-

(A) Construction of 11 KV New Lines

(B) Construction of 11 KV lines include installation of cross arms, insulators, hardwares,

earthing device, induction of additional supports, rectification of joist poles and change

of higher size of conductors etc

( C ) AB Cabling works.

The eligible Contractor has to obtain project license from the competent authority in

respect of the mentioned works prior to commencement of the works. All the expenses

towards the project license and inspection thereof have to be borne by the contractor.

All items required for construction of AB cabling works, poles, suspension clamp ,’Eye’

hook, insulation piercing connector and dead end clamps reqd. for AB Cables etc are to be

supplied by contractor.

Neither Purchaser nor its employees will have any liability whatsoever to any Bidder or

any other person under the law or contract, the principle 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 Documents and mater

deemed to form part of this documents, provision of services and any other information

Page 101: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 101

supplied by or on behalf of purchaser or its employees, or otherwise arising in any way

from the selection process for the supply.

2.0 SURVEY

Walk over survey, Theodolite survey, profile survey (if required) shall have to be carried out to establish

the Route alignment by the contractor for new 11 KV lines. If the line is passing in any Municipal/ NAC

areas permission from local bodies has to be obtained prior to execution of work. Suitable distance from

the side of the road has to be made towards placement of line poles.

2.0.1 CHECK SURVEY

The contractor shall undertake the check survey during execution on the basis of the alignment profile

drawing approved by the employer. If during check survey necessity arises for minor change in route to

eliminate way leave or other unavoidable constraints, the contractor may change the said alignment after

obtaining prior approval from the employer

2.0.2 GENERAL: Preliminary route alignment in respect of the proposed 11KV lines has been fixed by the

employer subject to alteration of places due to way leave or other unavoidable constraints. The Right of

way shall be solved by the contractor and all expenses there of shall be borne by him. However, CESU

shall render all helps in co-ordination with law and order department for solving the same. Involvement

of Forest land should be restricted as far as possible.

2.0.3 Provisional quantities/numbers of different types of tower structures/Joist poles/PSC poles have been

estimated and indicated in the BOQ Schedule given. However final quantities for work shall be as

determined by the successful bidder, on completion of the detail survey, preparation of route profile

drawing and designing of the different types of tower structures/Joist poles/PSC poles as elaborated in

the specification and scope of work.

2.0.4 The contractor shall undertake detailed survey on the basis of the tentative alignment fixed by the

employer. The said preliminary alignment may, however, change in the interest of economy to avoid

forest and hazards in work. While surveying the alternative route the following points shall be taken care

by the contractor.

(a) The line is as near as possible to the available roads in the area.

(b) The route is straight and short as far as possible.

(c) Good farming areas, religious places, forest, civil and defense installations, aerodromes, public

and private premises, ponds, tanks, lakes, gardens, and plantations are avoided as far as

practicable.

(d) The line should be far away from telecommunication lines as reasonably possible. Parallelism

with these lines shall be avoided as far as practicable.

(e) Crossing with permanent objects are minimum but where unavoidable preferably at right angles.

(f) Difficult and unsafe approaches are avoided.

(g) The survey shall be conducted along the approved alignment only.

Page 102: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 102

2.0.5 (a) Optimization of Pole Location

I. Pole Spotting

To optimize the line length, the contractor shall spot the poles in such a way so that the line is as close as

possible to the straight line drawn between the start & end point of the line.

II. Crossings

Road Crossings:- At all road crossings, the double tension HW fittings should be used. There should

absolutely no joints in the conductors in all road, power line and all other major crossing. The ground

clearance from the road surfaces under maximum sag condition shall be not less than 8.5mtr over roads.

In National High way the minimum height of guarding at the maximum sagging point should be less than

8.5 mts.

Railway Crossings- The railway crossing overhead or underground shall be carried out in the manner as

approved & prescribed by the railway authorities from time to time.

The crossing shall normally be at right angle to the railway track. In case crossing is required to be done

through underground cable, cost of the cable including laying and other accessories shall be in the scope

of the contractor. During detailed engineering, the contractor shall submit his proposed arrangement for

each railway crossing to the owner. The approval for crossing railway track shall be obtained by the

owner from the Railway Authority.

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.

III. Details En-route

After survey and finalization of route, the contractor shall submit detailed route map for each line. This

would be including following details:

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. 11kV

branch spur line, being in the village, protective guarding shall be used wherever it will be required.

Clearance from Ground, Building, Trees etc. – Clearance from ground, buildings, trees and telephone

lines shall be provided in conformity with the Indian Electricity Rules, 1956 as amended up to date. The

vendor shall select the height of the poles in order to achieve the prescribed electrical clearances.

Page 103: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 103

IV. 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. After approval, the contractor shall submit six more sets of the approved

documents along with one set in reproducible form to purchaser for record purpose.

V. Danger Boards

The vendor shall provide & install danger plates on all11 kV DP structures, and towers besides in all

poles where DT is installed. The danger plates shall conform to REC specification No. 57/1993.

VI. Anti-climbing Devices

The vendor shall provide and install anti-climbing device on all 11 kV DP structures, towers and at all

poles as per CEA guide line. This shall be done with G.I. Barbed wire or modified spikes as specified.

The barbed wire shall conform to IS-278 (Grade A1). The barbed wires shall be given chromatin dip as

per procedure laid down in IS: 1340.

VII. Fittings Common to all Line

Pin Insulator Binding: The contractor shall use AL. Binding wire for binding shall be as per REC

Construction Standards No. C-5 or better thereof.

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).

Guy/Stay wire Clamp: The contractor shall supply & install Guy/Stay wire Clamp as per REC

Construction Standard G-1 or better here of as specified..

VIII. Stay/Guy Sets

a) The Stay/Guys shall be used at the following pole locations;

At all the tapping points & dead end poles

At all the points where DT is to be installed

At all the points as per REC construction dwg. No. A-10 ( for the diversion angle of 10-60 degree)

Both side poles at all the crossing for road, nallaha, railway crossings etc.

Page 104: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 104

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.

c) The stay set to be installed complete in all respect and would broadly consist of following items:

7/10 SWG G.I. Stay wire for 11 kV lines and 7/12 SWG for LT line as per REC Specification

No.46/1986Stay Insulator type A for LT line and type C for 11 kV line as per REC Specification No.

21/1981, Turn Buckle. Anchor rod and plate (Hot Dipped galvanized). Thimbles and Guy Grip 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.

IX. Erection of stay sets

The contractor shall install the stay set complete in all respect. This includes excavation of pit in all kinds

of soil with PCC in the ratio 1:2:4 as specified which 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.

X. Stringing and Installation of Line with Bare Conductors.

General

The scope of erection work shall include the cost of all labour, tools and plants such as tension stringing

equipment and all other incidental expenses in connection with erection and stringing work. The Bidders

shall indicate in the offer the sets of stringing equipment he would deploy exclusively for work under

each package.

The stringing equipments shall be of sufficient capacity to string AAA conductor or ACSR conductor.

The Contractor shall be responsible for transportation to site of all the materials to be provided by the

Contractor as well as proper storage, insurance etc. at his own cost, till such time the erected line is taken

over by the owner.

Contractor shall set up required number of stores along the line and the exact location of such stores shall

be discussed and agreed upon with the owner.

Running Out of the Conductors

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

Page 105: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 105

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.

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.

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.

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.

Repairs to Conductors

The conductor shall be continuously observed for loose or broken strands or any other damage during the

running out operations. Repair to conductors, if necessary, shall be carried out with repair sleeves and

not more than one repair sleeve will be used in one span.

Repairing of the conductor surface shall be carried out free of cost 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. After compression the sharp edges must be smoothened by filing.

The Contractor shall be entirely responsible for any damage to the poles, insulators etc during stringing.

Stringing of Conductor

The stringing of the conductor shall be done by the standard stringing method.

The Bidder shall submit complete details of the stringing method for owner’s approval. Conductors shall

not be allowed to hang in the stringing blocks for more than 96 hours before being pulled to the specified

sag.

Derricks/ scaffoldings 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.

Page 106: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 106

Jointing

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.

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.

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 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.

All the joints or splices shall be made at least 30 meters 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.

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 Aluminium sleeve shall have

all corners rounded; burrs and sharp edges removed and smoothened.

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.

In case of ACSR conductors the filler compound should be used during compression. In case AAAC is

used each press should over lap 25% of the previous press.

Tensioning and Sagging Operations:

The tensioning and sagging shall be done in accordance with the approved stringing charts or sag tables.

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.

Clipping In

Page 107: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 107

Clipping of the conductors into position shall be done in accordance with the manufacturer’s

recommendations.

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.

Fasteners in all fittings and accessories shall be secured in position. The security clip shall be properly

opened and sprung into position.

Fixing of Conductors and Earth wire Accessories

Conductor and earth wire accessories supplied by the Contractor shall be installed by the Contractor as

per the design requirements and manufacturer’s instructions. While installing the conductor and earth

wire accessories, proper care shall be taken to ensure that the surfaces are clean and smooth and that no

damage occurs to any part of the accessories or of the conductors.

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.

Page 108: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 108

Technical Specification of AAAC Conductor

GUARANTEED TECHNICAL PARTICULARS FOR AAA CONDUCTORS

Sl. Particulars 55mm

2 AAAC

No.

1(a) Nominal Aluminium Alloy area of conductor in

mm2

55

1(b) ISS Code Applicable IS 398 (Part-IV) : 1994 with

it’s lattest ammendments if any.

2 No. of strands 7

3

Wire dia in mm.:

Nominal 3.15

Minimum 3.12

Maximum 3.18

4 Approximate overall dia of the conductor in

mm. 9.45

5

Cross-sectional area of:

Individual wire in mm2 7.793

Stranded conductor in mm2 54.55

6

Approximate mass of :

Individual wire in Kg/Km 21.04

Stranded Conductor in Kg/Km 149.2

7

Minimum breaking load in KN

Individual wire 2.29

Conductor (U.T.S.) 16.03

8 Calculated maximum DC resistance at 20

0C in

Ohm/ Km

Page 109: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 109

Individual wire 4.290

Conductor 0.621

9 Lay ratio for 7 wire conductor Min Max

10 14

10 Direction of Lay Right hand

11 Modulus of Elasticity (Kg/ cm2) 0.6324 x 10

6

12 Co-efficient of linear expansion per 0 C 23.0 x 10

-6

13 Standard length (Mtr.) 2000 ± 5%

14 Size of drum in mm. 1345 x 600 x 710

15 No. of cold pressure butt welding 8 (Eight)

Page 110: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 110

EARHTING COIL

TECHNICAL SPECIFICATION

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.

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 mas 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

Page 111: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 111

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.

6.0.3(B) EARHTING COIL

GUARANTEED TECHNICAL PARTICULARS

Sl.

No.

GENERAL TECHNICAL PARTICULARS Bidder’s Offer

1 Nominal diameter of wire

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)

Page 112: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 112

Technical Specification of RS Joist poles. (150x150 mm)

1. Standards :

The RS JOISTS shall comply with the requirements of latest issue of IS – 2062 2006 , Grade – A ,

IS : 808 / 1989 / 2001 , IS : 1608 / 1995 & IS : 12777 / 1989 & their latest amendments if any.

2. Clamatic Conditions : The climatic conditions at site under which the store shall operate satisfactory, are as follows Maximum temperature of air in shade 45 c

Maximum temperature of air in shade 0 c

Maximum temperature of air in shade 50 c

Maximum rain fall per annum 2000mm

Maximum temperature of air in shade 45 c

Maximum ambient temperature 45 c

Maximum humidity 100%

Av. No. of thunder storm days per annum 70% Av. No. of dust storm per annum 20

Av. Rain fall per annum 150mm

3. Rolled Steel Joists a. 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 sizes :

♦ 150 X 150 mm;

4. Dimensions and Properties

Sl No. RSJ DESIGNATION 150 x 150 mm ISHB

1

Length of Joist in Mtr with +100mm/- 0% Tolerance 11 mtr

2 Weight kg/m with±2.5% Tolerance 34.6

3 Sectional Area (cm2) 44

4

Depth(D) of Section (mm) with +3.0mm/ -2.0mm Tolerance as per IS 1852-1985

150

5

Width (B)of Flange (mm) with ±2.5mm Tolerance for116 x 100 mm ISMB & ±4.0mm Tolerance for 150 x 150 mm ISHB IS 1852-1985

150

6

Thickness of Flange (Tf) (mm) with±1.5mm Tolerance

9

7

Thickness of Web(Tw) (mm) with±1.0mm Tolerance

8.4

8

Corner Radius of fillet or root (R1) (mm)

8

9 Corner Radius of Tow (R2) (mm) 4

10 Moment of Inertia

Page 113: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 113

Ixx (cm4) 1540

Iyy (cm4) 460

11 Radius of Gyration (cm)

Rxx 6.29

Ryy 3.44

12 Modulus of Section Zxx(cm3)

Zyy(cm3) 205

Zxx(cm3) 60.2

13 Flange Slope( ) in Degree 94

14 Tolerance in Dimension As per IS:1852

5. 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

6. CHEMICAL PROPERTIES:

Chemical Composition Requirement as per 1999 Grade-A

IS:2062/ Permissible variation over Specified

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 0.005 Silicon(%Max.) 0.40 0.03 Carbon Equivalent(%Max.) 0.42 - Deoxidation Mode Semi-killed or killed - Supply condition As rolled -

7. However, In case of any discrepancy between the above data & the relevant ISS, the values indicated in the IS shall prevail.

8. The Acceptance Tests shall be Carried out as per Relevant ISS.

9. 150x150mm RS Joists: RS Joists of Specific Weight 34.6kg/mtr with length of each type of pole being 11mtr &

13mtrs long and each pole weighing 380.6 & 449.8 Kg respectively for specified

number of poles with 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

Tolerrance given Below.

Page 114: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 114

10. APPLICABLE TOLLERANCES :

a. Length of each pole = + 100mm / - 0 % As per relevant IS: 12779-1989

(with proportionate change in no of Poles)

b. Specific Weight of RS Joists = ±2.5% As per relevant IS: 1852/1985

c. Weight for whole lot of supply for all categories = ±3.0% As per relevant IS: 12779-1989 for

both type of RS Joists.

d. EMBOSSING ON EACH R.S JOIST :

Following distinct non-erasable embossing is to be made on each R.S Joists to be

supplied to CESU under this Tender.

Name of the Owner - CESU

B.I.S Logo (ISI Mark).

Size of the R.S Joist :

Name of manufacture:

WO No & Dt.

Page 115: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 115

TECHNICAL SPECIFICATIONS OF MILD STEEL CHANNEL & ANGLE

1. SCOPE

This specification covers design, manufacture, testing and dispatch to owner’s stores of M.S.

Channel & Angle for use in structures in distribution system.

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. GENERAL REQUIREMENTS

a. 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.

Chemical Composition and Physical Properties of M.S. Angles, M.S. Channels, and M.S.Flat

conforming to

IS: Conforming to IS:2062/84

b. Chemical Composition

Chemical composition For Fe 410 WA Grade

1 C - 0.23% MAX

2 Mn - 1.5% MAX

3 S - 0.050% MAX

4 P - 0.050% MAX

5 SI - 0.40% MAX6 CE

Page 116: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 116

(Carbon Equivalent)- 0.42% MAX

c. Mechanical Properties

1. Tensile strength Kgf/mm²‾ - 410

2. Yield stress Min. for thickness/diameter

< 20 mm - 26 Kgf/mm² OR 250 N/ mm²

20-40 mm - 24 Kgf/mm² OR 240 N/ mm²

> 40 mm - 23 Kgf/mm² OR 230 N/ mm²

3. Elongation % - 23%

4. Bend Test (Internal Dia) - Min-3ţ

(t–is the thickness of the

material).

e. Tolerance

Variation in ordered quantity for any destination and overall ordered quantity be only to the extent

of ±2%.

Rolling and weight tolerances shall be as per version of IS: 1852 or to any equivalent International

Standard.

e. TEST

Steel Section shall be tested in IS approved Laboratory or Standard Laboratory the Bidder country

having all facilities available for conducting all the test prescribed in relevant IS or IEC or to any

equivalent International

Standard or any recognized and reputable International Laboratory or Institutions. The bidders are

required to specifically indicate that;

They hold valid IS (or equivalent IEC) License.

Steel Section offered are bearing requisite IS certification or equivalent marks.

The bidders are required to submit a copy of the valid IS (or equivalent IEC) License clearly

indicating size and range of product against respective ISS or any equivalent International

Standards along with their offer.

f. MARKING

It is desirable that the bidder should put his identification marks on the finished material. The mark

shall be in “legible English letter” given with marking dies of minimum 18 mm size.

g. INSPECTION AND TEST CERTIFICATES

The material to be supplied will be subject to inspection and approval by the purchaser’s

representative before dispatch and/or on arrival at the destination. Inspection before dispatch shall

Page 117: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 117

not however, relieve the bidder

of his responsibility to supply the Steel Sections strictly in accordance with the specification.

The purchaser’s representative shall be entitled at all reasonable time during manufacture to

inspect, examine and test at the bidder’s premises the materials and workmanship of the steel

section to be supplied.

As soon as the steel Section are ready for testing, the bidder shall intimate the purchaser well in

advance , so that action may be taken for getting the material inspected. The material shall not be

dispatched unless waiver of inspection is obtained or inspected by the purchaser’s authorized

representative.

Test certificates shall be in accordance with latest version of the relevant Indian Standards or any

equivalent International Standard.

The acceptance of any batch/lot shall in no way relieve the bidder of any of his responsibilities for

meeting all the requirements of the specification and shall not prevent subsequent rejection of any

item if the same is later found defective.

Page 118: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 118

PSC Pole (9 Mtr x 300 Kg & 8 Mtr x 200 Kg )

TECHNICAL SPECIFICATIONS

Applicable Standard :

The Poles shall comply with latest standards as under:

REC Specification No. 15/1979, REC Specification No. 24/1983, IS 1678, IS 2905, IS 7321.

II. Materials :

Cement

Cement to be used in the manufacture of pre-stressed concrete poles shall be ordinary for rapid

hardening Portland cement confirming to IS: 269-1976 (Specification for ordinary and low heat

Portland cement) or IS: 8041 E-1978 (Specification for rapid hardening Portland cement).

Aggregates

Aggregates to be used for the manufacture of pre-stressed concrete poles shall confirm to IS:

383 (Specification for coarse and fine aggregates from natural sources for concrete) .The

nominal maximum sizes of aggregates shall in no case exceed 12 mm.

Water

Water should be free from chlorides, sulphates, other salts and organic matter. Potable water

will be generally suitable.

Admixture

Admixture should not contain Calcium Chloride or other chlorides and salts which are likely to

promote corrosion of pre-stressing steel. The admixture shall conform to IS: 9103.

Pres-Stressing Steel

Pre-stressing steel wires including those used as un tensioned wires should conform to IS:1785

(Part-I) (Specification for plain hard-drawn steel wire for pre-stressed concrete, Part-I cold

drawn stress relieved wire).IS:1785 (Part-II)(Specification for plain hard-drawn steel wire) or

IS:6003 (Specification for indented wire for pre-stressed concrete).The type design given in the

annexure are for plain wires of 4 mm diameter with a guaranteed ultimate strength of 160

kg/mm². All pre-stressing steel shall be free from splits, harmful scratches, surface flaw, rough,

aged and imperfect edges and other defects likely to impair its use in pre-stressed concrete.

Concrete Mix

Concrete mix shall be designed to the requirements laid down for controlled concrete (also

called design mix concrete) in IS: 1343-1980 (Code of practice for pre-stressed concrete) and

IS: 456 – 1978 (Code of practice for plain and reinforced concrete) subject to the following

special conditions:

Page 119: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 119

Minimum works cube strength at 28 days should be at least 420 Kg/cm².

The concrete strength at transfer should be at least 210 Kg/cm².

The mix should contain at least 380 Kg of cement per cubic meter of concrete.

The mix should contain as low water content as is consistent with adequate workability. It

becomes necessary to add water to increase the workability the cement content also should be

raised in such a way that the original value of water cement ratio is maintained.

III. Design Requirements

The poles shall be designed for the following requirements:

The poles shall be planted directly in the ground with a planting depth as per IS: 1678.

Wherever, planting depth is required to be increased beyond the specified limits or alternative

arrangements are required to be made on account of ground conditions e.g. water logging etc.,

the same shall be in the scope of the bidder at no extra cost to owner. The bidder shall furnish

necessary design calculations/details of alternative arrangements in this regard.

The working load on the poles should correspond to those that are likely to come on the pole

during their service life.

The factor of safety for all poles 9.0Mts. Shall not be less than 2.0 and for 8.0 M poles, the

factor of safety shall not be less than 2.5.

The average permanent load shall be 40% of the working load.

The F.O.S. against first load shall be 1.0.

At average permanent load, permissible tensile stress in concrete shall be 30 kg/cm².

At the design value of first crack load, the modulus of rupture shall not exceed 53.0kg/cm² for

M-40.

The ultimate moment capacity in the longitudinal direction should be at least one fourth of that

in the transverse direction.

The maximum compressive stress in concrete at the time of transfer of pre-stress should not

exceed 0.8 times the cube strength.

The concrete strength at transfer shall not be less than half, the 28 days strength ensured in the

design, i.e. 420x0.5=210kg/cm². For model check calculations on the design of poles, referred to

in the annexure, a reference may be made to the REC “Manual on Manufacturing of solid PCC

poles, Part-I-Design Aspects”.

IV. Dimensions and Reinforcements

The cross-sectional dimensions and the details of pre-stressing wires should conform to the

particulars given in the enclosed drawing. The provisions of holes for fixing cross-arms and

other fixtures should conform to the REC specification No.15/1979.

Page 120: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 120

All pre-stressing wires and reinforcements shall be accurately fixed as shown in drawings and

maintained in position during manufacture. The un-tensioned reinforcement as indicated in the

drawings should be held in position by the use of stirrups which should go round all the wires.

All wires shall be accurately stretched with uniform pre-stressed in each wire. Each wire or

group of wires shall be anchored positively during casing. Care should be taken to see that the

anchorages do not yield before the concrete attains the necessary strength.

V. Cover

The cover of concrete measured from the outside of pre-stressing tendon shall be normally 20

mm.

VI. Welding and Lapping of Steel

The high tensile steel wire shall be continuous over the entire length of the tendon. Welding

shall not be allowed in any case. However, joining or coupling may be permitted provided the

strength of the joint or coupling is not less than the strength of each individual wire.

VII. Compacting

Concrete shall be compacted by spinning, vibrating, shocking or other suitable mechanical

means. Hand compacting shall not be permitted.

VIII. Curing

The concrete shall be covered with a layer of sacking, canvass, Hessian or similar absorbent

material and kept constantly wet up to the time when the strength of concrete is at least equal to

the minimum strength of concrete at transfer of pre-stress. Thereafter, the pole may be removed

from the mould and watered at intervals to prevent surface cracking of the unit the interval

should depend on the atmospheric humidity and temperature. The pre-stressing wires shall be

de-tensioned only after the concrete has attained the specified strength at

transfer (i.e. 200 or 210 kg/cm² as applicable).The cubes cast for the purpose of determining the

strength at transfer should be coursed, a sear as possible, under condition similar to those under

which the poles are cured. The transfer stage shall be determined based on the daily tests carried

out on concrete cubes till the specified strength indicated above is reached. Thereafter the test on

concrete shall be carried out as detailed in IS: 1343(code of practice for pre-stressed concrete).

The manufacture shall supply, when required by the

owner or his representative, result of compressive test conducted in accordance with IS: 456

(Code of practice for plain and reinforced concrete) on concrete cubes made from the concrete

used for the poles. If the manufacture so desired, the manufacture shall supply cubes for test

purpose and such cubes shall be tested in accordance with IS: 456 (Code of practice for plain

and reinforced concrete).

IX. Lifting Eye-Hooks or Holes

Separate eye-hooks or hoes shall be provided for handling the transport, one each at a distance

of 0.15 times the overall length, from either end of the pole. Eye-hooks, if provided, should be

Page 121: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 121

properly anchored and should be on the face that has the shorter dimension of the cross-section.

Holes, if provided for lifting purpose, should be perpendicular to the broad face of the pole.

X. Holes for Cross Arms etc

Sufficient number of holes shall be provided in the poles for attachment of cross arms and other

equipments.

XI. Stacking & Transportation

Stacking should be done in such a manner that the broad side of the pole is vertical. Each tier in

the stack should be supported on timber sleeper located as 0.15 times the overall length,

measured from the end. The timber supported in the stack should be aligned in vertical line.

XII. Earthing

(a) Earthing shall be provided by having length of 6 SWG GI wire embedded in Concrete

during manufacture and the ends of the wires left projecting from the pole to a length of

100mm at 250 mm from top and 1000 mm below ground level.

(b) Earth wire shall not be allowed to come in contract with the pre-stressing wires.

B. PSC Pole (9 Mtr x 300 Kg & 8 Mtr x 200 Kg)

GUARANTEED TECHNICAL PARTICULARS AND DRAWINGS

Description Unit

9 Mtr X

300 Kg

8 Mtr X

200 Kg

1 Type of pole

2 Factor of Safety 2.5 2.5

3 Overall Length of Pole

Meters meters

9 8

4 Working Load Kg Kg 300 200

5 Overall Dimensions

A Bottom Depth mm

B Top Depth

C Breadth

6 Reinforcement Detail:

7 Diameter of prestressing

Page 122: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 122

wire

8 No. of Tensioned wires No 20 12

9 No. of Un tensioned

wire No

0 2

10 Length of each un

tensioned wire

11 Concrete Detail

A Cement Type

B Grade M-40 M-40

C Type

D Quantity

Cubic

meter/pole

E Standard confirming to:

12 Steel Quality Kg/Pole

A Ultimate Tensile

Strength (UTS) Km/Cm²

B Weight

Page 123: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 123

Page 124: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 124

.1 All the poles shall be provided with a RCC block base having dimensions as mentioned

above as per the site requirement to be decided by Engineer in Charge. The decision of Engineer

in Charge will be Final.

.2 The poles shall then be lifted to the pit with the help of wooden supports. The pole shall

then be kept in the vertical position with the help of 25 mm (min.) manila ropes, which will act

as the temporary anchor. The verticality of the pole shall be checked by spirit level in both

longitudinal & transverse directions. The temporary anchor shall be removed only when poles

set properly in the pit for foundation concreting & backfilling with proper compacting the soil.

The backfilling should be done inlayers (maxm. 0.5 mts at a time with sprinkling of water and

by using wooden hammer. No stone more than 75 mm should be used during back filling.

Page 125: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 125

CROSS ARMS

7.0.1 Qualification Criteria of Manufacturer:-

a) Hot Dip Galvanised Cross arms and Pole Top Brackets for both 11kV 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 11 KV ‘ V ’ Cross arm shall be made out of 100x 50x5 mm MS Channel of ( 9.56

kg/mtr weight) ( Galvanisation @ 610 gm / m2 )

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 worked 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 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.

Page 126: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 126

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

workmanlike manner so as to facilitate cleaning, painting, galvanizing and inspection and to

avoid areas in which water and other matter can lodge.

Contact surfaces at all connections shall be free of loose scale, dirt, burrs, oil and other foreign

materials that might prevent solid seating of the parts.

GTP OF 11 KV V CROSS ARM

GURANTEED TECHNICAL PARTICULARS

Sl.

No.

Description Unit

Bidder’s offer

11 Kv

1 Type of cross arm

2 Grade of steel

3 Steel standard

4 Fabrication Standard

5 Dimensions Mm

6 Steel section utilized

7 Steel tensile strength N/cm²

8 Working load Kg

9 Details of galvanizing method utilized and

standard/specification conforming to?

10 Weight of V cross arm kg 10.2

11 Whether drawing has been submitted with the bid

Page 127: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 127

TECHNICAL SPECIFICATIONS FOR 11kV AB Switch

1.0 SCOPE:-

This specification provides for manufacture, testing at works and delivery For supply of

11KV AB switches. The 11KV AB switches shall conform to IS: 9920 (Part-I to IV)

2.0 AB SWITCHES:-

The 11KV Air Break Switches are required with two poles in each phase. The AB Switches

shall be supplied complete with phase coupling shaft, operating rod and operating handle. It

shall be manually gang operated and vertically break and horizontal mounting type.

2.0.1 The AB Switch shall be designed for a normal current rating of 400 Amps and for continuous

service at the system voltage specified as under:

11 KV AB Switch: 11KV + 10% continuous 50 C/s solidly grounded earthed neutral system.

The length of break in the air shall not be less than 400 mm for 11KV AB Switches.

2.0.2 The 11KV AB Switches are required with post insulators. The AB switches should be suitable

for mounting on the structure. The mounting structure will be arranged by the purchaser

separately. However, the AB Switches shall be supplied with base channel for mounting on

the structure which will be provided by the purchaser. The phase to phase spacing shall be

750mm in case of 11KV AB Switches.

3.0 POST INSULATORS:-

The complete set of three phase AB Switches shall have post insulators.

11KV AB Switches : 11KV Post Insulators

The post insulators should conform to the latest applicable Indian standards IS: 2544

Specification for Porcelain Post insulator Polycon or of compact solid core or long rod

insulators are also acceptable. Creepage distance should be adequate for highly polluted

outdoor atmosphere in open atmosphere. The porcelain used for manufacture of AB Switches

should be homogeneous free from flaws or imperfections that might affect the mechanical

dielectric quality. They shall be thoroughly vitrified, tough and impervious to moisture. The

glazing of the porcelain shall be of uniform brown in colour, free from blisters, burns and other

similar defects. Insulators of the same rating and type shall be interchangeable.

The porcelain and metal parts shall be assembled in such a manner that any thermal

expansion differential between the metal and porcelain parts through the range of

temperature variation shall not loose the parts or create undue internal stresses which may

affect the electrical or mechanical strength. Cap and base of the insulators shall be

interchangeable with each other. The cap and base shall be properly cemented with

insulators to give perfect grip. Excess cementing must be avoided.

The tenderers shall in variably enclose with the offer, the type test certificate from NABL

accredited testing laboratory and other relevant technical guaranteed particulars of insulators

offered by them. Please note that AB Swiches without type test certificates will not be

accepted.

Page 128: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 128

1.0 Each 11KV Post Insulators should have technical particulars as detailed below:

11 KV

i Nominal system voltage kV (rms) 11

ii Highest system voltage kV (rms.) 12

iii Dry Power Frequency one kV minute withstand voltage (rms) in 35

iv Wet Power frequency one minute withstand voltage (rms) in KV 35

v Power Frequency puncture kV (rms) voltage

1.3 times the actual dry flashover voltage

vi Impulse withstand voltage kV (Peak) 75

vii Visible discharge voltage kV (rms) 9

viii Creepage distance in mm (minimum) 320

5.0 The rated insulation level of the AB Switches shall not be lower than the values specified below:-

Sl. No

Standard

declared voltage

Rated Voltage

of the AB Switches

Standard impulse with stand voltage (positive & negative polarity KV

(Peak)

One Minute power frequency withstand voltage kV (rms)

Across the

Isolating distance

To earth &

between poles

Across

the Isolating distance

To earth & between

poles

i 11KV 12KV 85KV 75KV 32KV 28KV

6.0 TEMPERATURE RISE:-

The maximum temperature attained by any part of the equipment when in service at site

under continuous full load conditions and exposed to the direct rays of Sun shall not exceed

45 degree above ambient.

7.0 MAIN CONTACTS:-

AB Switches shall have heavy duty self-aligning type contacts made of hard drawn electrolytic

copper/brass. The various parts should be accordingly finished to ensure inter changeability

of similar components. The moving contacts of the switch shall be made from hard drawn

electrolytic copper brass. This contact shall have dimensions as per drawing attached so as

to withstand safely the highest short-circuit currents and over voltage that may be

encountered during service. The surface of the contact shall be rounded smooth and silver-

plated. In nut shell the male and female contact assemblies shall ensure.

(i) Electro-dynamic withstands ability during short circuits without any risk of

repulsion of contacts. (ii) Thermal withstands ability during short circuits.

(iii) Constant contact pressure even when the lower parts of the insulator stacks are subjected to tensile stresses due to linear expansion of connected bus bar of flexible conductors either because of temperature variations or strong winds.

(iv) Wiping action during closing and opening. (v) Fault alignment assuring closing of the switch without minute adjustments.

Page 129: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 129

8.0 CONNECTORS:-

The connectors shall be made of hard drawn electrolytic copper or brass suitable for

Raccoon/Dog ACSR conductor for both 11KV AB Switches. The connector should be 4 -bolt

type.

9.0 OPERATING MECHANISM:-

All AB Switches shall have separate independent manual operation. They should be provided

with ON/OFF indicators and padlocking arrangements for locking in both the end positions to

avoid unintentional operation. The isolating distances should also be visible for the AB

Switches.

The AB Switch will be supplied with following accessories:

Sr. No

Item Size of 11KV AB Switch

i

Operating Rod (GI dia) Length 5.50 meter dia 25 mm

ii

Phase coupling square rod (GI) Length 1800 mm Size 25x25 mm

iii Hot dip galvanized Operating handle (GI) 1 No.

The AB Switches shall be capable to resist any chance of opening out when in closed

position. The operating Mechanism should be of robust constructions, easy to operate by

single person and to be located conveniently for local operation in the switchyard. The GI pipe

shall conform to ISS: 1239-68 and the vertical down rod should be provided with adequate

joint in the mid section to avoid bending or buckling. Additional leverage should be provided

to maintain mechanical force with minimum efforts.

All iron parts should be hot dip galvanized. All brass parts should be silver plated and all nuts

and bolts should be hot dip galvanized.

10.0 ARCING HORNS:-

It shall be simple and replaceable type. They should be capable of interrupting line- charging

current. They shall be of first make and after break type.

11.0 BUSH:-

The design and construction of bush shall embody all the features required to withstand

climatic conditions specified so as to ensure dependable and effective operations

specified even after long periods of inaction of these Air Break Switches. They shall be made

from highly polished Bronze metal with adequate provision for periodic lubrication through

nipples and vent.

12.0 DESIGN, MATERIALS AND WORKMANSHIP:-

The successful tenderers shall assume full responsibility for co-ordination and adequate

design.

All materials used in the construction of the equipment shall be of the appropriate class, well

finished and of approved design and material. All similar parts should be accurately finished

and interchangeable.

Special attention shall be paid to tropical treatment to all the equipment, as it will be subjected

Page 130: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 130

during service to extremely severe exposure to atmospheric moisture and to long period of

high ambient temperature. All current carrying parts shall be of non- ferrous metal or alloys

and shall be designed to limit sharp points/edges and similar sharp faces.

The firm should submit the following type test certificate along with the certified copy of the

drawing (from NABL Testing Lab). The type test should be from NABL accredited testing

laboratory & should not be older than 5 years from the date of opening of tender.

1. Test to prove capability of rated peak short circuit current and the rated short time current. The rated short time current should correspond to minimum of 10K Amp and the peak short circuit current should correspond to minimum of 25K Amps.

2. Lightning impulse voltage test with positive & negative polarity. 3. Power Frequency voltage dry test and wet test 4. Temperature rise test 5. Mill volt drop tests

13.0 Dimension of 11KV AB Switches in (Max.) Tolerance 5%.

Sr. Particulars 11KV AB Switch

i

Drawing No. EB/P-6/MPSEB/7 (revised)

dated 01.05.88 ii MS Channel 450x75x40

iii Creepage distance of

Post Insulator

320mm (Min)

iv Highest of Port shell 254 mm v Fixed contact assembly

i) Base 165x36x8

ii) Contact 70x30x6

iii) GI cover 110x44

Spring 6 Nos. vi Moving contract assemble i Base Assembly 135x25x8 ii Moving 180x25x9 iii Bush Bronze Metal iv Thickness of Grooves 7

14.0 CONNECTORS:-

i Connector

(diamentions of each pad) 60x50x8

(Moving & fix both) 60x50x8

(Moving & fix both)

The bidder should provide AB Switches with terminal connectors, set of insulators,

mechanical inter works and arcing horns sets. The base channel for the mounting of AB

Switches shall also be included in the scope of AB Switches. The operating mechanisms

together with down pipe operating handle etc. are also included in the scope of supply.

15.0 ROUTINE TEST CERTIFICATE : -

The Routine test certificate should invariably be submitted in duplicate of each lot offered for

inspection as per ISS: 9920 (part-I to IV). The offers received without Routine test certificate

shall not be entertained.

Page 131: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 131

16.0 ACCEPTANCE TEST : -

At the time of inspection following test shall be carried out: -

a. Physical verification and measurement of dimension.

b. Power frequency high voltage test.

c. Temperature rise test.

d. Mechanical endurance test / operation test.

e. Milli volt drop test.

f. Galvanising test as per ISS: 2633.

17.0 NAME PLATE: -

The name plate in the following design shall be fixed on each AB Switch.

i) Name of supplier :

ii) Name of purchaser : iii) Order No. and date : iv) Rating : v) serial number of unit :

The size of name plate shall be 2” x 1” for 11 kV AB Switch.

Schedule of Guaranteed Technical Particulars for 11 KV AB Switches

No

Particulars

Requirement

To be specified by

the Bidder

1 Type / make To be indicated 2 Maximum permission continuous service

voltage (KV)

12 KV

3 Length of the Break/Phase (Min.) 400 mm 4 Phase to Phase Spacing 750 mm 5 Power Frequency withstand test voltage for

completely assembled switches

A) Against ground i Dry KV 28 KV

ii Wet KV 28 KV B) Across open contact

i Dry KV 32 KV ii Wet KV 32 KV

C) Between Phases i Dry KV 28 KV

ii Wet KV 28 KV 6 Impulse withstand test voltage of completely

assembled switch without arcing horns with

1.2/50 micro second impulse wave KV (Peak)

85 KV

7 100% impulse flashover voltage of completely

assembled switch with arcing horns with

1.2/50 micro second impulse wave KV (Peak)

85 KV

8 Particulars of the main contacts i.e. fixed

contacts and moving contacts

a Type Spring loaded fixed &

knife type moving

contacts

Page 132: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 132

b Material Hard drawn electrolytic

copper alloy

c Surface Treatment & Thickness of Silver

Coating Silver plated of thickness

of 5 micron

d Contact Pressure 25 KG 9 Continuous Current Rating, Amps 400 amps

10 Short Time Current Rating KA (rms) min. for

1 sec

16 KA

11 Rated Peak Short Circuit Current (KA Peak) 25 KA 12 No. of operations which the switch can

withstand without deterioration of contacts

2000

13 Type of Mounting Horizontal up right

mounting

14 Type & Material used in connector Brass/ Bronze strips 15 Location and Type of Bushing Bush bearing at rotating

insulator

16 Particulars of Post Insulators

i Make( ISI make) To be indicated

ii Type 11 KV Post insulator

type

iii Strength 10 KN

iv Weight 5 Kg (approx.) / unit

v No. of units per stack One

vi Height of stack mm 254 mm

viii Creepage distance mm 320 mm

ix One Minute Power Frequency Dry withstand

voltage KV (rms)

65 KV

x Power Frequency Flashover voltage KV (rms) 70 KV

xi Impulse flashover voltage KV (Peak) 85 KV

xii Impulse withstand voltage KV (Peak) 80 KV (peak)

xiii Puncture voltage (KV) 105 KV

Page 133: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 133

HT & LT STAY SETS

TECHNICAL SPECIFICATION for HT & LT Stay

I. Qualification Criteria of Manufacturer:-

The prospective bidder may source Stay Sets from manufacturers only must qualify all the

following requirements :

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 LT Stay Sets of 16 mm

and HT stay sets 20 mm dia.

III. GENERAL REQUIREMENTS

16 MM Dia Stay sets (Galvanized) – LT Stay Set

This stay sets (Line Guy set) will consist of the following components:-

Anchor Rod with one washer and Nut

Overall length of rod should be 1800 mm to be made out of 16 mm dia. GI Rod, one end

threaded up to 40 mm length with a pitch of 5 threads per cm and provided with one square GI

washer of size 40X40x1.6mm and one GI hexagonal nut conforming to IS:1367:1967 &

IS:1363:1967. Both washer and nut to suit threaded rod of 16 mm dia. The other end of the rod

to be made into a round eye having an inner dia. of 40mm with

best quality welding.

Anchor Plate Size 200 x 200 x6 mm

To be made out of GI plate of 6 mm thickness. The anchor plate should have at its centre 18

mm dia. hole.

Turn Buckle & Eye Bolt with 2 Nuts

To be made of 16 mm dia. GI Rod having an overall length of 450mm, one end of the rod to be

threaded up to 300 mm length with a pitch of 5 threads per cm and provided with two GI

Hexagonal nuts of suitable size conforming toIS:1363:1967 & IS:1367:1967. The other end of

rod shall be rounded into a circular eye of 40mm inner dia. with proper and good quality

welding.

Bow with Welded Angle

To be made out of 16mm dia GI rod. The finished bow shall have an over all length of 995 mm

and eight of 450 mm, the apex or top of the bow shall be bent at an angle of 10 R. The other

Page 134: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 134

end shall be welded with proper and good quality welding to a GI angle 180 mm long having a

dimension of 50x50x6mm. The angle shall have 3 holes of 18 mm dia. each.

Thimble

To be made on 1.5 mm thick GI sheet into a size of 75x22x40mm and shape as per standard

shall be supplied.

Average Weight of Finished 16mm Stay Sets shall be at least 7.702 KG (Minimum)

(Excluding Nuts Thimbles and Washer) 8.445 Kg. (Maximum)

20 mm Dia. Stays Sets for 11 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 GI Hexagonal 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.I sheet into a size of 75x22x40mm and shape as per standard.

Galvanizing

The complete assembly shall be hot dip galvanized.

Page 135: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 135

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 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 (CESU)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:-

B) HT / LT STAY SET

GURANTEED TECHNICAL PARTICULARS

(To be submitted along with Offer)

Sl No

Item Description

Specified Parameters Bidder’

s Offer

Section

Tolerances Fabrication Tolerances

Material

1 Anchor Plate

6mm thick +2.5%- 5% 8mm thick+2.5%- 5%

200x200mm+1% 300x300mm+1%

GI Plate 6 mm thick GI Plate 8 mm thick

LT Stay Set HT Stay Set

Page 136: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 136

2 Anchor Rod

16mmdia +5%- 3% 20mm dia +3%- 2%

Length 1800mm+0.5% Rounded Eye 40 mm inside dia + 3% Threading 40mm +11%-5% Length 1800mm +0.5% Round Eye 40mm inside dia + 3%. Threading 40mm +11%-5%

GI Round 16mm dia GI Round 16mm dia GI Round 20mm dai GI Round 20mm dia

LT Stay Set HT Stay Set

3 Turn Buckle Bow

16mm dia +5%- 3%

Length 995mm +1% 16mm dia Length180mm +1% 50x50x6mm Channel length 200mm + 1%

GI Round 16mm dia. GI Angle G I Channel 100x50x4.7mm

LT Stay Set HT Stay Set

4 Eye Bolt Rod

16mm dia +5%- 3% 20mm dia + 3% - 2%

Length 450mm + 1% Threading 300mm +1% Round Eye 40mm inside dia+3% Length450mm +1% Threading 300mm +1% Round Eye 40 mm inside dia +3%

GI Round 16 mm dia GI Round 20mm dia.

LT Stay Set HT Stay Set

5 Galvanisation thickness

LT Stay Set HT Stay Set

A Anchor Plate LT Stay Set HT Stay Set

B Anchor Rod LT Stay Set HT Stay Set

C Turn Buckle LT Stay Set HT Stay Set

D Eye Bolt Rod LT Stay Set HT Stay Set

6 Weight of complete set

LT Stay Set HT Stay Set

7 Whether drawing submitted

Page 137: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 137

(C) STAY WIRE (7/10 SWG) & (7/12 SWG)

TECHNICAL SPECIFICATIONS

I. Qualification Criteria of Manufacturer:-

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 7/8SWG7/4 mm for 33 kv lines, 7/10SWG (7/3.15 mm for

11KV lines and 7/12 SWG 7/2.5 mm for LT 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:

Page 138: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 138

No. of Wires

& Const.

Wire Dia

(mm)

Min. breaking load

of the Single wire

before stranding

(KN)

Min. breaking load

of the standard wire

(KN)

7 (6/1) 2.5 3.44 21.40

7 (6/1) 3.15 5.46 34.00

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.

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

Page 139: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 139

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.

STAY WIRE (7/10 SWG) & (7/12 SWG)

GURANTEED TECHNICAL PARTICULARS

(To be submitted along with offer)

Sl. No.

GENERAL TECHNICAL PARTICULARS 7/10 SWG

7/12 SWG

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%

Page 140: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 140

GENERAL TECHNICAL REQUIREMENTS OF PIN INSULATORS

10.01.1 33 Kv Pin Insulators.:-IS-731/77 (Procelin Insulator for O/H power lines with nominal

voltage greater than 1000 volts.

10.01.2 33 Kv GI Pin :- Confirming to IS-2486 Part-I/1971.

10.01.3 11 Kv Pin Insulators :- IS-731/77 (Procelin Insulator for O/H power lines with nominal

voltage greater than 1000 volts.

10.01.4 11 Kv GI Pin :- Confirming to IS-2486 Part-I/1971.

10.02.1 PORCELAIN GLAZE:

Surfaces to come in contact with cement shall be made rough by stand glazing. All other

exposed surfaces shall be glazed with ceramic materials having the same temperature

coefficient of expansion as that of the insulator shell. The thickness of the glaze shall be

uniform throughout and the colour of the glaze shall be brown. The glaze shall have a

visible luster and smooth on surface and be capable of satisfactory performance under

extreme tropical climatic weather conditions and prevent ageing of the porcelain. The

glaze shall remain under compression on the porcelain body throughout the working

temperature range.

10.02.2 FILLER MATERIAL:

Cement to be used as a filler material shall be quick setting, for curing Portland cement.

It shall not cause fracture by expansion or loosening by contraction. Cement shall not

react chemically with metal parts in contract with it and its thickness shall be as small

and as uniform as possible.

10.02.3 MATERIAL DESIGN AND WORKMANSHIP:

i) All raw materials to be used in the manufacture of these insulators shall be subject to strict raw

materials quality control and to stage testing quality control during manufacturing stage to

ensure the quality of the final end product. Manufacturing shall conform to the best engineering

practices adopted in the field of extra high voltage transmission. Bidders shall therefore offer

insulators as are guaranteed by them for satisfactory performance on Transmission lines.

ii) The design, manufacturing process and material control at various stages be such as to give

maximum working load, highest mobility, best resistance to corrosion good finish, elimination

of sharp edges and corners to limit corona and radio interference voltage

10.02.4 INSULATOR SHELL:

The design of the insulator shell shall be such that stresses due to expansion and

contraction in any part of the insulator shall not lead to deterioration. Shells with cracks

Page 141: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 141

shall be eliminated by temperature cycle test followed by temperature cycle test

followed by mallet test. Shells shall be dried under controlled conditions of humidity and

temperature.

10.02.5 CEMENTING:

The insulator design shall be such that the insulating medium shall not directly engage

with hard metal. The surfaces of porcelain and coated with resilient paint to offset the

effect of difference in thermal expansions of these materials.

10.02.5 (a) Specific Requirement for Insulators

The insulators shall confirm in the following specific conditions of respective IS given in the table

below

Insulator Designation Minimum

mechanical

failing load

Minimum

Creepage

distance

11 KV

33 KV

33KV/11KV

Pin Type-B of IS731

Type-B of IS731

10 KN 320 mm

Pin 10 KN 580 mm

11 KV PIN INSULATORS

GURANTEED TECHNICAL PARTICULARS

Sl.

No.

Description Bidder’s Offer

1 Manufacturer’s name

2 Address of manufacturer

3 Location of type testing

4 Applicable standard

5 Type of insulator (Porcelain or toughened glass)

6 Dry impulse withstand voltage

7 Wet power frequency, 1 minute, withstand

voltage

8 Dry, Critical Impulse Flashover Voltage

9 Dry, power frequency, Critical Flashover

Voltage

10 Wet, power frequency, Critical Flashover

Voltage

11 Power frequency Puncture Voltage

12 Safe Working Load

13 Minimum Failing Load

14 Creepage Distance

15 Protected Creepage Distance

16 Type and Grade of Materials : Insulator

17 Type and Grade of Materials : Thimble

18 Type and Grade of Materials : Cement

Page 142: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 142

19 Type of semi conducting Glaze

20 Radius of conductor Groove

21 Colour of Insulator

22 Weight of Insulator

23 Number of Insulators per Crate

24 Gross Weight of Loaded Crate

25 Whether drawing showing dimensional details

have been furnished along with Bid

26 Whether Type Test Certificate have been

furnished

27 Other particulars (if any)

GURANTEED TECHNICAL PARTICULARS

Sl.

No. Description Bidder’s Offer

33 KV GI

PIN

11 KV GI

PIN

1 Manufacturer’s name Manufacturer’s name & Address

2 Standard applicable specification

3 Minimum failing load

4 Dimensions (mm)

A Total length

B Shank length

C Stalk length

5 Type of threads

6 Threads per Inch

7 Type of galvanization of pin & nuts

8 Mass of zinc (minimum)

9 Applicable specification

10 No. of Nuts with each pin & its size

11 No. of spring washer with each pin & its size

12 Packing details

A Type of packing

B Weight of each pin approx, (with nut & washers)

C No. of Pins in each packing (Kg)

13 Tolerance in weight / dimensions, if any

14 I.S.I. Certificate License number

15 Any other relevant information the bidder would like

to indicate

16 Manufacturer’s Trade mark with each GS Pins

17 Whether drawing has been submitted by the bidder

Page 143: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 143

11 KV HT 3x300 mm2 XLPE UG Cable

(ISI marked)

TECHNICAL SPECIFICATIONS FOR 11KV, XLPE INSULATED UG CABLE (ISI MARKED)

� SCOPE :

� The scope of this specification covers the design, manufacture, stage inspection at

works, inspection and testing the finished cables 6.35 /11KV aluminum conductor. Three

Core, 300 mm², XLPE insulated screened, underground ISI marked power cables

(Extruded type) (H4 grade) at manufacturer’s works.

� RATED VOLTAGE

� The rated voltage of the cable shall be 11000 Volts AC with the highest system voltage of

12000 Volts between phases of the effectively earthed three phase-distribution system.

� APPLICABLE STANDARDS:

� Unless otherwise stipulated in the specifications, the latest version of the following

Standards shall be applicable.

a. IS 8130/ 84 – Conductors for Insulated electrical cables and flexible cords

b. IS 10810 (series) – Methods of tests for cables

c. IS 10418 – Drums for electrical cables.

d. IS 7098 (Part 2) – Cross – linked Polyethylene Insulation for Cables.

e. IS 3975 – Specification for mild steel wires, strips and tapes for armoring of

cables.

f. IS 5831 – Specification for PVC insulation sheath for electric cables.

Dimensions of protective coverings of cables

Part 1 – Elastomeric and thermoplastic insulated cables.

� The Cables manufactured to any other Internal Standards like BSS, IEC or equivalent

standards not less stringent than Indian Standards are also acceptable. In such cases, the

Bidders shall enclose a copy of the equivalent international standard, in English language,

along with the bid.

� CONSTRUCTION:

� Conductor :- The conductor shall be composed of compacted circular aluminum

wires complying with IS 8130.

� Insulation : - The insulation shall be cross linked polyethylene conforming to the

following requirements.

Sl.NO. Properties Requirements

1. Tensile Strength 12.5N/mm2, Min.

2. Elongation to break 200 percent, Min

3. Aging in air oven :

Treatment : Temperature

135+_3

0 C

7 Days

Page 144: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 144

Duration

Tensile Strength variation : + 25 percent, Max

Elongation variation: + 25 percent, Max

4. Hot set :

a) Treatment : Temperature:

Time under load

Mechanical stress

200 + 30 C

15 min

20N/cm2

b) Elongation under load 175 percent, Max

c) Permanent elongation (set) after cooling 15 percent, Max

5. Shrinkage:

a) Treatment : Temperature

Duration

130+ 30 C

1 hour

b) Shrinkage 4 percent, Max

6. Water absorption (Gavin metric) :

a) Treatment : Temperature

Duration

85+ 20 C

14 days

b) Water absorbed 1 mg / cm2, Max

7. Volume Resistivity

a) at 270 C

b) at 700 C

1 x 1014 ohm-cm, Min

1 x 1013 ohm-cm, Min

� The screening shall consist of non-metallic semi conducting compound and copper tape,

shielded cores laid up with fillers, inner sheath of extruded PVC, Galvanized steel strip

Amour and PVC ST-2 overall sheath.

� The cables should be suitable for use in solidly earthed system.

� The 6.35/11KV underground cables shall be manufactured to the highest quality, best

workmanship with scientific material management and quality control. The bidder shall

furnish the quality plan, giving in detail the quality control procedure / management system.

� The successful Bidder shall give sufficient advance notice to the purchaser of not less than

fifteen days to arrange for stage inspection and inspection of quality assurance program

during manufacture, at the works.

� SYSTEM DETAILS

General Technical particulars

General Technical particulars

Sl No Particulars Values

1 Nominal system voltage (rms) (U) 11KV

2 Highest system voltage (rms) (Um) 12KV

3 Phase to Earth voltage (rms) (U0) 6.35 KV

4 Number of Phase 3

5 Frequency 50Hz

Page 145: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 145

6 Variation in Frequency + / - 3%

7 Type of Earthing Solidly Earthed

8 Basic impulse insulation level (1.2/50 µS wave) 75 KV

9 Total relay & circuit breaker Operating time 15-20 cycles

10 One Minutes power frequency withstand voltage 28 KV rms

� INSTALLATION CONDITIONS :

� The cables are laid directly buried in ground, in the bores formed by horizontal boring

method. The Nominal depth of laying is up to 2000 mm (from top, of ground to centre of

cable).However, in trenchless horizontal bore method, the bore can go upto a depth of a

maximum of 2 meter. Nature of soil is heterogeneous, sandy, Soil resistivity varies between

18 to 100 ohmmeter and the Thermal resistivity is around 1200 to 1500 C/ Cm/w.

� CLIMATIC CONDITIONS :

� The climatic conditions where these 11KV cables will be installed are as under :

Climatic conditions

Sl No Particulars Details

1 Location: Nayagarh, Odisha

2 Altitude As is coastal area, altitude will Not exceed

100 M above MSL.

3 Max Daily average air temp : 45 0 C

4 Minimum ambient air temp : 10 0 C

5 Ground temperature at

depth of laying assumed :

350 (Max) 50 C (Min)

6 Isoceraunic level 45

7 Avg. annual rainfall : 2500 mm

8 Avg. number of rainy days

per annum:

90

9 Climate: Tropical moderately hot and humid.

likelihood of subsoil water at certain location

at the depth of burial of cables..

10 Soil : Normally wet

� DESIGN CRITERIA :

� The cables that are covered in these specifications are intended for use in the Coastal belt

of state of Odisha for Power distribution purposes, under the climatic conditions and

installation conditions described in the technical specification.

� Any technical features, not specifically mentioned here, but is necessary, for the good

performance of the product, shall be incorporated in the design. Such features shall be

clearly brought out under Technical deviations schedules only, in the offer made by the

bidder, giving technical reasons, and justifying the need to incorporate these features.’

� For continuous operation of the cables, at specified rating, the maximum conductor temperature shall be limited to the permissible value as per the relevant standard, generally not exceeding 90°C under normal operation and 250°C under short-circuit conditions.

Page 146: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 146

� The cables in service will be subject to daily load cycles, of two peaks during a day; morning peak and evening peak, with around 50% loading during the nights.

� The materials used for outer sheaths shall be resistant to oils, acids and alkalis. � The cables shall have the mechanical strength required, during handling and laying. � The cables shall be designed to withstand the thermo-mechanical forces and electrical

stresses during normal operation and transient conditions. � The cables shall be designed to have a minimum useful life span of Thirty years.

� MANUFACTURE PROCESS:

� Cross-linking of the insulation materials (pre compounded polyethylene) shall be conforming to IS :7098 (Part-II)

� The conductor screen shall be extruded semi conducting compound. The insulation screen shall consist of the nonmetallic part, extrude semi conducting compound with non-magnetic metallic part. The XLPE insulation and the shield for conductor and insulation shall be extruded in one operation.

� MATERIALS

� Conductor: - The conductor shall be of standard construction. The material for conductor

shall consist of the plain aluminum of H2 or H4 grade as per clause – 3 of IS 8130 / 1984.

� The Number of wires in the conductor, shall be not less than the appropriate minimum

number given in table – 2 of IS 8130 / 1984.

� SCREENING :

� The conductor screening shall be provided over the conductor by applying non-metallic

semi-conducting compound. The metallic screen shall withstand the operating temperature

of the cable and shall be compatible with the insulating material.

� The insulation screen shall be applied over the insulation. The insulation screening shall

consist of two parts; namely metallic and non-metallic. The non-metallic part shall be

applied directly over the insulation of each core and shall consist of a semi conducting tape

and extruded semi conducting compound with a semi conducting coating. The metallic part

of the insulation screen shall consist of either tape, or braid, or concentric serving of wires

or a sheath; shall be non-magnetic and shall be applied over the non-metallic part.

� CORE IDENTIFICATION:

� The core identification for 3 core cables shall be provided, by suitable means, like, by application of colored stripes, or by numerals or by printing on the cores as per clause 13 of IS : 7098 – Part 2.

� For identification of different coloring of XLPE insulation, or by using colored strips, red, yellow and blue colors respectively shall be used to identify the phase conductors.

� LAYING UP OF CORES:

� For multicore cables, the cores shall be laid together with a suitable right hand lay. The interstices at the center shall be filled with a non-hygroscopic material.

� INNER SHEATH (COMMON COVERING)

� The laid up cores shall be provided with inner sheath applied either by extrusion or bv wrapping. It shall be ensured that the shape is as circular as possible. The inner sheath shall be so applied that it fits closely on the laid up cores and it shall be possible to remove it without damage to the insulation.

Page 147: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 147

� The thickness of the inner sheath (common covering) shall be given as follows:

Calculated diameter over laid up cores in accordance With 15.3 of IS 10462 (Part 1) – (mm)

Thickness of inner sheath (mm)

Over Up to and including - 25 0.3

25 35 0.4

35 45 0.5

45 55 0.6

55 - 0.7

When one or more layers of binder tapes are applied over the laid up cores, the thickness

of such tapes shall not be construed as a part of inner sheath.

� For multi core cables, the interstices at the center shall be filled with a non-hygroscopic

material. The interstices around the laid up cores shall be covered with PVC compound

type ST-2. This will form the Inner sheath for multi core-single core cables.

� ARMOURING:

� Armoring shall be applied over the inner sheath as closely as practicable. The Amour shall

be galvanized steel strip complying with the requirements of IS 3975. A binder tape may be

applied on the Amour. The direction of the lay of the amour shall be left hand. For double

armored cables, this requirement applies to the inner layer. The outer layer shall be applied

in the reverse direction to the inner layer, and there should be a separator of the non

hygroscopic material; such as plastic tape, bituminized cotton tape, rubber tape, proofed

tape between inner and outer layers of Amour.

� The dimensions of galvanized steel strips shall be as below:

Calculated diameter over Amour [IS 10462 Part 1] (mm)

Nominal thickness of Steel Strip(mm)

Over Upto and including - 13 -

13 25 0.8

25 40 0.8

40 55 1.4

55 70 1.4

70 - 1.4

� The joints in the strips shall be made by brazing or welding and the surface irregularities

removed. A joint in the strips shall not be less than 300 mm away from the nearest joint in

any other strip in the completed cable.

� Bidders shall furnish the calculation / data sheet for the short circuit carrying capability of

the Armour.

� OUTER SHEATH : � The outer sheath over the Armoring shall consist of poly vinyl chloride (PVC) compound,

conforming to the requirements of type ST-2 of IS 5831. Suitable additives shall be added

to give anti termite protection.

Page 148: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 148

� The minimum thickness of the PVC outer sheath shall not fall below the following value by

more than 0.2 mm + 0.2 ts

Calculated diameter under the outer sheath [IS 10462 Part 1] - mm

Nominal thickness of the Outer

sheath (ts) - mm

Over Upto and including - 15 1.8

15 25 2

25 35 2.2

35 40 2,4

40 45 2.6

45 50 2.8

50 55 3

55 60 3.2

60 65 3.4

65 70 3.6

70 75 3.8

75 - 4

� IDENTIFICATION :

� The outer sheath shall have the following information embossed or indented on it; the

manufacturer’s name or trade mark, the voltage grade, the year of manufacture and the

letters “CESU”. The identification shall repeat every 300/350-mm along the length of the

cable.

� Note: The outer sheath of the cable should be embossed with “CESU”.

� INSPECTION AND QUALITY CONTROL :

� The Bidder shall furnish a complete and detailed quality plan for the manufacturing process

of the cable. All raw materials shall conform to relevant applicable standards and tested for

compliance to quality and requirement. During the manufacturing process, at all stages,

inspections shall be made to check the physical and dimensional parameters, for

verification to compliance to the standards. The bidder shall arrange, for inspection by the

purchaser, during manufacture, if so desired by the purchaser, to verify the quality control

process of the Bidder.

� TYPE TESTS :

� The offered cables with same designs shall have been type tested and Test

certificates shall not be later than 5 years on the date of bid opening. Otherwise the

supplier / Turnkey contractor shall arrange for type testing at his own cost. The supplier

/Turn Key contractor shall conduct all type tests as per IS : 7098 part-II 1985, with up to

date amendments or equivalent International standard, and supplies made only after

approval of test reports from the purchaser. The type test report should be from

Recognized NABL Accredited Laboratory shall be accepted for this tender. Any Test Report

/ Certificate from any non NABL Accredited Laboratory / organization shall not be accepted.

Page 149: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 149

� The following type tests report should be consist of following data

(a) Test on conductor.

(b) Test on Amour.

(c) Test for thickness of XLPE insulation and inner and outer sheaths

(d) Physical test on XLPE insulation.

(e) Physical test for outer sheath

(f) Bleeding and blooming test for outer sheath

(g) Partial discharge test.

(h) Bending test

(i) Di-electric power factor test

i. As a function of voltage

As a function of temperature

(j) Insulation resistance (volume resistivity) test

(k) Heating cycle test

(l) Impulse withstand test

(m) High voltage test

(n) Flammability test

� The following test shall be performed successfully on the same test sample of completed

cable, not less than 10 M in length between the test accessories:

I. Partial discharge test

II. Bending test followed by partial discharge test

III. Dielectric power factor as a function of voltage.

IV. Dielectric power factor as a function of temperature

V. Heating cycle test, followed by dielectric power factor as a function of voltage and

partial discharge tests.

VI. Impulse withstand test

VII. High voltage test.

� ACCEPTANCE TEST:

� The sampling plan for acceptance test shall be as per IS 7098 part-II, Appendix ‘A’

� The following shall constitute the acceptance test.

a) Tensile test for aluminum

b) Wrapping test for aluminum

c) Conductor resistance test

d) Test for thickness of insulation

e) Test for thickness of inner and other sheath

f) Hot-set test for insulation

g) Tensile strength and elongation at break test for insulation and outer sheath.

h) Partial discharge test (on full drum length).

i) High voltage test.

j) Insulation resistance (volume resistivity test).

� ROUTINE TEST :

� The following shall constitute routine tests :

a) The following shall constitute routine tests:

b) Conductor resistance test

Page 150: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 150

c) Partial discharge test on full drum length

d) High voltage test.

� PACKING :

� The cables, as per specified delivery lengths, shall be securely wound /packed in non-

returnable, well seasoned sturdy wooden drums, with strong reinforcement so as so to

withstand rough handling during transport by rail, Roads etc., The packing should

withstand storage conditional in open yards. The cable drums shall conform to IS 10418

1982 or equivalent standard.

� The drawings of the cable drums with full detail shall be furnished, and got approved before

dispatch.

� SEALING OF CABLE ENDS ON DRUMS :

� The cable ends shall be sealed properly so that Ingress of moisture is completely

prevented. The individual core endings shall be sealed effectively with water resistant

compound applied over the core ad provided with a heat shrinkable or push-on or Tapex or

cold shrinkable type cap of sufficient length with adequate cushion space so that the

conductor does not puncture the cap in case of movement of the core during unwinding or

laying. Before sealing, the semi conducting layer on the cores may be removed for about 2

mm at each end, to facilitate checking the insulation resistance from one end, without

removing the sealing cap at the other end.

� The three cores should have an overall heat shrinkable or push-on or Tapex or cold

shrinkable type cap with adequate end clearance, and sufficient cushioning to prevent

puncturing of the overall sealing cap due to stretching of the cores. The sealing cap shall

have sufficient mechanical strength and shall prevent ingress of moisture into the cable.

The ends of single core cable shall also be sealed on the same lines to prevent entry of

moisture.

� CABLE LENGTHS :

� The cables shall be supplied in continuous lengths of 250M in case of 3 core cable with

tolerance of + or – 5% of drum length.

It is preferable to manufacture the cable to required lengths as required by the field

conditions to have minimum joints. The turn key contractor will furnish the required drum

lengths in advance

� QUANTITY TOLERANCE

A +3% tolerance shall be allowed on the ordered quantity.

� MARKING:

� The packed cable drum shall carry the following information, clearly painted or stenciled a) The letters CESU , Odisha

b) Reference to Standard and ISI mark

c) Manufacturer’s Name or trade mark.

d) Type of cable & voltage grade

e) Number of cores

f) Nominal cross-sectional area of conductor.

g) Cable code

Page 151: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 151

h) Length of cable on the drum

i) Direction of rotation

j) Gross weight

k) Country of Manufacture

l) Year of Manufacture

m) Purchase order and date

� QUANTITY

Tenderer may quote the quantity that they can offer immediately within a month of the issue

of purchase order and the minimum time required to supply the full quantity.

• ISI CERTIFICATION: Manufacture having ISI certification marking will only be

considered.

• DRAWING & LITERATURE: The following shall be furnished along with the tender

� Cross sectional drawings of the cables, giving dimensional details for each size

of cable.

� An illustrated literature on the cable, giving technical information, on

current ratings, cable constants, short circuit ratings, de-rating factors, for

different types of installation, packing date, weights and other relevant information.

� GUARANTEED TECHNICAL PARTICULARS:

Guaranteed technical particulars of the cables to be furnished with the Bid are enclosed.

CESU has right to accept or may not be accept any cable manufacture during tender

process.

Page 152: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 152

GURANTEED TECHNICAL PARTICULARS TO BE

FURNISHED BY THE BIDDER

1 CABLES a) Manufacturer

b) Trade Name

2 Type of Cable

3 Applicable specification & Standards

4 Voltage Class

5 Whether suitable for extrusion technique is employed in the manufacture of conductor

screen

6 Whether triple extrusion technique is employed in the manufacture of conductor screen

7 Permissible voltage and frequency variation for satisfactory operation

8 Continuous Current Rating for standard conditions indicated in specifications:

c) Air (450 C Ambient)

d) In Ground (350 C)

e) In Duct

f) In Trench

9 De-rating factors for various laying conditions

10 Conductor

a) Material

b) Shape of conductor

c) Nominal area of cross section

d) Number of strands per core

e) Diameter of Wire (before compacting and stranding)

f) Diameter and size of conductor

11 Conductor Screening

a) Type

b) Material

c) Nominal thickness

d) Continuos working temperature

e) Maximum allowable temperature at the termination of short circuit

12 Insulation

a) Material

b) Thickness of Insulation

c) Thickness of Insulation between cores

d) Thickness of Insulation between cores and inner sheath

e) Tolerance of thickness in insulation

f) Diameter of core over insulation

13 Specific Insulation Resistance at 900C

14 Process of curing

15 Whether XLPE Insulation filled or unfilled

16 Insulation Screening:

Page 153: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 153

a) Material Thickness

b) Thickness of semi conducting part

c) Thickness of metallic part

d) Size of copper tape

e) Whether overlapping provided

f) Current carrying capacity for continuous rating

g) Current carrying capacity for short circuit rating for 1 minutes

h) Diameter of cable over screening

i) Whether insulation screen is removable without the application of heat

17 Inner Sheath

a) Material

b) Extruded

c) Minimum thickness

d) Diameter of cable over inner sheath

18 Armouring:

a) Material

b) Type of Armouring

c) Diameter of wire

d) Whether galvanized

e) Diameter of cable over Armouring

f) Current carrying capacity of Armor

19 Outer Sheath:

a) Material

b) Minimum thickness of sheath

c) Tolerance over thickness of sheath

d) Overall diameter of cable

20 Scheme for identification of cable

21 Allowable/attainable maximum conductor temperature when carrying rated current

continuously

22 Cable constants:

a) DC Resistance per core 200 C

b) AC Resistance per core at operating temperature

c) Reactance

d) Capacitance

e) Insulation Resistance at 270C

f) Loss tangent

g) Dielectric constant – Maximum cable charging current at normal operating voltage

23 Factory Tests (Enumerate in detail for each type of cable)

Page 154: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 154

24 Is the offered cable guaranteed to safely withstand continuous conductor temperature at

900C and also safely withstand temperature upto 1300C for a duration of one hundred hours

per year.

25 Are the offered Three core cable guaranteed to perform satisfactorily under installation

conditions specified? If ‘Yes’ furnish relevant calculations in support including the following

data:

a) Induced voltage in the Amour when a 500 mtr long cable is carrying current

b) Induced voltage and the circulating current in the copper tape

Page 155: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 155

Technical Particulars for 3.5 x25 LT XLPE Cable Sl No Particulars 3.5 x 25

1 Name of the Manufacture

2 Type of cable A2XFY

3 Voltage Garade V 1100

4 No of cores X size in sqmm 3.5 x 25

5 Conductor

a) Material H2/H4 Grade Aluminium as per Class

2 of IS:8130/84, Latest

b) Max d.c. resistance of conductor at 20 deg C (ohm/Km) Main

1.2

Neutral 1.91

c) Shape of conductor Standard compact sector

6 Insulation

a) Material XLPE as per IS 7098 (Pt-1)/88, Latest

b) Nominal thickness (mm) Main 0.9

Neutral 0.7

7 Inner Sheath

a) Material Wrapping of PVC Tapes

b) Nominal thickness (mm) 0.3

8 Armouring

a) Materials Galvanised Steel

b) Type of armouring Flat Strip

c) Nominal size of armour (mm) 4.0 x 0.8

9 Outer Sheath

a) Material PVC Type ST2 as per IS:5831/84

b) Thickness (mm) 1.40(Min)

10 Electrical Parameters

a) Max. a.c. resistance of conductor at 90deg C (ohm/km)

1.54

b) Calculated cable reactance (ohm/km) 0.0808

c) Impedance of cable (ohm/km) 1.54

d) Approx. cable capacitance (mfd/km) 0.43

11 Max. conductor temperature under under normal operating conditions

90 deg C

12 Maximum conductor temperature at the termination of short circuit

250 deg C

13 Short circuit rating of conductor for the duration of 1 sec (kA)

2.36

14 Continuous Current carrying capacities:-

a) In ground at 30deg C (A) 95

b) In air at 40deg C (A) 93

15 Applicable standard IS:8130/84, IS:7098(Pt-1)/88, IS

5831/84, IS 3975/88 etc with latest upto date amendments

16 Approx. overall diameter of the cable in mm 22.0 ± 2.0

17 Minimum bending radius 12 times overall diameter

18 Max. Tensile strength

i) for cable pulled with stocking (Newtons) 9 x D2, D is the cable OD in mm

ii) for cable pulled with pulling eyes (N) 2730

19 Colour of outer sheath Black

Page 156: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 156

GURANTEED TECHNICAL PARTICULARS TO BE FURNISHED BY THE BIDDER

1. CABLES g) Manufacturer h) Trade Name

2. Type of Cable 3. Applicable specification & Standards 4. Voltage Class 5. Whether suitable for extrusion technique is employed in the manufacture of conductor

screen 6. Whether triple extrusion technique is employed in the manufacture of conductor screen 7. Permissible voltage and frequency variation for satisfactory operation 8. Continuous Current Rating for standard conditions indicated in specifications:

i) Air (450 C Ambient) j) In Ground (350 C) k) In Duct l) In Trench

9. De-rating factors for various laying conditions 10. Conductor

g) Material h) Shape of conductor i) Nominal area of cross section j) Number of strands per core k) Diameter of Wire (before compacting and stranding) l) Diameter and size of conductor

11. Conductor Screening f) Type g) Material h) Nominal thickness i) Continuos working temperature j) Maximum allowable temperature at the termination of short circuit

12. Insulation g) Material h) Thickness of Insulation i) Thickness of Insulation between cores j) Thickness of Insulation between cores and inner sheath k) Tolerance of thickness in insulation l) Diameter of core over insulation

13. Specific Insulation Resistance at 900C 14. Process of curing 15. Whether XLPE Insulation filled or unfilled 16. Insulation Screening:

j) Material k) Thickness l) Thickness of semi conducting part m) Thickness of metallic part n) Size of copper tape o) Whether overlapping provided p) Current carrying capacity for continuous rating q) Current carrying capacity for short circuit rating for 1 minutes r) Diameter of cable over screening s) Whether insulation screen is removable without the application of heat

17. Inner Sheath

e) Material

Page 157: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 157

f) Extruded or wrapped g) Minimum thickness h) Diameter of cable over inner sheath

18. Armouring: g) Material h) Type of Armouring i) Diameter of wire j) Whether galvanized k) Diameter of cable over Armouring l) Current carrying capacity of Armor

19. Outer Sheath: e) Material f) Minimum thickness of sheath g) Tolerance over thickness of sheath h) Overall diameter of cable

20. Scheme for identification of cable 21. Allowable/attainable maximum conductor temperature when carrying rated current

continuously 22. Cable constants:

h) DC Resistance per core 200 C i) AC Resistance per core at operating temperature j) Reactance k) Capacitance l) Insulation Resistance at 270C m) Loss tangent n) Dielectric constant – Maximum cable charging current at normal operating voltage

23. Factory Tests (Enumerate in detail for each type of cable) 24. Is the offered cable guaranteed to safely withstand continuous conductor temperature at

900C and also safely withstand temperature upto 1300C for a duration of one hundred hours per year.

25. Are the offered Three core cable guaranteed to perform satisfactorily under installation conditions specified? If ‘Yes’ furnish relevant calculations in support including the following data: c) Induced voltage in the Amour when a 500 mtr long cable is carrying current d) Induced voltage and the circulating current in the copper tape

TENDERER.

Page 158: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 158

HT cable joints and terminals

TECHNICAL SPECIFICATIONS FOR HEAT SHRINKABLE CABLE JOINT KITS FOR

CABLE TERMINATIONS AND JOINTS

1.0 GENERAL:

1.1 The term heat shrink refers to extruded or molded polymeric materials which are cross linked to

develop elastic memory and supplied in expanded or deformed size or shape. The manufacturer of

kits besides stating the properties of each component of the kit as indicated below and as per the

detailed specifications should also state the source of origin of each component viz; whether locally

manufactured or imported in raw material form and processed. The manufacturing activity carried out

on each component should be stated. Also, in case the kit is assembled with components imported

from two or more foreign suppliers, the manufacturers should give documentary proof supported by

the foreign manufacturers confirming that the kit assembled utilizing components of different

suppliers are guaranteed by them.

2.0 QUALIFYING EXPERIENCE:

2.1. The kits should have satisfactory performance record in India in excess of 5 years supported

with proof of customers having had satisfactory use of these kits in excess of 5 years.

3.0 HEAT SHRINKABLE MATERIAL:

3.1. The heat shrinkable material component used in the joint shall have been produced in a

systematic procedure as follows:

a) The required materials shall be mixed and extruded into the required shape and then cross-

linked by irradiation or any other appropriate chemical process. The components are then

warmed and stretched by a predetermined amount and allowed to cool in the extruded

shape. The cross-linking shall create a memory and when heated again, the same shall

come back to its original shape at which it was cross-linked. Heat shrinkable tubes can be

reduced to 30% of its expanded dimension by heating.

b) The volume resistivity of the sleeves shall be 108 ohm-cm and the dielectric constant of

around 15 to 30. The limiting temperature shall not be less than 100°C for longer duration

and 250°C for one minute.

4.0 TYPE TEST REPORTS:

The Joints and terminations should have been subjected to all the type tests and type test

reports not later than 5 years on the day of Bid opening shall be furnished for verification.

5.0 ELECTRICAL CLEARANCES:

The electrical clearances required for a Indoor/Outdoor termination and a straight through

joint is shall be as per standards

6.0 COMPRESSION TYPE TUBULAR TERMINAL ENDS:

Page 159: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 159

The materials used in the terminals shall be Aluminum of grade 19501 conforming to IS 5082

- Specifications for wrought aluminum and aluminum alloys bars, rods, tubes and sections for

electrical purposes. The finish inside the barrel shall either be suitably roughened throughout

the crimping length of terminal end or provided with suitable grease based compound with

abrasive action. Edges and corners shall be free from burrs and sharp edges. The terminals

shall meet the requirements of IS 8309 - Specification for Compression type tubular terminal

ends for aluminum conductors of insulated cables.

7.0 JOINT KITS:

The requirements contained in a typical joint Kit are as follows:

a) Heat shrinkable or push-on or Tapex or cold shrinkable type clear

insulating tubes

b) Stress control tubing where necessary

c) Ferrule insulating tubing for joints.

d) Conductive cable break outs for terminations, non tracking, erosion and

e) Weather resistant tubing both outer / inner

f) Non tracking erosions and weather resistant outdoor sheds in case of

terminations

g) High permittivity mastic wedge Insulating mastic.

h) Aluminum crimping lugs of ISI specification.

i) Tinned copper braids

j) Wrap around mechanical protection for joints.

k) Cleaning solvents, abrasive strips.

l) Plumbing metal.

m) Binding wire etc. adequate in quantity and dimensions to meet the service

and test conditions.

n) The kit shall contain a leaflet consisting of detailed installation instructions and shall be

properly packed with shelf life of over 3 years.

CESU has right to accept or may not be accept any cable jointing kit manufacture during

tender process.

Page 160: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 160

ANNEXURE - I

SPECIFICATIONS FOR MATERIAL PROPERTIES AND OTHER TECHNICAL REQUIREMENTS FOR HEAT SHRINKABLE CABLE TERMINATIONS AND JOINTS SUITABLE FOR 11 KV SCREENED CABLES/XLPE CABLES

2.0 GENERAL:

The term heat shrink refers to extruded or molded polymeric materials which are cross linked

to develop elastic memory and supplied in expanded or deformed size or shape. The

subsequent heating results in shrinking down to original size and shape. The manufacturer of

kits besides stating the properties of each component of the kit as indicated below and as per

the detailed specifications given in Enclosures-I(A), I(B) & I(C) should also state the source of

origin of each component viz; whether locally manufactured or imported in raw material form

and processed. The manufacturing activity carried out on each component should be stated.

Also, in case the kit is assembled with components imported from two or more foreign

suppliers, the manufacturers should give documentary proof supported by the foreign

manufacturers confirming that the kit assembled utilizing components of different suppliers are

guaranteed by them.

3.0 QUALIFYING EXPERIENCE:

The kits should have satisfactory performance record in India in excess of 5 years supported

with proof of customers having had satisfactory use of these kits in excess of 5 years.

4.0 PERFORMANCE TESTING AT CPRI, BANGALORE:

Typical atmospheric conditions during the tests

Sl No Particulars Details

1 Amb. Temperature Maximum 450 C

Minimum 100 C

2 Atmospheric pressure 963 to 987 m. bar

3 Relative Humidity 50 – 90 %

Test sequence

Page 161: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 161

ENCLOSURE – I (A) MATERIAL SPECIFICATION FOR HEAT SHRINKABLE TUBING

Test Test

Method

Requirement

Non-Tracking Tubing

Stress Control

Ferrule insulating

Clear insulating tubing

Inner Outer

Sl No Test Sequence Test Voltage Test results shall be as

follows

1

Impact a wedge shaped weight of 4 kg having a 90⁰ angle with a 2 mm radius shall be dropped freely 6 times from a height of 2.0M. On to the sample. The drops shall be distributed over the length of the joint and at right angles to the axis of the joint,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, .(Electricity Council Engg.C.81)

No visual damage

2 AC voltage withstand

(IEC Pub 60) 1 min 35 kV

Shall withstand satisfactorily

3 Impulse voltage withstand test (IEC Pub 60 & 230)

10 positive and 10 negative 1.2/50 micro seconds between each

conductor & the grounded sheath

or screen

Indoor -75 kV

-do-

Outdoor95 kV

4 Load Cycling

63 cycles, 5 hrs heating, 3hrs

cooling conductor

temperature screened : 75⁰ C

15 kV -do-

5 Thermal short circuit

1 Sec. symmetrical fault with sheath

temp. as per cable Spec.

-do-

6 Load Cycling Repeat 15 kV -do-

7 A/C voltage withstand 4 hrs 24 kV -do-

8 Impulse voltage withstand Repeat Indoor -75 kV

-do- Outdoor95 kV

9 D/C voltage withstand 30 Min. 48 kV -do-

10 Humidity indoor termination

Conductivity 800 S/Cm., 100 hrs

spray rate 0.41/Cu. M/h

7.5 kV -do-

11 Dynamic short circuit

(VDE 0278) 63 kA -do-

12 Salt frog outdoor

terminations 224 Kg/m³ 7.5 kV -do-

Page 162: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 162

Tubing tubing tubing for Joint

Tensile Strength

ISO 37 8 N/mm²

Min. 14 N/mm²

Min. 10 N/mm²

Min. 12 N/mm²

Min. 14 MPa

Min.

Ultimate

Elongation

ISO 37

300 % Min.

250 % Min.

300 % Min.

200 % Min.

500 % Min.

Accelerated Ageing 168 Hrs. at 120⁰C

ISO 188

-Tensile Strength

ISO 37 Min.

7.5 N/mm² Min.

13 N/mm² Min.

10 N/mm² Min.

12 N/mm² Min.

14 MPa Min.

-Ultimate Elongation

ISO 37

200 % Min.

130 % Min.

300 % Min.

200 % Min.

300 % Min.

Thermal Endurance

IEC 216

110⁰ C

Min.

90⁰ C Min.

105⁰ C

Min.

110⁰ C

Min.

120⁰ C

Min. Electric Strength

IEC 243

Wall Elec. Thkn. Strn.

(Normal) KV/CM

- Wall Elec. Thkn. Strn.

(Normal)KV/CM

Wall Elec. Thkn. Strn.

(Normal)KV/CM

100 kV/CM Min.

3.0 100 mm. Min.

3.0 100 mm. Min.

*1.3 100 mm. Min.

Volume Resitivity

IEC 93 1 × 10⁸ OHM-

CM Min.

5 × 10 ¹⁰

OHM-CM Min.

1 × 10 ¹³ OHM-CM Min.

1 × 10 ¹⁶ OHM-

CM Min.

1 × 10 ¹² OHM-CM Min.

Dielectric

IEC 250

5.0

Max.

15.0 Min.

5.0

Max.

3.5

Max.

5.0

Max.

Tracking and

erosion resistance

ASTM D2303

No tracking erosion to top

surface or flame failure after:

1 HR at 2.5 kV 1 HR at 2.75 kV 1 HR at 3.0 kV

20 Mins at 3.25kV

- KA 3C KA 1

Water absorption

ISO/R 62 Procedure A

1 % Max. AFT. 14 days at (23 ± 2)⁰C

1 % Max. AFT. 14 days at (23 ± 2)⁰C

1 % Max. AFT. 14 days at (23 ± 2)⁰C

0.5 % Max. AFT. 14 days at (23 ± 2)⁰ C

0.2 % Max. AFT. 14 days at (23 ± 2)⁰ C

Resistance to liquids

ISO 1817

Page 163: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 163

-Transformer oil to VDE 0370 immersion & days at (23 ± 2)⁰C

-Tensile Strength

ISO 37

5 N/mm²

Min.

13 N/mm²

Min.

7.5 N/mm²

Min.

-

14 MPa

Min. -Ultimate Elongation

ISO 37

250 % Min.

250 % Min.

250 % Min.

-

300 % Min.

MATERIAL SPECIFICATION FOR HEAT SHRINKABLE MOULDED PARTS

Sl No Test Test Method Requirement

Sheds Conductive Break-outs

1 Tensile Strength ISO 37 8 N/mm² 9 N/mm²

2 Ultimate Elongation ISO 37 300 % Minimum. 230%

3 Accelerated Ageing 168 Hrs. at 120ºC

ISO 188

4 Tensile Strength ISO 37 7.5 N/mm² Minimum. 9 N/mm² Minimum.

5 Ultimate Elongation ISO 37 200 %

Minimum. 150 %

Minimum.

6 Thermal Endurance IEC 216 110ºC

Minimum. 105ºC

Minimum.

7 Electric Strength IEC 243

Wall Elec. Thkn. Strn. (Normal) KV/CM

-

<3.0 100 mm. Minimum.

8 Volume Resistivity IEC 93 1 × 10 ¹³ OHM-CM Minimum. 200 OHM-CM Max.

9 Dielectric constant IEC 250 5.0 Maximum. -

10 Tracking and erosion resistance

ASTM D2303

No tracking erosion to top surface or flame failure after:

1 HR at 2.5 kV 1 HR at 2.75 kV 1 HR at 3.0 kV

20 Mins. at 3.25 kV

-

11 Water absorption ISO/R 62 Procedure A 1 % Max. AFTER. 14 days at

(23 ± 2)º C 1 % Max. AFTER. 14

days at (23 ± 2)ºC

12 Resistance to liquids ISO 1817

13 Transformer oil to VDE 0370 immersion & days at (23 ± 2)º

C

14

Tensile Strength ISO 37 5 N/mm² Minimum. 7.5 N/mm² Minimum.

Ultimate Elongation ISO 37 250 %

Minimum. 150 %

Minimum.

Page 164: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 164

ENCLOSURE- I(C)

MATERIAL SPECIFICATION FOR HEAT SHRINKABLE ADHESIVE/SEALANTS

Test Test Method

Requirement

Black Insulator Mastic Sealant break-out and sheds

Softening Point ASTM E28 (115 ± 10)⁰ C

Electric Strength IEC 243 130 kV/CM Min. 80 kV/CM Min.

Volume resistivity IEC 93 1 × 10 ¹⁴ OHM-CM

Min.

Water absorption ISO/R 62

Procedure A 1 % Max. AFT. 1 day

at (23 ± 2)⁰ C 1 % Max. AFT. 1 day at

(23 ± 2)⁰ C

Corrosive effect 16 Hrs. at 121⁰ C

ASTM D2671

Method-B

No corrosion

Adhesive peel strength substrate

2/1

as detailed in master

Spec.

-

Below- 30⁰ C

NTR/ NTR 25N/25 mm Min.

NTR/ CON 20N/25 mm Min.

NTR/ AL 20N/25 mm Min.

NTR/ Pb 20N/25 mm Min.

T.E.R.T

ASTM D2303

-

No tracking erosion to top surface or flame

failure after : 1 HR at 2.0 kV 1 HR at 2.5 kV 1 HR at 2.75 kV

Cable Laying Methodology

CABLE LAYING

1.0. Not withstanding anything stated in these specifications, CESU reserves the right to assess

the bidder’s capability to fulfill the scope of the bid, should the circumstances warrant such

assessment.

2.0. DESIGN – WORKMANSHIP AND INTERPRETATION OF CLAUSES :

2.1 The design and quality of goods supplied and the workmanship shall be in accordance

with the best engineering practice to ensure satisfactory performance of the system

throughout the service life.

Page 165: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 165

2.2 The goods and accessories offered shall be complete in all respects. Any material and /

or component thought not specifically stated in this specification but is necessary for

trouble free and successful operation shall be deemed to be included. All such

components, accessories, etc., shall be supplied at no extra cost.

2.3 The goods supplied shall be such that components, accessories of the same type shall be

interchangeable. Likewise similar or corresponding parts, components / accessories shall

also be interchangeable.

2.4 Wherever and whenever a material or article is specified or described by the name of a

particular brand, manufacturer, vendor, the specific item mentioned shall be understood

as establishing type, function, quality and not as limiting competition. However bidders

may offer other similar components / accessories provided they meet with the required

standards, design, duties and performance.

2.5 Goods and accessories so offered shall conform to type test and shall also be subjected

to acceptance and routine tests in accordance with the requirements stipulated in this

specification. The CESU reserves the right for repeating any or all of the type tests to be

conducted on the goods supplied.

3.0. STANDARDS

3.1. Except as modified by this specification all materials to be supplied shall conform to the

requirements of the latest editions of the following standards:

a) IS 1255 Code of practice for Installation and maintenance of power cables up to

33kV and including 11 KV rating

b) IS 7098 (Part 2 ) Cross – linked Polyethylene PVC sheathed cables.

c) IEC 332 Tests on erected cables

d) IEC 1329 Allied steel, tubes, tubular and other rough iron fittings.

e) IEC 2629 Recommended practice for hot dip galvanizing of iron & steel.

f) ASTM-D : 2671 Standard method of testing heat shrinkable or push on Tapex or cold

type tubing for electrical use.

g) ASTM-D 3111 Flexibility determination of hot melt adhesives by mandrel bend test

method.

h) IEC 60 High Voltage test

i) IS 3043 Code of practice for Earthing

j) IS 8309 Compression type tubular terminals for aluminum conductors of insulated

cable.

4.0. DEVIATION IN SPECIFICATION:

Page 166: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 166

4.1. All deviations in specification shall be brought out by the bidder and detailed clause by clause

in appropriate annexure form.

4.2. Deviations brought out elsewhere or in any other format will not be considered and are

liable for rejection. The CESU in such an event shall also deem that the bidder has

conformed to the clauses in this specification scrupulously.

4.3. Deviation in specification shall if possible be quoted with reference to standards. The bidder

shall then furnish an authentic English version of such standards.

5.0. LOCAL CONDITIONS :

5.1. It will be imperative on each bidder to fully inform himself of the local conditions and

factors which may have any effect on the execution of the supply and services covered

under these documents and specification.

5.2. It shall be understood and agreed that such factors will have been properly investigated

and considered in any bid that is submitted. The purchaser will entertain no claim for

financial adjustment to the contract awarded under these specifications and documents.

No change in the time schedule of the contract, or any financial adjustment arising

thereof that are based on incorrect information, or its effect on the cost of the contract to

the bidder shall be permitted by the Purchaser.

5.3. Bidders are advised to visit the various areas where the U.G. cables are access, road

/drain / footpath crossings to enable them to make proper costing and then quote

accordingly.

6.0. DETAILS OF WORK :

a) Laying of 3 core, 11 kV, 300 sq mm UG Cables by trenchless technology adopting

horizontal Boring (HDD) by machines with adequate drawing capacity in

200mm HDPE pipe .

b) Laying of 3.5 core, 1.1 Kv 25 sq mm UG Cables by trenchless technology adopting

horizontal Boring (HDD) by machines with adequate drawing capacity in 100

mm2 HDPE pipe.

6.1. The contract will be on the turnkey basis and all the required materials as per

specifications are to be procured by the contractor himself. The specifications for the

major equipment to be procured are as follows :

a) XLPE Cables of above size as per specifications enclosed.

b) Cable jointing termination and straight through kits as per specifications enclosed.

6.2. All the other materials like coarse and fine aggregate sand, joint markers, sealing, route

markers, cable support clamps, terminals and inline connectors, sealing compounds

etc., whether specifically mentioned or not in these specifications are deemed to have

Page 167: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 167

been included in the scope of supply and installation. Similarly, the contractor has to

arrange for all the tools and plants required for the works at his own cost.

7.0. SERVICE CONDITIONS :

7.1. The cables are being laid in the Nayagarh district, Odisha, where temperature, humidity

effect is heavily experienced.

7.2. The climatic conditions are prone to wide variations in ambient temperature, humidity

etc., and the accessories offered shall be suitable for installation under the above

tropical conditions, where moderately hot and humid conditions conducive to dust, rust

and fungi growth, prevail at site.

7.3. The underground cables are to be laid across the railway track, where other utility

services like telephone, EHT lines and PHD lines are encountered.

8.0. CLIMATIC CONDITIONS

Climatic conditions Sl No Particulars Details

1 Location Nayagarh, Odisha

2 Altitude Not exceed 100 M above MSL-

Almost at the Sea level

3 Max. Ambient air temperature : 45º C

4 Max. Daily average air temp : 38 º C

5 Minimum ambient air temp : 10 º C (Max) 5 º C (Min)

6 Ground temperature at depth of laying assumed : 35 º C (Max)

7 Isoceraunic level : 45

8 Avg. annual rainfall : 1450 mm

9 Avg. number of rainy days per annum 60

10 Climate :

The climate in the city of

Nayagarh is Tropical

moderately hot and humid.

sub- soil water at certain

location at depth of burial of

cables may be anticipated .

11 Soil : Normally wet

9.0. COMPLIANCE WITH REGULATIONS :

9.1. All services carried out by the bidder / sub contractor shall be as per the requirements

of the I.E.Act-2003 & Indian electricity Rules – 1956, OERC and all other applicable

statutory laws governing the services in the state of Odisha

9.2. Particular attention is drawn to the necessity of consulting the local authorities and the

administrative heads concerned with the operation and maintenance of roads, railways,

telegraph and telephone services, water supply and sewerage and other public utilities.

Page 168: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 168

9.3. The CESU will assist in obtaining permission from civil authorities for boring in the

Roads, cutting roads. However the necessary charges shall be paid by the bidder

sufficiently in advance. CESU will also co-ordinate with the traffic police authorities for

regulation of traffic during cutting of roads.

10.0. INSPECTION BY ELECTRICAL INSPECTOR

10.1. All Electrical installations and equipments are to be inspected and approved by the

Chief Electrical Inspector to the Government of Odisha, before commissioning.

10.2. The Contractor will arrange for the payment of the necessary fees for inspection.

10.3. Any defects pointed out by the Electrical Inspector, shall be corrected or attended by

the bidder /subcontractor at his own cost and he shall pay, for subsequent inspection

charges to the Electrical Inspector, for obtaining approval.

11.0. INSTALLATION OF U.G. CABLES

11.1. Method Of Ug Cable Laying : Laying 11 kV HT / 1.1 KV LT UG cables at a depth

not less than 0.9 Mtr and not more than 3 Mtrs, by trenchless technology, adopting

horizontal boring through HDPE pipe using appropriate standard machines. Boring &

Drawing of cable including preparation at site

11.2. ROUTE PLANS: Tentative cable route plans will be furnished to the contractors,

indicating the roads road crossings, findings by excavating trial holes by the contractor /

sub contractor. The work should be taken upon only after CESU Engineers approve the

final route. The CESU reserves the right to change, alter deviate the route on technical

reasons.

11.3. TRIAL PITS : The bidder shall excavate trial pits, for alignment purpose at appropriate

distance apart as warranted by the local conditions, keep a record of the findings and

close the trial holes properly to avoid hindrance / accidents to pedestrian traffic. The

final route / alignment of the cables shall be decided based on the finding of the trial

holes. 11.4. It is the responsibility of the bidder to maintain as far as possible the required statutory

clearances from other utility services.

11.5. Any damage caused, inadvertently to any utility services shall be the sole responsibility

of the contractor.

12.0. STATUTORY NOTICES AND WAY LEAVES

Page 169: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 169

12.1. The Contractor shall arrange the necessary way leaves from the concerned public utility

authorities and CESU shall give the required assistance to the contractor in completing

the project.

13.0. LAYING OUT THE CABLE :

13.1. 11 kV H.T 3 core HT UG cables: The cable shall be pulled / drawn smoothly in the bored holes by the horizontal boring

machine itself. The excavated cable trench shall be drained of all water and bed

surface shall be smooth, uniform and fairly hard before laying out the cable. The cable

shall be pulled in the trench only on cable rollers spaced out at uniform intervals to

prevent damage to cable. The laying out process shall be smooth and steady, without

subjecting the cable abnormal tension. The cable laid out shall be smoothly and

evenly transferred to the ground after providing sand cushion and shall never be

dropped. All the snake bends in the cable shall be straightened out.

13.2. Loop Cable : One complete loop of the cable has to be kept at each termination point.

14.0. FLAKING

14.1. Wherever it is not possible to lay of the entire cable drum length, the cable should be

cut and properly sealed and if it is necessary to remove the cable from the drum, it

should be properly flaked. Such cable lengths should be properly stored at site. 15.0. CABLES AND OVER BRIDGES :

15.1. Wherever the cable route crosses bridges the cable shall be laid in the ducts, if provided, by

removing and replacing the R.C.C. covers and filled with sand cushion. 15.2. In the absence of the cable ducts over bridges, the cable shall be laid in suitable size

steel/G.I. pipes or as directed by the engineer-In-charge and the pipe covered by cement

concrete if necessary to protect from direct sunrays.

16.0. CABLE CROSSING OPEN DRAINS WITH LONG SPAN :

16.1. Wherever the cable to cross open drains with a long span, the cable shall be laid in suitable

size G.I. pipe, properly jointed with suitable collars. The GI pipe shall be firmly supported

on pillars, columns, or suitable support of R.C.C. foundation with stone masonry in cement

mortar 1:4 16.2. Wherever the U.G. cable has to cross the sewerage or water supply line the U.G. cable has

to be taken below them maintaining adequate clearance. Further wherever the U.G. cable

runs parallel to the telephone cable a separation distance of at east 300-mm shall be

maintained.

Page 170: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 170

16.3. The cables shall be laid in stoneware pipe wherever the cable and trench crosses private

roads, gates, etc. In order to avoid inconvenience the stoneware pipe should be laid first

after excavation and excavated trench shall be back filled, compacted and surface properly

redone to restore that original condition.

17.0. CABLE AND JOINT MARKERS

17.1. Permanent means of indicating the positions of joints on site should be provided. During

the course of permanent reinstatement cable and joint markers, should be laid directly

above the route of the cable and the position of the joint respectively. 17.2. Wherever it is not possible to place the marker directly over the cable route or joint the

marker should be suitably placed near the cable route or joint on which the distance of the

cable route or joint at right angles to and parallel to the marker should be clearly indicated. 17.3. The position of fixing the markers will be at the discretion of the Engineer-In-charge.

18.0. JOINTING OF CABLES

18.1. GENERAL: It shall be noted that the U.G. cables are of XLPE insulation and needs special

care in jointing. The cable jointer and his assistant shall have experience in making joints /

terminations. Jointing work should commence as soon as two or three lengths of cables

have been laid. All care should be taken to protect the factory-plumbed cap/seal by laying

the end solid in bitumen until such time as the jointing is commenced.

18.2. Jointing of cables in carriage ways, drives, under costly paving, under concrete or asphalt

surfaces and in proximity to telephone cables and water mains, should be avoided

whenever possible.

18.3. JOINT PITS: The joint pits should be sufficient dimensions as to allow jointers to work with

as much freedom of movement and comfort as cables proposed to be jointed. The sides

of the pit should be draped with tarpaulin sheet to prevent loose earth from falling on the

joint during the course of making. The pit should be well shored with timber, if necessary.

An overlap of about 1.0 mtr of the cables to be jointed may be kept, for allowance to adjust

the position of the joint. When two or more cables are laid together the joints shall be

arranged to be staggered by 2 to 2.5 mtr. 18.4. SUMP PITS: When jointing cables in water logged ground or under monsoon conditions, a

sump pit should be excavated at one end of the joint pit in such a position so that the

accumulating water can be pumped or bailed out by buckets without causing interference

to the jointing operation. 18.5. TENTS: A tent should be used in all circumstances wherever jointing work is carried out in

the open irrespective of the weather conditions. The tent should be so covered as to have

Page 171: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 171

only one entrance and the back facing the direction of the wind. The tent cover should be

properly weighted or tied down on the sides.

18.6. MEASUREMENT OF INSULATION RESISTANCE: Before jointing is commenced the

insulation resistance of both sections of the cable to be jointed should be checked by

insulation resistance testing instrument. An insulation resistance – testing instrument of

2.5/5 kV shall be used. The Insulation Resistance values, between phases and phase to

earth shall be recorded. The actual jointing operation shall start only after the approval of

the engineer in charge of works.

18.7. PRECAUTIONS BEFORE MAKING A JOINT OR CUTTING A CABLE. The cable end seals should not be opened until all necessary precautions have been

taken to prevent circumstances arising out of rainy/inclement weather conditions, which

might become uncontrollable. The cable seals should be examined to ascertain if they are

intact and also that the cable ends are not damaged, if the seals are found broken or the

lead sheath punctured, the cable ends should not be jointed until after due examination

and testing by the engineer-in-charge of the works.

18.8. PRECAUTIONS TO BE TAKEN ON LIVE CABLES IN SERVICE

Sometimes it becomes necessary that a H.V. cable, which is in service, be cut for making

a straight joint with a new cable. In such cases work on joint should start only after the in

service cable is properly identified, isolated, discharged, tested and effectively earthed.

Search coils interrupters or cable-identifying instruments should be used for this purpose.

18.9. IDENTIFICATION NUMBERS / COLOURS AND PHASING : The cables should be laid

and jointed number to number or colour to colour shown on the core identifying marks and

prevent cross jointing. In all cases, the cables should be tested and phased out, and more

particularly so when the cable terminates at Ring Main Unit / Sub-station. 18.10. MAKING A JOINT: The Heat shrinkable joints used shall be conforming to the

specification vide Sec-iv. Alternatively push-on or Tapex or cold shrinkable type can be

used with the approval of CESU. The contractor should furnish all the technical

particulars of these joints and obtain approval only in case they are found superior to the

heat shrinkable joints. Epoxy based joints are not permitted. Comprehensive jointing

instructions obtained from the manufacturer of joint kits shall be meticulously followed.

The connection of the earth wires should be done using flexible bonds connected to cable

sheath using clips or soldering. Aluminum conductor strands shall be joined be joined by

mechanical compression method, using suitable die and sleeve with a good quality tool.

The joints shall conform to specification as per IS 13573-1992.

Page 172: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 172

18.11. TRANSITION JOINTS: Wherever straight through joints will have to be made with existing

cables under the following conditions, the contractor shall arrange such type of joints and

execute them with skilled jointers.

(1) Between cables having two different types of insulation viz., paper and XLPE (2) Between cables having two different types of conductor material, viz. copper and

aluminum. (3) Or a combination of the above

The transition joints shall conform to IS 13705 – Transition joints for cables for

working voltages from 11 KV upto and including 33 KV – performance

requirements and type tests.

18.12. CABLE TERMINATIONS: Cable terminations required are both indoor and outdoor type

and invariably be of heat shrinkable type conforming to the specifications vide Sec-iv. .

Alternatively push-on or Tapex or cold shrinkable type can be used with the approval of

CESU with appropriate sheds for rainwater in case of outdoor terminations. All the

technical particulars to establish the superiority in the performance of these joints shall be

furnished while seeking approval. The terminations shall conform to specifications as per

IS 13573 – 1992. The instructions furnished by the manufacturer of termination boxes/kits

should strictly be followed.

18.13. Whenever a cable raised from the trench to end in termination, to be finally connected to

an overhead line or transformer, the following instructions should be complied with –

(i) One coil to made and left in the ground for future needs

(ii) The rise of cable, immediately from the ground level should be enclosed in

suitable diameter GI pipe to height of 2 mtr.

(iii) The balance portion of the cable should be neatly curved, in ‘S’ shape.

(iv) The cable and pipe should be properly fastened by using appropriate clamps

/support. The hardware of clamps shall be painted with red oxide and enamel

paint or galvanized.

(v) The lugs on the termination shall be compressed with a suitable compression

tool.

19.0. EARTHING AND BONDING

19.1. The metal sheath and Armour should be efficiently bonded and earthed at all terminals to

earth electrodes provided. The cross sectional area of the bond shall be such that the

resistance of each bond connection shall not exceed the combined resistance of an equal

length of the metal sheath and Armour of the cable.

20.0. TESTING AFTER LAYING AND JOINTING

Page 173: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 173

20.1. All cables after laying and jointing works are completed should be tested systematically

and insulation and pressure tests should be made on all underground cables. 20.2. All test results should be recorded in tabular form in logbooks kept for the purpose 20.3. The cable cores should be tested for :-

(i) Continuity (ii) Absence of cross phasing (iii) Insulation resistance to earth; insulation resistance between conductors.

21.0. H.V. TESTS

21.1. After the laying and jointing work is completed, a high voltage test should be applied to

the cable to ensure that the cable has not been damaged during or after the laying

operations and there is not defect in the joining

21.2. The high voltage tests should be as per IS 1255 or as per international standards. The

H.V. testing instruments shall be brought by the turn key contractor.

22.0. TESTING AND RECORD OF CABLE CONSTANTS :

22.1. When the cable is ready, just before commissioning, the cable constants viz, the

resistance, capacitance and inductance of each conductor should be determined and

recorded, along with frequency at which the values of capacitance and inductance are

determined.

23.0. GUARANTEE

23.1. All the cable joints / termination done by the contractor shall be guaranteed for 24 months

from the date of energisation of the complete cable. In the event of failure during the

guarantee period, the restoration work shall be done free of cost by the contractor within

24 hours of giving notice or else the expenditure incurred by CESU to re-do the joint /

termination will be recovered from the performance guarantee amount held with the

CESU.

24.0. CABLE RECORDS 24.1. Accurate neat plans / sketches, drawn to suitable scale (1 cm = 10M) should be prepared

and furnished by the contractor after the completion of each work.

24.2. All relevant information should be collected at site, during the progress of work and

preserved for preparation of drawings.

24.3. The following essential data should be incorporated on all drawings

a) Size, type of cable or cables.

b) Location of the cable in relation to prominent land mark property, Kerb-line etc., with

depths.

c) The cross section showing where cables are laid in piper or ducts, giving their sizes,

type and depths.

Page 174: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 174

d) Position and type of all joints

e) Location of other cables which run alongside or across the cable route.

f) Position and depths of all pipers, ducts, etc., which are met as obstruction to the

cable route.

g) Accurate lengths from joint to joint

h) Manufacturers name and drum number of the cable, between sections / joint to joint.

Two transparencies and six blue print copies of the cable records prepared as above shall be given to the CESU’s engineer as a part of the contract as soon as the cable is charged.

GUARANTEED TECHNICAL PARTICULARS FOR 25 KVA & 63 KVA, 11/0.433 KV, 3 PHASE STAR RATED DISTRIBUTION TRANSFORMERS

Sl. No

Description As Specified

25 KVA 63 KVA

1 2 3 4

1 Make

2 Name of the Manufacturer

3 Place of Manufacture

3 (a) Type of B.E.E Specified Star Level to be fixed near Name Plate. Three Star

Three Star

4 Voltage Ratio 11000/433V 11000/433V

5 Rating in KVA 25 63

6 Core Material used and Grade: CRGO and M3 or

Better CRGO and M3 or

Better

Page 175: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 175

a) Flux density 1.5 Tesla (Max.) 1.5 Tesla(Max.)

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 40

0C over an ambient of

500C

400C over an ambient

of 500C

b) Oil by thermometer 35

0C over an ambient of

500C

350C over an ambient

of 500C

8 Magnetizing (no-load) current at:

a) 90% Voltage

b) 100% Voltage

c) 112.5% Voltage

9 Core loss in watts:

a) Normal voltage

b) Maximum voltage

10 Resistance of windings at 200C (with 5% tolerance)

a) HV Winding (ohms)

b) LV Winding (ohms)

11 Full load losses (watts) at 750C

12 Total losses at 100% load at 750C 695 Watts (Max.) 1250 (Max.)

13 Total losses at 50% load at 750C 210 Watts (Max.) 380 (Max.)

14 Current density used for : (Ampere/ Sq mm)

a) HV Winding 1.4(Max.) 1.4 (Max.)

b) LV Winding 1.4(Max.) 1.4 (Max.)

15 Clearances : (mm)

a) Core and LV

b) LV and HV

c) HV Phase to Phase

d) End insulation clearance to earth

e) Any point of winding to tank

16 Efficiency at 750C:

a) Unity P. F. and

b) 0.8 P.F

1) 125% load

2) 100% load

3) 75% load

4) 50% load

5) 25% load

17 Regulation at:

a) Unity P.F.

b) 0.8 P.F. at 750C

Page 176: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 176

18 % Impedance at 750C

4.5+10%(No negative tolerance)

4.5+10%(No negative tolerance)

19 Separate Source Voltage withstand Test:

(I) HV 28kV/50 HZ for 1 minute Yes Yes

(ii) LV 3kV/50 HZ for 1 minute Yes Yes

20 Induced Over Voltage withstand Test (Double Voltage and Double frequency for 1 minute)

22KV for HV winding by applying 0.866 KV on LV at 100Hz for the duration

of 1 minute.

22KV for HV winding by applying 0.866 KV on LV at 100Hz for the duration of 1

minute.

21 Impulse test HV-95KV peak, LV- NA HV-95KV peak, LV-

NA

22 Mass of : (kg)

a) Core lamination (minimum)

b) Windings (minimum)

c) Tank and fittings

d) Oil (Kg)

e) Oil quantity (minimum) (litre)

f) Total weight

23 Oil Data:

1. Quantity for first filling (minimum) (litre)

2. Grade of oil used

3. Maker's name

4. BDV at the time of filling (kV)

24 Transformer:

1) Overall length x breadth x height (mmx mmx mm)

2) Tank length x breadth x height

3) Thickness of plates for

a) Side plate (min) 3.15mm 3.15mm

b) Top and bottom plate (min) 5mm 5mm

4) Conservator Dimensions.

25 Radiation

1) Heat dissipation by tank walls excluding top and bottom

2) Heat dissipation by cooling tube.

3) Diameter and thickness of cooling tube.

4) 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.

26 Inter layer insulation provided in design for:

1) Top and bottom layer Epoxy Dotted Kraft

Paper Epoxy Dotted Kraft

Paper

Page 177: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 177

2) In between all layer Epoxy Dotted Kraft

Paper Epoxy Dotted Kraft

Paper

3) Details of end insulation. Press Board Press Board

4) Whether wedges are provided at 50% turns of the HV coil

27 Insulation materials provided

a) For conductors

(1) HV DPC DPC

(2) LV DPC DPC

b) For Core Carlite Carlite

28 Material and Size of the wire used.

1) HV Dia (mm) (SWG)

2) LV

a) Strip size

b) No. of Conductors in parallel

c) Total area of cross section (sq mm)

29 Whether the name plate gives all particulars as required in Tender

30 Particulars of bushings HV/LV

1) Maker's name

2) Type IS-3347/ IS-2099/ IS- 7421

3) Rating as per IS

4) Dry power frequency voltage withstand test HV-28KV, LV-3KV HV-28KV, LV-3KV

5) Wet power frequency voltage withstand test HV-28KV, LV-3KV HV-28KV, LV-3KV

Note:

The following shall be specifically confirmed:

1) Whether the offer conforms to the limits of impedance mentioned in the specification.

2) Whether the offer conforms to the limits of temperature rise mentioned in the specification.

3) Whether the losses of the transformers offered are within the limits specified.

4) Whether the transformer offered is already type tested for the design and test reports enclosed.

ADDITIONAL DETAILS FOR 25 KVA & 63KVA,11/0.433KV, 3-PHASE 3 STAR RATED DISTRIBUTION TRANSFORMERS

Sl. No

Description Unit As Specified

1 Core Grade CRGO, M3 or Better

2 Core diameter mm

3 Gross core area sq cm

4 Net core area sq cm

5 Flux density Tesla 1.5 (Max.)

6 Mass of core kg

7 Loss per kg of core at the specified flux density watt

8 Core window height mm

9 Centre to centre distance of the core mm

10 No. of the LV turns

11 No. of the HV turns

Page 178: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 178

12 Size of the LV conductor bare / covered mm

13 Size of the HV conductor bare / covered mm

14 No. of parallels

15 Current density of LV winding A/sq mm

16 Current density of HV winding A/sq mm

17 Wt. of the LV winding for Transformer Kg

18 Wt. of the HV winding for Transformer Kg

19 No. of LV Coils/ phase

20 No. of HV Coils/ phase

21 Height of LV Windings mm

22 Height of HV Windings mm

23 ID/OD of HV Windings mm

24 ID/OD of LV Windings mm

25 Size of the duct in LV winding mm

26 Size of the duct in HV winding mm

27 Size of the duct between HV and LV mm

28 HV winding to LV winding clearance mm

29 HV winding to tank clearance mm

30 Calculated impedance %

31 HV to earth creepage distance mm

32 LV to earth creepage distance mm

Sub-station Fencing with barbed wire

Fencing ( 15ft x 10ft x 5ft ) with construction 10 “ width retaining wall upto 0.5 mtr & with MS gate(

1mtr(w)x1.5mtr.(ht)),having pad lock system. The RCC fencing post that will be grouted by providing 1:2:4 mix

concrete. The grouting depth should not be less than 500 mm. Three layers of barbed wire to be fitted with

suitable hooks in each side of the boundary. Locking arrangement should be provided in the gate. Two nos of

coil earth has to be provided for fencing separately at outside of the S/S area. The gate should be earthed by

proving separate coil earth. Plastering in proportion 1:6 has to be done over the expose brick masonry. The

fencing and gate shall be as per the drawing enclosed.

Page 179: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 179

Page 180: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 180

Section-VI

ROUTE DIAGRAM &

DRAWINGS

Page 181: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 181

Page 182: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 182

Page 183: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 183

Page 184: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 184

Page 185: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 185

Page 186: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 186

Page 187: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 187

Page 188: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 188

Page 189: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 189

Page 190: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 190

Page 191: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 191

Page 192: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 192

Page 193: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 193

Page 194: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 194

Page 195: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 195

Page 196: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 196

Page 197: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 197

Section - VII

Price Schedule

Page 198: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 198

PRICE SCHEDULE FORMAT

SCHEDULE OF QUANTITY & PRICE

ERECTION & COMMISSIONING OF ………………………………..

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

Sl.

No.

Description of

works.

Unit Quantity Unit

Supply

Rate.

(Rs.)

Amount

(Rs.)

Unit

Erection

Rate

(Rs.)

Amount

(Rs)

Total

(Rs)

1 2 3=(1x2) 4 5=(4x1) 6=(3+5)

1.

TOTAL (RS.)

Rupees in words………………………………………………………………………..

Please refer Section-III, Bid proposal sheets enclosed with this tender specification. Bidders are required

to enter their item wise rates in the package for which he wants to submit their total bid.

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 for separately in

Sealed Condition. One soft copy in CD in excel format shall also be submitted in the Price Bid.

(Signature of the Bidders)

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 blank shall be treated as nil/ inclusive of.

iv. In the event of multiple supply and erection prices quoted for the same item the lowest quoted

supply and erection rate for the item shall be considered for evaluation.

v. Any other miscellaneous materials required as per site condition to execute the work in complete

manner which is not included in the above price schedule, has to be taken into consideration

during quoting the price for each scope. The quoted sub scope price is considered to be inclusive

of these extra required items

vi. If the quoted/evaluated rate of the bidder is less than 14.99% (without round off ) of the tender

estimated cost, then such a bid shall be rejected and tender shall be finalized basing on merits of

rest bids i.e. for Rs. 100 estimated cost lowest accepted quoted/evaluated price is Rs. 85.01.

Page 199: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 199

vii. Regarding less quoting of price bid w.r.t tender estimated cost as per amendment of OPWD code:

Additional Performance Security shall be obtained from the bidder when the bid amount is less than

the estimated cost put to tender. In such an event, the bidders who have quoted less bid price / rate

than the estimated cost put to tender shall have to furnish the exact amount of differential cost i.e.

estimated cost put to tender minus the quoted amount as Addition Performance Security in shape of

Demand draft / Term Deposit Receipt pledged in favour of CESU with validity same as the

validity of CPBG for this tender in sealed envelope along with the price bid at the time of

submission of bids.

The bids of the technically qualified bidders will be opened for evaluation of the price bid. In case of

the bidders quoting less bid price / rate than the estimated cost put to the tender and have not

furnished the exact amount of the differential cost (i.e. estimated cost put to tender minus the quoted

amount) as Additional Performance Security in shape of Demand Draft / Term Deposit Receipt, their

price bid will not be taken in to consideration for evaluation even if they have qualified in the

technical bid evaluation.

This security amount shall be released only after expire of validity of CPBG as mentioned in Clause

29.04 of GCC. The aforesaid amount shall not carry any interest payable to the bidder.

Page 200: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 200

CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA

PRICE SCHEDULE

Price Schedule for turn key execution for shifting & conversion of the existing 11 KV and LT OH lines & substations to UG Cabling & OH system in different Railway crossings over the new Khordha- Bolangir railway line ( Ch. 105.600 to Ch. 138.679 ) under NED, Nayagarh.

Sl.No

Particulars Unit Qty.

Supply Erection Total

Amount (Rs.)

Unit Rate (Rs.)

Total Rate (Rs.)

Unit Rate (Rs.)

Total Rate (Rs.)

A

1. Construction of 11KV Line with 55mm2 AAAC using 11 Mtr long 150x150 mm RS Joist pole- 1.5 KM 2. Construction of 11KV Line with 55mm2 AAAC using 10 Mtr long 116x100mm RS Joist pole- 1.8 KM 3. Construction of 11KV Line with 55mm2 AAAC using 9 Mtr long 300Kg PSC Pole – 4.94 KM 4. Construction of 11KV DP using 10 mtr long 150x150mm RS Joist – 36 Nos. 5. Construction of 25 KV , 11 / 0.4 KV DP mounted S/S over 9 Mtr. Long 300 Kg. PSC Pole – 1 No. 6. Up gradation of S/S capacity from 25KVA , 11 / 0.4 KV to 63 KVA , 11 / 0.4 KV – 1 No. 7. Construction of 10 KVA, 11 / 0.23KV S/S (with DT) over 9 Mtr. Long PSC pole – 1 No. 8. Construction of 10 KVA , 11 / 0.23KV S/S (without DT) over 9 Mtr. Long PSC pole – 4 Nos 9. Construction of LT pole with 8 Mtr long 125x75mm RS Joist for raising of cable – 6 Nos. 10. Construction of LT line with 8 Mtr 200KG PSC Pole & ABC(1x35+1 x25mm2) – 1 KM 11. Construction of LT line on existing Pole & ABC (3x35+1 x 25mm2) in KM – 0.2 KM Above works including fabrication, erection of pole, padding, mass concreting, couping, coil earthing, with fitting of all accessories, stay fixing, guarding and concreting and stringing of 55mm2 AAAC including supply of all materials, painting of all Iron materials with one coat of red oxide & two coats of alluminium paints in complete shape as per IE Rule / REC specification and standard .

1 11 mtr long, 150x150mm RS Joist

pole (34.6 Kg/ mtr) No 12

2 10 mtr long, 150x150mm RS Joist

pole (34.6 Kg/ mtr) No 72

3 10 mtr long, 100x116 mm RS Joist

pole ( 23.6 Kg/ mtr ) No 28

OSM

Supply

rate not

to quote

4 8Mtr long 200KG PSC pole No 23

5 8Mtr long, 125x75mm RS Joist

pole (13.8 Kg/ mtr) No 6

OSM

Supply

rate not

to quote

6 9Mtr long 300Kg PSC pole No 105

7 100x50x5 mm MS Channel (9.56

Kg/ mtr) Kg 5707.36

8 75x40x5 mm MS Channel (7.14

Kg/ mtr) Kg 3211.76

Page 201: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 201

9 65x65x6 mm MS Angle (5.8 Kg/

mtr) Kg 1700

10 50x50x6mm MS Angle (4.5 Kg/

mtr) Kg 303.75

11 11 KV V cross Arm (10.2 Kg each

) No 114

12 Top bracket 75x40mm MS

channel ( 1.3 kg each) No 114

13 Back Clamp for V cross Arm

(1.7 Kg each) No 114

14 11KV AB switch 3pole (200 Amp) Set 5

15 11KV HG Fuse 3 Pole (400 Amp) Set 1

16 11KV HT Stay Set Complete Set 138

17 7/10 SWG G.I. Stay wire Kg 1380

18 11KV HT stay insulator No 138

19 11KV H.T. Stay Clamps

(1.95Kg/Pair) Pair 138

20 LT Stay set complete Set 17

OSM

Supply

rate not

to quote

21 7/12 SWG stay wire Kg 170

22 LT stay clamp Pair 17

23 LT stay insulator No 17

24 No.6 GI wire Kg 130

25 11 KV L. A (12 KV, 10 KA) No 121

OSM

Supply

rate not

to quote

26 11KV G.I. Pin No 414

Page 202: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 202

27 11KV Pin insulator No 414

28 25x6mm G.I. Flat for Earthing Kg 1770

29 40 mm dia 3mtr long Heavy gauge

G.I. earthing Pipe No 122

30 No. 8 GI wire (for Guarding) Kg 105

31 GI I hook (for Guarding) No 30

32 55 mm2 AAAC KM 26.13

33 GI barbed wire anti climbing

device (2 Kg. Per support) Kg 280

34 11KV Disc Insulator (B&S Type,

70KN) No 594

OSM

Supply

rate not

to quote

35 11KV H/W fitting for (B & S) No 297

36 M/S Nuts & Bolts with washer

(Different size) Kg 1183

OSM

Supply

rate not

to quote

37 1x35+1X25 Sq. mm LT XLPE AB

Cable KM 1.06

38 3 x 35 + 1x25 Sq. mm LT XLPE

AB Cable Km 0.22

OSM

Supply

rate not

to quote

39 Dead end clamp No 10

40 Suspension Clamp with I hook No 19

41 Concrete slab for base plate

(2ftx2ftx2") No 121

42 Red oxide paint Ltr 143.5

43 Aluminium paint Ltr 142.5

44 Black paint Ltr 28

Page 203: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 203

45 Coil Type Earthing of Support No 146

46

Concreting of support C.C - 1:3:6 using 20mm BHG metal size - 5'6"x2'x2' = 22CFT = 0.620Cum Padding of pole pit C.C. – 1:4:8 using 40mm BHG metal size- 900x600x150mm = 0.081 Total 0.701Cum

No 147

47

Couping of support section 15''x15'' ( 3.9Cft) height 2'-6” ( 1' - 6'' above G.L & 1' below ground level ) in C.C 1:2:4 using 12mm BHG metal & curing for 5 days

No 125

48

Materials for Massonary work for

Earth Pit, Charcoal, Salt etc

including construction of earthing

chamber (Size: 2'x2') and RCC

slab cover

No 122

49

Fixing of stay set with 0.5Cum

Cement concrete foundation 1:3:6

size (900mmx600mmx900mm)

using 40mm BHG Metal with all

labour and materials except stay

set, stay wire and stay insulator.

No 155

50 Transformer Mounting Bracket No 5

51 11KG HG Fuse (2pole 200Amp) Set 5

52 11KG AB Switch ( 2pole 200Amp) Set 1

53 16mm2 PVC LT Cable (2 Core) Mtr 45

54

Barbed fencing for DT S/s (Size:

15ft x10 ft ) with construction 10”

width retaining wall up to 0.5 mtr,

erection of RCC fencing post, sand

filling and metal spreading, Fixing

of Iron grill gate as per CESU

specification.

No 6

55 10KVA, 11/0.23KV Transformer

(Al) No 1

56 63KVA, 11/0.4KV Transformer (Al) No 1

Page 204: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 204

57 LT Dist Box with MCCB

arrangement for 63KVA S/S No 1

58 25KVA, 11/0.4KV Transformer (Al) No 1

59 LT Dist Box with MCCB

arrangement for 25KVA S/S No 1

60 3 1/2 x35mm2 PVC cable for

25KVA Tfr Mtr 15

61 3 1/2 x95mm2 PVC cable for

63KVA Tfr Mtr 15

OSM

Supply

rate not

to quote

62 LT Dist Box with Kit Kat

arrangement for 16KVA S/s No 5

OSM

Supply

rate not

to quote

63

Sundries for survey tree cutting,

small size nut bolt, Allm. Binding

wire / tape, Danger Board,

guarding materials for road

crossing etc.

LS 1

PART-B

1. Construction of 11 KV line with 3x300mm2 11KV XLPE UG Cable (main and spare ) in HDD method

along with all other materials to complete the scope = 6790 Mtr

2. Construction of LT line with UG Cable (3 1/2 C, 25mm2) Al armoured Cable (main and spare ) in HDD

method along with all other materials to complete the scope = 1710 Mtr

64

Supply of Three Core 300 mm2

11KV Alluminium armoured XLPE

cable (Extruded type, ISI marked)

(main and spare) for laying of

cable including looping and

raising.

Mtr 6790

Erection

rate not

to quote

65

Outdoor Termination kit (Heat

Shrinkable Type ) for 11 KV

300mm2 3 core cable

No 68

66

Straight through Out Door jointing

kit (Heat Shrinkable Type ) for 11

KV 300 mm2 3 Core Cable

No 8

Page 205: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 205

67 Route and joint indicating stones

with M.S. Anchor rod No 80

68

160mm dia HDPE pipe (PE-80-

PN8) of wall thickness as per

relevant IS specification with its

latest amendment (ISI marked, fire

proof) with all accessories for

raising of cable at both end of DP

Mtr 408

69

Supply of 200mm dia HDPE

casing pipe (PE-80-PN8) of wall

thickness as per relevant IS

specification with its latest

amendment (ISI marked) (fire

proof) with all accessories for

laying 11KV XLPE Cable under

ground

Mtr 5090

Erection

rate not

to quote

70

Supply of 3 ½ core 25mm2

Alluminum armoured LT XLPE

cable (Extruded type, ISI marked)

(main and spare) including looping

and raising of Cable

Mtr 1710

Erection

rate not

to quote

71

31/2core 25mm2 LT cable Outdoor

Termination kit (Heat Shrinkable

Type )

No 12

72

Supply of 100mm dia HDPE

casing pipe (PE-80-PN8) of wall

thickness as per relevant IS

specification with its latest

amendment (ISI marked, fire

proof) with accessories for laying

LT XLPE Cable under ground

Mtr 1410

Erection

rate not

to quote

Page 206: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 206

73

Inspection chamber for straight

through joint location of size 5 ft x

4 ft x 4 ft including rise of minimum

1.5ft from the ground level in KB

brick of wall thickness of 15 inch

with 1 inch plastering (1:4) with

RCC (1:3:6) cover of at least 4”

thick with proper lifting

arrangement with the provision of

cable in and out arrangement in

the chamber complete including

supply of all materials, full sand

filling, labour, T&P, transportation

etc as per the direction of the

Engineer in charge.

No 8

74

Laying of HT cable (main +spare)

through 200 mm dia HDPE pipe by

HDD method with excavation in all

type of soil with T&P and high

pressure testing

Mtr 5090

Supply

rate not to

quote

75

Laying of LT cable (main +spare)

through 100 mm dia HDPE pipe by

HDD method with excavation in all

type of soil with T&P and high

pressure testing

Mtr

1410

Supply

rate not to

quote

76

Laying of balance HT cable for

looping in loop chamber and

raising at DP structure

Mtr 1700

Supply

rate not to

quote

77

Laying of balance LT cable for

looping in loop chamber and

raising at single pole structure

Mtr 300

Supply

rate not to

quote

78

Cable loop chamber of size 4 mtr

x4 mtrx 1.5mtr including rise of

minimum 1.5 ft from the ground

level in KB brick of wall thickness

of 15 inch with 1 inch plastering

(1:4) with RCC (1:3:6) cover of at

least 4” thick with proper lifting

arrangement with the provision of

cable in and out arrangement in

the chamber complete including

supply of all materials, full sand

filling, labour, T&P, transportation

etc as per the direction

No 40

Page 207: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 207

PART-C

Labour charge for dismantling

of over head line

79

Dismantling of 11KV Conductor

with accessories and

transportation to CESU store

Span 153

Supply

rate not to

quote

80

Dismantling of 8Mtr long 200Kg

PSC pole and transportation to

CESU store

No 150

Supply

rate not to

quote

81

Dismantling of 9Mtr long 300Kg

PSC Pole and transportation to

CESU store

No 19

Supply

rate not to

quote

82

Dismantling of 1P2W conductor/

ABC with accessories and

transportation to CESU store

Span 20

Supply

rate not to

quote

83

Dismantling of 10KVA, 11/0.23KV

Transformer with accessories and

return to CESU store

No 2

Supply

rate not to

quote

84

Dismantling of 10KVA, 11/0.23KV

Transformer with accessories and

fixing of Transformer at new DT

location

No 4

Supply

rate not to

quote

85

Dismantling of 25KVA, 11/0.4KV

Transformer with accessories and

return to CESU store

No 1

Supply

rate not to

quote

86

Dismantling of 2P2W

conductor/ABC with accessories

and transportation to CESU store

Span 8

Supply

rate not to

quote

Total Price (A+B+C)

Total Price : Rs ……………………………………………………………………

[In figures: Rupees………………………………………………………………………. only]

(Units Rates quoted are inclusive of freight & insurance, all taxes & duties and other levies, if any )

Additional information: ( to be filled up by the bidder and to be submitted along with the Part-II, i.e. Price

bid )

Signature of the Tenderer

with Company Seal

Page 208: 203.193.144.25203.193.144.25/ps169/Tender__specification_Nayagarh_Rly...Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

Tender specification for turn key execution for shifting & conversion of existing 11 KV, LT lines & substations

to UG Cable in different Railway crossings under NED, Nayagarh.

Central Electricity Supply Utility of Odisha Page 208

Place:

Date:

Bidders will be permitted to only enter the item wise rates. No other modification shall be permitted. Bidders are

required to sign and enclose the same in the Price Bid in one envelope for total package separately in Sealed

Condition. One soft copy in CD shall also be submitted in the Price Bid.

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 blank shall be treated as nil/ inclusive of.

iv. In the event of multiple supply and erection prices quoted for the same item the lowest quoted

supply and erection rate for the item shall be considered for evaluation.

v. Any other miscellaneous materials required as per site condition to execute the work in complete

manner which is not included in the above price schedule, has to be taken into consideration

during quoting the price for each scope. The quoted sub scope price is considered to be inclusive

of these extra required items.

vi. If the quoted/evaluated rate of the bidder is less than 14.99% (without round off ) of the tender

estimated cost, then such a bid shall be rejected and tender shall be finalized basing on merits of

rest bids i.e. for Rs. 100 estimated cost lowest accepted quoted/evaluated price is Rs. 85.01.

vii. Regarding less quoting of price bid w.r.t tender estimated cost as per amendment of OPWD

code:

Additional Performance Security shall be obtained from the bidder when the bid amount is less

than the estimated cost put to tender. In such an event, the bidders who have quoted less bid

price / rate than the estimated cost put to tender shall have to furnish the exact amount of

differential cost i.e. estimated cost put to tender minus the quoted amount as Addition

Performance Security in shape of Demand draft / Term Deposit Receipt pledged in favour of

CESU with validity same as the validity of CPBG for this tender in sealed envelope along

with the price bid at the time of submission of bids.

The bids of the technically qualified bidders will be opened for evaluation of the price bid. In

case of the bidders quoting less bid price / rate than the estimated cost put to the tender and

have not furnished the exact amount of the differential cost (i.e. estimated cost put to tender

minus the quoted amount) as Additional Performance Security in shape of Demand Draft /

Term Deposit Receipt, their price bid will not be taken in to consideration for evaluation even if

they have qualified in the technical bid evaluation.

This security amount shall be released only after expire of validity of CPBG as mentioned in

Clause 29.04 of GCC. The aforesaid amount shall not carry any interest payable to the bidder.

(This form should be duly filled up by the tenderer & submitted in duplicate in separate envelopes super-

scribing "PART -II PRICE BID" signed and sealed in each page.)